Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-412 - 8/23/2016 - Approved
00 52 23 AGREEMENT This Agreement, for the Project awarded on August 30, 2016 (Owner) and Barcom Construction, Inc. Owner and Contractor agree as follows: ARTICLE 1— WORK 2016-412 8/23/16 Ord. 030937 Barcom Commercial Inc. , is between the City of Corpus Christi (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (OFFICE & RESTROOM BUILDING) - PROJECT NO. E14008 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Turner -Ramirez Architects 3751 S. Alameda St. Corpus Christi, TX 78411 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk, P.E. - Acting Construction Engineer City of Corpus Christi - Engineering Services 4917 Holly Road #5 Corpus Christi TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 005223-1 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF Collier Pool Renovations [Bond 2012] REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 ..... 11111111111.1111 City of Corpus Christi Turner, Ramirez & Associates 5525 S. Staples St. Suite A-7 Corpus Christi, TX 78411 (361)994-8900 Record Drawing Number [CP -211] [03/11/2016] 00 01 00 TABLE OF CONTENTS Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 0100 - 1 REV 03-10-2015 Division / Section Title Division 00 Procurement and Contracting Requirements 00 01 00 Table of Contents 00 01 07 Seals Page 00 11 16 Invitation to Bid (Rev 03/10/2015) 00 21 13 Instructions to Bidders (Rev 03/10/2015) 00 30 00 Bid Acknowledgment Form (Rev 03/10/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 03/11/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 0100 - 1 REV 03-10-2015 Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-2 REV 03-10-2015 Division / Section Title 01 33 02 Shop Drawings 0133 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 0140 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 02 10 20 Site Clearing & Striping (S-5) 02 10 40 Site Grading (S-6) 02 20 20 Excavation and Backfill for Utilities and Sewers (S-9) 02 20 22 Trench Safety for Excavation 02 20 40 Street Excavation (S-10) 02 21 00 Select Material (S-15) 02 24 20 Silt Fence (S-97) 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement (S-54) 02 52 10 Lime Stabilization (S-28) 02 56 10 Concrete Curb & Gutter (S-52) 02 56 12 Concrete Sidewalks & Driveways (S-53) 02 56 14 Concrete Curb Ramps 02 58 07 Pavement Makings (Paint or Thermoplastic) (S-45) 02 58 13 Preformed Striping & Emblems 02 62 01 Water Line Riser Assemblies (S-79) 02 62 02 Hydrostatic Testing of Pressure Systems (5-89) 02 64 02 Waterlines (S-88) 02 64 04 Water Service Lines (S-87) 02 64 06 Private Water Service Lines (S-112) 02 64 09 Tapping Sleeves and Tapping Valves (S-84) 02 64 11 Gate Valves for Waterlines (S-85) 02 72 02 Manholes (S-62) Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-2 REV 03-10-2015 Division / Section Title 02 72 05 Fiberglass Manholes 02 76 02 Gravity Sanitary Sewers (S-61) 02 76 06 Sanitary Service Lines 02 76 08 Private Sewer Services (S-39) (For Residential and Commercial Application) 02 76 10 Televised Inspection of Conduits (S-125) 03 00 20 Portland Cement Concrete (S-40) 03 20 20 Reinforcing Steel (S-42) 03 80 00 Concrete Structures (S-41) 05 02 00 Welding (S-43) Part T Technical Specifications Division 01 General Requirements 01 60 00 Product Requirements 01 79 00 Demonstration and Training Division 02 Existing Conditions — NOT USED Division 03 Concrete — NOT USED Division 04 Masonry 04 05 11 Masonry Mortaring and Grouting 04 20 00 Unit Masonry Division 05 Metals 05 50 00 Metal Fabrications 05 52 13 Pipe and Tube Railings Division 06 Wood, Plastics, and Composites 06 10 00 Rough Carpentry 06 15 00 Wood Decking Division 07 Thermal and Moisture Protection Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-3 REV 03-10-2015 Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-4 REV 03-10-2015 Division / Section Title 07 14 00 Fluid -Applied Waterproofing 07 21 00 Thermal Insulation 07 31 13 Asphalt Shingles 07 62 00 Sheet Metal Flashing and Trim 07 90 05 Joint Sealers Division 08 Openings 08 11 13 Hollow Metal Doors and Frames 08 43 13 Aluminum -Framed Storefronts 08 51 13 Aluminum Windows 08 71 00 Door Hardware 08 80 00 Glazing 08 91 00 Louvers Division 09 Finishes 09 21 16 Gypsum Board Assemblies 09 30 00 Tiling 09 90 00 Painting and Coating Division 10 Specialties 10 14 00 Signage 10 21 13.19 Plastic Toilet Compartments 10 28 00 Toilet, Bath, and Laundry Accessories 10 44 00 Fire Protection Specialties Division 11 Equipment — NOT USED Division 12 Furnishings 12 36 00 Countertops 12 93 13 Bicycle Racks Division 13 Special Construction — NOT USED Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-4 REV 03-10-2015 Division / Section Title Division 14 Conveying Equipment — NOT USED Division 21 Fire Suppression — NOT USED Division 22 Plumbing 22 05 00 Basic Materials and Methods 22 05 29 Plumbing Supports and Anchors 22 05 53 Plumbing System Identification and Pipe Marking 22 07 00 Inside Utility Trench Excavation, Backfill, and Compaction 22 08 00 Outside Utility Trench Excavation, Backfill, and Compaction 22 09 00 Piping Insulation 22 41 00 Plumbing Piping and Valves 22 44 00 Plumbing Fixtures 22 45 00 Plumbing Equipment Division 23 Heating, Ventilating, and Air -Conditioning (HVAC) 23 00 01 Basic Materials and Methods 23 05 29 Supports and Anchors 23 17 00 Motors and Motor Controllers 23 24 00 Sound Vibration Control 23 26 00 Piping Insulation 23 53 00 Refrigerant Piping 23 67 10 Air Cooled Condensing Units 23 85 40 DX" Fan Coil Unit 23 86 00 Power Ventilators 23 88 10 Air Distribution Devices 23 89 00 Metal Ductwork 23 91 00 Ductwork Accessories 23 99 00 Testing, Adjusting, and Balancing Division 25 Integrated Automation — NOT USED Division 26 Electrical Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-5 REV 03-10-2015 Division / Section Title 26 01 00 Electrical General Provisions 26 06 00 Grounding 26 07 50 Electrical Identification 26 12 30 Wire and Cable 26 13 60 Raceways 26 14 00 Wiring Devices 26 24 16 Low -Voltage Panel boards 26 43 13 Surge Protection Devices for Low -Voltage Electrical Power Circuits 26 44 10 Disconnect Switches 26 51 00 Luminaires 26 74 00 Telephone / Data Systems Division 27 Communications — NOT USED Division 28 Electronic Safety and Security — NOT USED Division 31 Earthwork 31 31 16 Termite Control Division 32 Exterior Improvements 32 31 13 Chain Link Fences and Gates Division 33 Utilities — NOT USED Appendix Title 1 Geotechnical Report END OF SECTION Table of Contents COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000100-6 REV 03-10-2015 SECTION 00 01 07 SEALS PAGE ARCHITECT: Q.E.0 ,]. / 4/?r J• R I , PHILIP RAMIREZ TURNER, RAMIREZ, &ASSOCIATES 5525 S. STAPLES ST., SUITE A-7 CORPUS CHRISTI, TX 78411 VI 361.994.8900 F 1 361.994.8955 E 1 PHILIP@TRARCH.COM i . i (� 4/ - # pc. "+►+ �.p % I, 0G 'PIA FO ,► ,• * 9.AQ`!1 F 4.- 1 12/17/2015 CIVIL/STRUCTURAL: '4 OF j 1k 4./17/15 . `4cr4/ !I.- .* , i� ' * I� MUNOZ III f 100346 r !,CENSr° ��' ,/ N�AL��' ' RAMIRO MUNOZ, III MUNOZ ENGINEERING 3810 ANDREA LN CORPUS CHRISTI, TX 78414 V 1361.946.4848 E 1 RAM@MUNOZENGRG.COM .4:4" SQA..- r*.. j ' f RAMIRO o i• "/ "?s +1 RAMIRO MUNOZ III, P. IN -15. 100346 MECHANICAL/ ELECTRICAL/ PLUMBING: JOHN RODRIGUEZ NRG ENGINEERING 5656 S. STAPLES ST., SUITE 360 CORPUS CHRISTI, TX 78411 v1 361.852.2727 F 1 361.852.2922 E I JROD@NRGCC.COM 0 1 E-`!! �Q °°°°-I �� 1� oe */ %\ 4, ., ° /JOHN A. RODRIGUEZ III / ;gQ73«««°° 0 -`f0 12/17/2015 0 o°«,/CQ °' ! �4 G ++,_, .+ yam"' i QF �) 1 ...,......-41,.. °..,.., r +-,. ki ff.aGs; °.-.,,,,P t Ale II *•- -. edo,/ SEAN M. RODRIGUEZ f -',° 96478 - p'a -� r. 12/1 7/2015 1 Slqu =y t' SEAN RODRIGUEZ NRG ENGINEERING 5656 S. STAPLES ST., SUITE 360 CORPUS CHRISTI, TX 78411 V1 361.852.2727 F 1 361.852.2922 E 1 SROD@NRGCC.COM SEALS PAGE COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 000107-1 00 11 16 INVITATION TO BID ARTICLE 1— GENERAL NOTICE 1.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Collier Pool Renovations (Bond 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) Project No. E14008 1. Collier pool is one of the most utilized public facilities in the park system. For this reason, it has become imperative for a new design that will allow adequate spaces to use. The objective of this bond project is to provide updates to the facilities to maximize the pool's capacity as well as the city resources used to keep it operational on a year round basis. Package B will include site development and adjacent office and restroom buildings to supplement the scope of package A which contains the pool and pump house. Contractor will be expected to coordinate scope of work at adjacent areas with contractor of package A. 1.02 The Engineer's Opinion of Probable Construction Cost for the Project is $506,709.80. The Project is to be substantially complete and ready for operation within 270 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2 — EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: http:/www.civcastusa.com/ 2.02 Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents, as defined in the Agreement are received. 2.03 This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — PRE-BID CONFERENCE 3.01 Attendance at the pre-bid conference is not mandatory. Invitation to Bid COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 001116-1 REV 03-10-2015 3.02 A non -mandatory pre-bid conference for the Project will be held on Tuesday March 29th, 2016 at 2:00 p.m. at the following location: City Hall Building — Engineering Services "Smart Board" Conference Room 3rd floor, Capital Programs Department (formerly "Engineering Department") 1201 Leopard Street, Corpus Christi, Texas 78401 Bids will be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 4 — QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 4.01 Questions are to be submitted using the Question and Answer process on the Owner's Bidding Website. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 4.02 A response to a question posted on the website that requires modification of the Contract Documents will be made by Addenda. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 5 — MINORITY / MBE / DBE PARTICIPATION POLICY 5.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 5.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 5.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 6 — BID SECURITY 6.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 6.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on Invitation to Bid COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 001116-2 REV 03-10-2015 the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 6.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 6.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 6.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7 — DELIVERY OF BIDS 7.01 Electronic Bids must be submitted to the CivCastUSA website at www.CivCastUSA.com no later than 2:00 p.m. on Wednesday, April 6th, 2016 to be accepted. The Bids will be publicly opened and read aloud at this time at the City Council Chambers or Staff Room, 15t floor of the City Hall Building. Bids received after this time will not be accepted. If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Collier Pool Renovations (Bond 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) Project No. E14008 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 7.02 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, April 6th, 2016, at the following location: Invitation to Bid COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 001116-3 REV 03-10-2015 City Hall Building - City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 ARTICLE 8 — AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to either the lowest responsible Bidder or the Bidder who provides the best value who submits a responsive Bid. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices, to reject any or all Bids, and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. ARTICLE 9 — OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including Workers' Compensation Insurance, as required by the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. 9.04 Contractor shall be required to submit an "Application for Permit" to the City of Corpus Christi Development Services and obtain a permit for construction. Contractor shall submit all required documents to the City of Corpus Christi Development Services for review. Contractor shall pay for all permitting fees. END OF SECTION Invitation to Bid COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 001116-4 REV 03-10-2015 00 21 13 INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — BIDS RECEIVED 2.01 Refer to SECTION 00 11 16 INVITATION TO BID for information on receipt of Bids. ARTICLE 3 — COPIES OF CONTRACT DOCUMENTS 3.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 3.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 3.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 4 — STATEMENT OF EXPERIENCE 4.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 5 — EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-1 REV 03-10-2015 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6 — INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data to the OAR using the Owner's Bidding Website as indicated in SECTION 00 11 16 INVITATION TO BID. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda, or the related supplemental data as deemed advisable by the Owner or Designer. ARTICLE 7 — BID SECURITY 7.01 Bidders must submit an acceptable Bid Security as required by SECTION 00 11 16 INVITATION TO BID. 7.02 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.03 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 — PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-2 REV 03-10-2015 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9 — CONFIDENTIALITY OF BID INFORMATION 9.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 10 — SUBMITTAL OF BID 10.01 Complete and submit the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Electronic bids may be submitted at www.CivCastUSA.com. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued Invitation to Bid for the Work to be furnished under these Contract Documents. Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-3 REV 03-10-2015 ARTICLE 12 — OPENING OF BIDS 12.01 Bids will be opened at the time and place indicated in SECTION 00 11 16 INVITATION TO BID. The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 — BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non- responsive, or conditional Bids. The Owner reserves the right to waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 — BONDS AND INSURANCE 16.01 Article 6 of the General Conditions sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 16.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-4 REV 03-10-2015 ARTICLE 17 — SIGNING OF AGREEMENT 17.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 18 — SALES AND USE TAXES 18.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 18.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 19 — WAGE RATES 19.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 20 — BIDDER's CERTIFICATION OF NO LOBBYING 20.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 21— REJECTION OF BID 21.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by SECTION 00 11 16 INVITATION TO BID. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-5 REV 03-10-2015 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 21.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-6 REV 03-10-2015 the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Instructions to Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 002113-7 REV 03-10-2015 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by _ (type or print name of company) on: Wednesday, April 66 2016 for Collier Pool Renovations (Bond 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) Project No. E14008. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at https://www.civcastusa.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Collier Pool Renovations (Bond 2012) PACKAGE B (RESTROOM & OFFICE BUILDING) Project No. E14008 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003000-1 REV 03-10-2015 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. Bid Acknowledgement Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003000-2 REV 03-10-2015 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the greatest amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and Bid Acknowledgement Form 00 30 00 - 3 COLLIER POOL RENOVATIONS (BOND 2012) REV 03-10-2015 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 240 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 11 16 INVITATION TO BID, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. Bid Acknowledgement Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003000-4 REV 03-10-2015 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003000-5 REV 03-10-2015 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003000-6 REV 03-10-2015 00 30 01 BID FORM 00 30 01 BID FORM Project Name: Collier Pool Renovations (Bond 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) Project Number: E14008 Owner: City of Corpus Christi Bidder: Part A- General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Shane Torno, P.E. Designer: Turner I Ramirez Architects Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A- General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al OFFICE &RESTROOM BUILDING AND ASSOC. SITE LUMP SUM 1 $ DEVELOP., INSTALLED $ SUBTOTAL PART A - GENERAL $ - $ - TOTAL PROJECT BASE BID (PART A) Contract Times 240 days Bidder agrees to reach Substantial Completion in 270 days Bidder agrees to reach Final Completion in Bid Form COLLIER POOL RENOVATIONS (BOND 2012) REBID—PACKAGE B (RESTROOM OFFICE BUILDING) PROJECT NO. E14008 Page 1 of 1 REV 10-14-2014 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 30 02 - 1 11-25-2013 Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date 4 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant 00 30 05 City of Corpus Christi Disclosure of Interest FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Non -Collusion Certification COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 003006-1 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1— REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. ARTICLE 2 — EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. Key personnel include the Project Manager, Project Superintendent, Safety Manager, and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-1 11-25-2013 Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide information on an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide biographical information for each primary and alternate candidate as an attachment that includes: technical experience, managerial experience, education and formal training, and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years' recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements, and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years' recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering, and any non -responsiveness of the Bidder to Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-2 11-25-2013 make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 Provide information to demonstrate the ability of the Bidder to provide subcontracting opportunities that will meet the Owner's established goals for Minority, MBE, and DBE participation in the Project. List all Work to be performed by qualified Minority, MBE, and DBE proposed Subcontractors or Suppliers in Table 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 — STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-3 11-25-2013 Table 1— Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ■ Corporation ■ Partnership ■ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: General ■ ■ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-4 11-25-2013 Table 1— Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? Yes No ■ • Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? No ■Yes ■ Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? Yes No ■ ■ Does Provider have an A.M. Best Rating of A -VIII or Better? Yes No • • Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-5 11-25-2013 Table 1— Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization ever been disqualification as a bidder within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past five years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 2 years. Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-6 11-25-2013 Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-7 11-25-2013 Table 2 — Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-8 11-25-2013 Table 3 — Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 004516-9 11-25-2013 Table 4 — Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 45 16 - 10 11-25-2013 Table 5 — Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 45 16-11 11-25-2013 Table 6 — Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 45 16 - 12 11-25-2013 Table 7 — Current Projects and Projects Completed within the Last 5 Years Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Percentage of time devoted to the Project Proposed for this Project Did Individual start and complete the project? If not, who started or completed the Project in their place? Reason for change Reference Contact Information Name Title/Position Organization Telephone Email Owner Designer Construction Manager Surety Issues / disputes resolved or pending resolution by arbitration, litigation, or dispute review boards Number of issues resolved Total amount involved in resolved issues Number of issues pending Total amount involved in resolved Issues Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 00 45 16 - 13 Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 00 45 16 - 14 Table 8 — Demonstration of Budget Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Owner Unforeseen Contract Price 1 Enhancements Conditions Design Issues Total Changes Percent Changes Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 00 45 16-15 Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 00 45 16 - 16 Table 9 — Demonstration of On -Time Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Date for Substantial Completion Original Contract Date for Final Completion Amended Contract Date for Substantial Completion Amended Contract Date for Final Completion Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 00 45 16 - 17 Table 10 — Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Minority, MBE, or DBE Firm Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 45 16 - 18 11-25-2013 ARTICLE 4 — CERTIFICATION 4.01 By submitting this Statement of Experience and related information; Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations; and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 45 16 - 19 11-25-2013 00 52 23 AGREEMENT This Agreement, for the Project awarded on [ ], is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (OFFICE & RESTROOM BUILDING) PROJECT NO. E14008 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Turner I Ramirez Architects 3751 S. Alameda St. Corpus Christi, TX, 78411 2.02 The Owner's Authorized Representative for this Project is: TBD ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 005223-1 REV 03-23-2015 Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 005223-2 REV 03-23-2015 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 005223-3 REV 03-23-2015 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 005223-4 REV 03-23-2015 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Jeffery Edmonds Director of Engineering Services 005223-5 REV 03-23-2015 APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 005223-6 REV 03-23-2015 00 61 13 PERFORMANCE BOND BOND NO. 2012 Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 006113-1 REV 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 006113-2 REV 07-03-2014 00 61 16 PAYMENT BOND BOND NO. 2012 Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Serices 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 006116-1 REV. 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 006116-2 REV. 07-03-2014 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 2 2 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 2 4 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A.TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B.TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C.TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim • Required X Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price X Required • Not Required Installation Floater Equal to Contract Price • Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance • Required X Not Required Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-1 REV 07-03-2014 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-2 REV 07-03-2014 company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-3 REV 07-03-2014 c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-4 REV 07-03-2014 G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-5 REV 07-03-2014 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-6 REV 07-03-2014 C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-7 REV 07-03-2014 A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-8 REV 07-03-2014 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007201-9 REV 07-03-2014 period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 72 01-10 REV 07-03-2014 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 00 72 01-11 REV 07-03-2014 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-1 REV 03-11-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-1 REV 03-11-2015 Wage Determination Construction Type Project Type (WD) No TX -51 Building Building Construction Projects (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Davis Bacon Wage Rates General Decision Number: TX160342 01/08/2016 TX342 Superseded General Decision Number: TX20150342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-2 REV 03-11-2015 Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER $ 23.14 21.55 ELECO278-002 08/30/2015 Rates Fringes ELECTRICIAN $ 25.00 7.70 ENG10178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under $ 27.50 10.60 * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL $ 23.02 6.35 SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER $ 20.04 0.00 CARPENTER $ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER$ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) $ 19.77 7.13 IRONWORKER, REINFORCING $ 12.27 0.00 IRONWORKER, STRUCTURAL $ 22.16 5.26 LABORER: Common or General $ 9.68 0.00 LABORER: Mason Tender - Brick...$ 11.36 0.00 Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-3 REV 03-11-2015 LABORER: Mason Tender - Cement/Concrete $ 10.58 0.00 LABORER: Pipelayer $ 12.49 2.13 LABORER: Roof Tearoff $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13.93 0.00 OPERATOR: Bulldozer $ 18.29 1.31 OPERATOR: Drill $ 16.22 0.34 OPERATOR: Forklift $ 14.83 0.00 OPERATOR: Grader/Blade $ 13.37 0.00 OPERATOR: Loader $ 13.55 0.94 OPERATOR: Mechanic $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 16.03 0.00 OPERATOR: Roller $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) $ 14.45 0.00 PIPEFITTER $ 25.80 8.55 PLUMBER $ 25.64 8.16 ROOFER $ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) $ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation $ 21.13 6.53 TILE FINISHER $ 11.22 0.00 TILE SETTER $ 14.74 0.00 TRUCK DRIVER: Dump Truck $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck $ 12.50 TRUCK DRIVER: Water Truck $ 12.00 0.00 4.11 Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-4 REV 03-11-2015 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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 (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-5 REV 03-11-2015 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-6 REV 03-11-2015 based. WAGE DETERMINATION APPEALS PROCESS 1.) 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 * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including 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 for 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 Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) 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 Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-7 REV 03-11-2015 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 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 requestor considers relevant to the issue. 3.) 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, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007202-8 REV 03-11-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 1 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007203-2 11-25-2013 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. C. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Pump Room, Bathrooms, Office, & Storage 2. Only the following items not yet complete in accordance with the Contract Documents: a. NA b. NA ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: Supplementary Conditions COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007300-1 11-25-2013 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following a. Aquatic Facilities Upgrades, Rock Engineering & Testing Lab., Inc. 12/04/14- The Contractor may rely on the following Technical Data in using this document: 1) Appendix 1 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: Refer to Architectural & Civil Drawings Supplementary Conditions COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007300-2 11-25-2013 SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 007300-3 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. COLLIER POOL IS ONE OF THE MOST UTILIZED PUBLIC FACILITIES IN THE PARK SYSTEM. FOR THIS REASON IT HAS BECOME IMPERATIVE FOR A NEW DESIGN THAT WILL ALLOW ADEQUATE SPACES TO USE. THE OBJECTIVE OF THIS BOND PROJECT IS TO PROVIDE UPDATES TO THE FACILITIES TO MAXIMIZE THE POOL'S CAPACITY AS WELL AS THE CITY RESOURCES USED TO KEEP IT OPERATIONAL ON A YEAR ROUND BASIS. PACKAGE B WILL INCLUDE SITE DEVELOPMENT AND ADJACENT OFFICE AND RESTROOM BUILDINGS TO SUPPLEMENT THE SCOPE OF PACKAGE A WHICH CONTAINS THE POOL AND PUMP HOUSE. CONTRACTOR WILL BE EXPECTED TO COORDINATE SCOPE OF WORK AT ADJACENT AREAS WITH CONTRACTOR OF PACKAGE A. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. REBID — PACKAGE A (POOL): Package A will include the pool and adjacent pool house. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 011100-1 11-25-2013 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NA B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 011100-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. E. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. F. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-3 03-11-2015 B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-4 03-11-2015 Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-5 03-11-2015 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-6 03-11-2015 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; Application for Payment Procedures 01 29 00 - 7 COLLIER POOL RENOVATIONS (BOND 2012) 03-11-2015 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS 1.04 THE BASIS OF MEASUREMENT AND PAYMENT FOR OTHER BID ITEMS SHALL BE AS DESCRIBED IN SPECIFICATION SECTIONS AND/OR THE BID FORM. MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item A: BASE BID: 1. The unit of measure for the basis of payment for the Base Bid will be on a percentage basis of completion verified by the architect. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 012901-1 11-25-2013 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-1 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-2 11-25-2013 G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-3 11-25-2013 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (N/A) 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-4 11-25-2013 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-5 11-25-2013 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-6 11-25-2013 D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-7 11-25-2013 a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 Turner, Ramirez Architects 361-994-8900 Traffic Engineering 826-3540 Police Department 882-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-8 11-25-2013 Public Agencies/Contacts Phone Number SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013100-9 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 2 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 3 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. Project Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013113-4 11-25-2013 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. Project Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013113-5 11-25-2013 5) Services entrance. 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management 01 31 14 - 2 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013300-4 11-25-2013 01 33 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 022100 Select Material Soil Criteria 2 Record Data None None 025210 Lime Specification Mix 2-4 Record Data None None 026612 Concrete Sidewalk & Driveway 3 Shop Drawing None None 025807 Pavement Markings Paint & Thermoplastic 2-3 Record Data Sample None 026201 Waterline Riser Assemblies 2 Record Data None None 026202 Hydrostatic Testing of Pressure Systems 3 Record Data None None 026402 Waterlines & Service Lines 2 Record Data None None 026409 Tapping Sleeves and Tapping Valves 2 Record Data None None 026411 Gate Valves for Waterlines 2 Record Data None None 027205 Fiberglass Manholes 3-4 Shop Drawing None None 027602 Gravity Sanitary Sewers & Service Lines 2 & 4 Record Data None None 027610 Televised Inspection of Conduits 2 Record Data None None 028320 Chain Link Fence 2-3 Shop Drawing None None 030020 Portland Cement Concrete (Mix, per structure) 2-11 Record Data None None 032020 Reinforcing Steel (Grade & Manufacturer) 2 Record Data None None 038000 Concrete Structures (Precast Structures) 2-8.2 Shop Drawing None None 042020 Concrete Masonry Unit (Material & Mortar Mix) 2 Record Data None None 050200 Welding (Fabricator) 2-4 Shop Drawing None None 055420 Frames, Grates, Rings & Covers (Include Aluminum) 2-3 Record Data None None S1.00 Concrete Mix Design - Foundation N/A Record Data None None S1.00 Concrete Mix Design - Structural N/A Record Data None None S1.00 Reinforcing Steel - Foundation & CMU Walls N/A Shop Drawing None None S1.01 Structural Steel N/A Shop Drawing None None 51.01 Windstorm & Construction - Doors, Windows, Louvers, Roof Top Equipment, Fans, Vents, Curbs, etc... N/A Shop Drawing None None S4.00 Monorail Trolley and Hoist N/A Shop Drawing None None S5.00 Roofing Plus Underlayment N/A Record Data None None 01 58 13 TEMPORARY PROJECT SIGNAGE SHOP DRAWINGS 1.05.6 Shop Drawing 01 60 00 PRODUCT REQUIREMENTS SHOP DRAWINGS 1.03.B Shop Drawing SAMPLES 1.03.0 Sample 04 05 11 MANSONRY MORTARING AND GROUTING PRODUCT DATA 1.04.6 REPORTS: MORTAR & GROUT CONFORMANCE 1.04.0/D MANUFACTURERS CERTIFICATE 1.04.E MANUFACTURERS INSTALLATION INSTRUCTIONS 1.04.F O&M Manual 04 20 00 UNIT MASONRY PRODUCT DATA 1.04.6 SAMPLES 1.04.0 Sample MANUFACTURERS CERTIFICATE 1.04.D MOCK-UP 1.05.A Mockup 05 52 13 PIPE AND TUBE RAILINGS SHOP DRAWINGS 1.04.6 Shop Drawing 06 10 00 ROUGH CARPENTRY PRODUCT DATA 1.04.6 SAMPLES 1.03.0 Sample MANUFACTURERS CERTIFICATE 1.03.D 07 31 13 ASPHALT SHINGLES PRODUCT DATA 1.04.6 SHOP DRAWINGS 1.04.0 Shop Drawing SAMPLES 1.04.D Sample MOCK-UP 1.06.A Mockup 07 62 00 SHEET METAL FLASHING AND TRIM SHOP DRAWINGS 1.04.6 Shop Drawing SAMPLES 1.04.0 Sample Submittal Register COLLIER POOL RENOVATIONS (BOND 2012) PACKAGE B (RESTROOM OFFICE BUILDING) PROJECT NO. E14008 01 33 01-1 07-03-2014 Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 07 90 05 JOINT SEALERS PRODUCT DATA 1.03.6 SAMPLES 1.03.0 Sample MANUFACTURERS INSTALLATION INSTRUCTIONS 1.03.D O&M Manual WARRANTY 1.03.E 08 11 13 HOLLOW METAL DOORS AND FRAMES PRODUCT DATA 1.3.A SHOP DRAWINGS 1.3.0 Shop Drawing SAMPLES 1.3.D Sample ENVIRONMENTAL DOCUMENTATION 1.3.E.1 WIND LOAD COMPLIANCE 1.3.E.2 Record Data 08 71 00 DOOR HARDWARE PRODUCT DATA 1.3.A DOOR HARDWARE SCHEDULE 1.3.B PROOF OF CERTIFICATION 1.3.0 O&M Manual KEYING SCHEDULE 1.3.D PRODUCT TEST REPORTS 1.3.E.1 Record Data OPERATING AND MAINTENANCE MANUALS 1.3.F O&M Manual 10 14 00 SIGNAGE PRODUCT DATA 1.04.6 SIGNAGE SCHEDULE 1.04.0 SAMPLES 1.04.D Sample SELECTION SAMPLES 1.04.E Sample MANUFACTURERS INSTALLATION INSTRUCTIONS 1.04.F 10 44 00 FIRE PROTECTION SPECIALITIES SHOP DRAWINGS 1.04.6 Shop Drawing PRODUCT DATA 1.04.0 MANUFACTURERS INSTALLATION INSTRUCTIONS 1.04.D O&M Manual 22 05 29 PLUMBING SUPPORTS AND ANCHORS Shop Drawing 22 05 53 PLUMBING SYSTEM IDENTIFICATION AND PIPE MARKING Record Data 22 07 00 INSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION None 22 08 00 OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION None 22 09 00 PIPING INSULATION 1.04.A Shop Drawing 22 09 00 PIPING INSULATION 1.04.6 Record Data O&M Manual 22 41 00 PLUMBING PIPING & VALVES 1.05 Shop Drawing 22 41 00 PLUMBING PIPING & VALVES 1.06.6 Record Data O&M Manual 22 44 00 PLUMBING FIXTURES 1.04.A Shop Drawing 22 44 00 PLUMBING FIXTURES 1.04.0 Record Data O&M Manual 22 55 80 FINNED WATER TUBE BOILERS 1.05 Record Data O&M Manual 23 88 10 AIR DISTRIBUTION DEVICES 1.04.6 Shop Drawing 23 88 10 AIR DISTRIBUTION DEVICES 1.04.0 Record Data O&M Manual 26 01 00 SUBMITTAL OF RECORD DATA 1.04.A Record Data 26 01 00 SUBMITTAL OF RECORD DATA 1.04.6 Shop Drawing 26 01 00 SUBMITTAL OF RECORD DATA 1.04.0 Record Data O&M Manual 26 06 00 GROUNDING 1.04 Record Data O&M Manual 26 07 50 ELECTRICAL IDENTIFICATION 1.03.A Record Data 26 12 30 WIRE AND CABLE 1.04.A Record Data O&M Manual 26 13 60 RACEWAYS 1.04.A Record Data O&M Manual 26 14 00 WIRING DEVICES 1.03.A Record Data 26 24 16 LOW VOLTAGE PANEL BOARDS 1.04.6 Shop Drawing 26 43 13 TRANSIENT VOLTAGE SURGE SUPPRESSION 1.3.A Shop Drawing 26 44 10 DISCONNECT SWITCHES 1.06.A.1 Shop Drawing 26 51 00 LUMINAIRES 1.04.A Record Data O&M Manual 26 51 00 LUMINAIRES 1.04.0 Shop Drawing Submittal Register COLLIER POOL RENOVATIONS (BOND 2012) PACKAGE B (RESTROOM OFFICE BUILDING) PROJECT NO. E14008 01 33 01-2 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description S1.00 REINFORCING STEEL— FOUNDATION & CMU WALLS S1.01 STRUCTURAL STEEL 51.01 WINDSTORM & CONSTRUCTION — DOORS, WINDOWS, LOUVERS, ROOF TOP EQUIPMENT, FANS, VENTS, CURBS, ETC... 01 58 13 (1.05.B) TEMPORARY PROJECT SIGNAGE 01 60 00 (1.03.B) PRODUCT REQUIREMENTS 02 66 12 CONCRETE SIDEWALK & DRIVEWAY 02 72 05 FIBERGLASS MANHOLES Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-1 11-25-2013 Specification Section Shop Drawing Description 02 83 20 CHAIN LINK FENCE 03 80 00 CONCRETE STRUCTURES (PRECAST STRUCTURES) 05 02 00 WELDING (FABRICATOR) 05 52 13 (1.04.B) PIPE AND TUBE RAILINGS 07 31 13 (1.04.C) ASPHALT SHINGLES 07 62 00 (1.04.C) SHEET METAL FLASHING AND TRIM 08 11 13 (1.3.C) HOLLOW METAL DOORS AND FRAMES 10 44 00 (1.04.B) FIRE PROTECTION SPECIALITIES 22 09 00 (1.04.A) PIPING INSULATION 22 41 00 (1.05) PLUMBING PIPING & VALVES 22 44 00 (1.04A) PLUMBING FIXTURES 23 88 10 (1.04B) AIR DISTRIBUTION DEVICES 26 01 00 (1.04.B) SUBMITTAL OF RECORD DATA 26 24 16 (1.04.B) LOW VOLTAGE PANEL BOARDS 26 43 13 (1.3.A) TRANSIENT VOLTAGE SURGE SUPPRESSION 26 44 10 (1.06.A.1) DISCONNECT SWITCHES 26 51 00 (1.04.C) LUMINAIRES B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information time. 4. Allow adequate time for ordering, fabricating, delivering, construction of the Project is not delayed. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 for interrelated Work at one and installing product so 013302-2 11-25-2013 D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-3 11-25-2013 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-4 11-25-2013 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-5 11-25-2013 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-6 11-25-2013 Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-7 11-25-2013 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-8 11-25-2013 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013302-9 11-25-2013 deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 33 02-10 11-25-2013 B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 33 02-11 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit As -Built Record drawings inclusive of all design modifications and changes during construction. B. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 RECORD DRAWINGS 02 21 00 (2) SELECT MATERIAL SOIL CRITERIA 02 52 10 (2-4) LIME SPECIFICATION MIX 02 58 07 (2-3) PAVEMENT MARKINGS PAINT & THERMOPLASTIC 02 62 01 (2) WATERLINE RISER ASSEMBLIES 02 62 02 (3) HYDROSTATIC TESTING OF PRESSURE SYSTEMS 02 64 02 (2) WATERLINES & SERVICE LINES 02 64 09 (2) TAPPING SLEEVES AND TAPPING VALVES 02 64 11 (2) GATE VALVES FOR WATERLINES 02 76 02 (2 & 4) GRAVITY SANITARY SEWERS & SERVICE LINES Record Data COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013303-1 11-25-2013 Specification Section Record Data Description 02 76 10 (2) TELEVISED INSPECTION OF CONDUITS 03 00 20 (2-11) PORTLAND CEMENT CONCRETE (MIX, PER STRUCTURE) 03 20 20 (2) REINFORCING STEEL (GRADE & MANUFACTURER) 04 20 20 (2) CONCRETE MASONRY UNIT (MATERIAL & MORTAR MIX) 04 20 00 MASONRY MORTARING AND GROUTING : O&M MANUAL 05 54 20 (2-3) FRAMES, GRATES, RINGS & COVERS (INCLUDE ALUMINUM) S1.00 CONCRETE MIX DESIGN — FOUNDATION S1.00 CONCRETE MIX DESIGN - STRUCTURAL S5.00 ROOFING PLUS UNDERLAYMENT 08 11 13 (1.3.E.2) WIND LOAD COMPLIANCE 08 71 00 (1.3.F) O&M MANUALS 10 44 00 (1.04.B) FIRE PROTECTION SPECIALITIES 22 05 53 PLUMBING SYSTEM IDENTIFICATION AND PIPE MARKING 22 07 00 INSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION 22 08 00 OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION 22 09 00 (1.04.B) PIPING INSULATION 22 41 00 (1.06.B) PLUMBING PIPING & VALVES 22 44 00 (1.04.C) PLUMBING FIXTURES 22 55 80 (1.05) FINNED WATER TUBE BOILERS 23 88 10 (1.04.C) AIR DISTRIBUTION DEVICES 26 01 00 (1.04.A/C) SUBMITTAL OF RECORD DATA 26 06 00 (1.04) GROUNDING 26 07 50 (1.03.A) ELECTRICAL IDENTIFICATION 26 12 30 (1.04.A) WIRE AND CABLE 26 13 60 (1.04.A) RACEWAYS 26 14 00 (1.03.A) WIRING DEVICES 26 43 13 (1.3.A) TRANSIENT VOLTAGE SURGE SUPPRESSION 26 44 10 (1.06.A.1) DISCONNECT SWITCHES 26 51 00 (1.04.A) LUMINAIRES C. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. Record Data COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013303-2 11-25-2013 D. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. F. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and Record Data 01 33 03 - 3 COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Record Data COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013303-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. Record Data 01 33 03 - 5 COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 6 COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: Construction Progress Schedule COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013304-1 11-25-2013 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 2 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications connections, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Coordinate work with Package A Pool Contractor on schedule dates for construction 2. Scheduled dates for construction; 3. Work to be performed; 4. Utilities, piping, or services affected; 5. Length of time the service or utility will be disturbed; 6. Procedures to be used to carry out the Work; 7. Plan of Action to handle emergencies; 8. List of manpower, equipment, and ancillary supplies; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.02 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pool facilities as much as possible through existing drain lines prior to demolition. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 013500-1 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0140 00 - 1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-3 11-25-2013 Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-4 11-25-2013 d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-5 11-25-2013 the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management 0140 00 - 6 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 1• Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. Temporary Facilities and Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015000-1 11-25-2013 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service), fax machine, and a constant means of email and internet access paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 8 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. Temporary Facilities and Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015000-2 11-25-2013 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. Temporary Facilities and Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015000-3 11-25-2013 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 1 COLLIER POOL RENOVATIONS (BOND 2012) 11-25-2013 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (N01) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall Temporary Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015700-2 11-25-2013 erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS N/A 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay] [Oso Creek Laguna Madre CC Ship Channel. Temporary Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015700-4 11-25-2013 E. Testing of groundwater quality is to be performed by the Owner, at the Owner's expense, prior to commencing discharge and shall be retested by the Owner, at the Owner's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER — N/A 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. Temporary Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015700-5 11-25-2013 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015700-6 11-25-2013 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 70 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 017000-3 11-25-2013 SECTION 021020 SITE CLEARING AND STRIPPING (S-5) 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing, and stripping of objectionable matter as required to complete the project and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubble and other objectionable matter as indicated on drawings and/or as directed by the Engineer. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground. Areas, which underlie compacted backfill, shall be stripped of all vegetation, humus and other objectionable matter encountered within the top 6" of the soil. All material removed from site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a site obtained by the Contractor. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, site clearing shall be measured by the acre. The payment shall include but not be limited to the removing and disposing of objectionable matter from site as indicated above. 021020 12/3/8 Page 1 of 1 SECTION 021040 SITE GRADING (S-6) 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with Standard Specification Section 021020 (Site Clearing and Stripping). Unless specified otherwise on drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with fill. Fill shall be uniform as to material, density, and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill, that is placed by dumping in a pile or windrow, shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade and in layers not in excess of 6 inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order test rolling to evaluate the uniformity of compaction. All irregularities, depressions, and soft spots which develop shall be corrected by the Contractor. Excess material from excavation that is not incorporated into the site as fill shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Site Grading shall be measured by the horizontal square yard. This item shall include, but not be limited to, supplying, placing, and compacting of fill material; and removing and disposing of excess material. 021040 Rev. 11/1/99 Page 1 of 1 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS (S-9) 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities and sewers required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the plans or permitted by the Engineer, all sewers, pipe, and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (Section 022022). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more the 200 feet of open trench left behind the trenching operation and no more then 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specification. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material develop or is encountered during the excavation, the following procedure shall be used unless other methods are called for on the plans. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inch minimum, for pipe less then 2 feet in height. Such excavation shall be carried at least 1 foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing, and bracing, any additional excavation and backfill required shall be done at the contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated in the plans and specification. (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit placing operation insure a relatively dry (no standing water), firm bed. The trench shall be 022020 12/3/8 Page 1 of 3 maintained in such dewatered condition until the trench has been backfilled to a height at lease one -foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by a well -points installation as conditions warrant. Removal of well -points shall be at rate of 1/3 per 24 hours (every third well -point). (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface shall be in accordance with plan detail, or as required by other applicable specifications. (5) Removing Old Structures. When old masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1 -foot below the bottom of the trench. When old inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth 1 -foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through storm or sanitary sewers which are known to be abandoned, these sewers shall be cut flush with sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active sanitary sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench, while open, and the lines shall be restored when the backfilling has progressed to the original bedding lines of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed, by the Contractor, from the job site promptly following the completion of work involved. (8) Backfill A. Backfill Procedure Around Pipe All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable, shall be select material as described by Standard Specification 022100 "Select Material", free of large hard lumps, or other debris. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed six (6) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by mechanical tampers. A 022020 12/3/8 Page 2 of 3 thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe The backfill for that portion of trench over (1) foot above the pipe or conduit shall be selected excavated material free of hard lumps, rock fragments, or other debris, placed in layers not more than 6 inches in depth (loose measurement), wetted if required and thoroughly compacted by use of mechanical tampers to the natural bank density and not less than 95% Std. Proctor. Flooding of backfill is not allowed. Jetting of backfill will be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed one foot and density shall not be less than 95% Std. Proctor. A period of not less than twenty-four (24) hours shall lapse between the time of jetting and the placing of the top four (4) feet of backfill. When indicated on the plans or at utility line crossings that are under pavements, trenches shall be backfilled to the road base with "Hasty Backfill" cement -stabilized sand containing a minimum of 1.5 sacks of standard Type I Portland cement per cubic yard of sand. 3. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Excavation and backfill for utilities and sewers shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation is required. 022020 12/3/8 Page 3 of 3 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer from all damages and cost that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan as used herein shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be by as a lump sum for each special structure identified in the proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required providing for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety 022022 10/26/2000 Page 1 of 1 SECTION 022040 STREET EXCAVATION (S-10) 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6" in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer. Unwanted roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with material from the roadway excavation or with other suitable material. Maintain moisture and density until covered by the subbase or base. Remove soft or wet areas found at any time, replace with suitable material, and recompact (esp. utility trenches). (B) Subgrade Preparation That area shown on the plans for street construction shall be cut to grade, scarified to a depth not less than 6" and compacted to 95% standard proctor density. Irregularities exceeding 2" in 16' shall be corrected. Soft areas found at anytime shall be removed, replaced with acceptable material and compacted (esp. at utility trenches). The correct moisture density relationship shall be maintained. (c) Curb Backfill and Topsoil (Sidewalks, Parkways, Island, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways without delay after completion of concrete work. The top 6" (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finished earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material, which detracts from its appearance or hampers the growth of grass. (D) Matching Grades at Right -of -Way Line Finished grade at the property line shall be as shown on the plans. The Engineer may require a reasonable amount of filling on private property where 022040 12/3/8 Page 1 of 2 the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of -way lines shall be made at a slope of 3:1. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes that, in the judgment of the Engineer, require variation shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF MATERIALS Where shown on plans, selected materials shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Street excavation shall be measured and paid for by the square yard to the limits shown on the plans including excavation for street transition. Payment shall be full compensation for furnishing all materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling, will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 12/3/8 Page 2 of 2 SECTION 022100 SELECT MATERIAL (S-15) 1. DESCRIPTION This specification shall govern the use of select material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be a mixture of sand and clay or other suitable granular material. The material shall be free from vegetation, debris and clay lumps. That portion of the select material passing a 40 -mesh sieve shall have a liquid limit of 45 maximum, a plasticity index range from 6 to 13, and a calculated linear shrinkage of 8.5 maximum. 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers not to exceed 6" loose depth. The material shall be brought to the wet side of optimum moisture content and compacted to a minimum of95% Standard Proctor Density or as specified on the drawings. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the plans. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 12/3/8 SECTION 022420 SILT FENCE (S-97) 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fences required to complete the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO m288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least 1 foot, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 in. and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 in. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self - Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 inches square. The fabric shall be attached to the top of the net at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross- sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length & width) e. Chemical composition 3. MEASUREMENT & PAYMENT 022420 Rev. 12/3/8 Page 1 of 2 Unless indicated otherwise in the Proposal, Silt fences shall be measured, by the linear foot. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Rev. 12/3/8 Page 2 of 2 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK, & DRIVEWAY REPLACEMENT (S-54) 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavement and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the plans, materials and proportions used along with this specification shall conform to the respective following specifications: 025220 "Flexible Base Caliche"; 025424 "Hot Mix Asphalt Pavement"; 025610 "Concrete Curb and Gutter"; and 025612 "Concrete Sidewalks and Driveways", Class "A" concrete per 030020 "Portland Cement Concrete"; 032020 "Reinforcing Steel"; 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with Specification "Excavation & Backfill Utilities and Sewers." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better or per pavement repair details in drawings. 6. REPLACING DRIVEWAY PAVEMENT on all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12" each way. Any other type shall be replaced with like or better replacement. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 welded wire fabric. Shell or asphalt sidewalks shall be replaced with caliche or asphalt surface. 025205 1/18/01 Page 1 of 2 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City Standard if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve original steel and reinforce all new curbs with 3 - #4 bars. Adjust grades for drainage. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter, where a shoulder is disturbed it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Pavement Repair shall be measured by the square yard, curb and gutter replacement shall be measured by the linear foot, sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and will include all labor, materials, equipment, tools and incidentals, required to complete the work. 025205 1/18/01 Page 2 of 2 SECTION 025210 LIME STABILIZATION (S-28) 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure, or proposed base and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. Materials (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216 or Type A in accordance with TEX Item 264. The specifications apply specifically to the normal hydrate of lime made from "high -calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the plans. 3. Equipment The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 4. Construction Methods General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds 025210 12-9-8 Page 1 of 3 of dry -hydrated lime per square yards, in the form of a slurry. Application rate may be varied by the engineer, if conditions warrant. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period, the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder -lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that, when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: Percent Minimum Passing 1" Sieve 100 Minimum Passing No. 4 Sieve 85 Old bituminous wearing surface shall be pulverized so that 100% will pass a 2" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more or to excessive loss due to washing or blowing will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted such that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the 025210 12-9-8 Page 2 of 3 specified density. Unless shown otherwise on the drawings, all lime treated subgrades, subbases, and bases are not in direct contact with surface or binder course shall be compacted to a minimum of 98% Standard Proctor (AASHTO T99). In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density, shall include the addition of lime, about 10% to 15% of the initial application rate or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. 5. Measurement & Payment Unless indicated otherwise in the Proposal, Lime for stabilization of bases, subbases and subgrade shall be measured by the ton of dry hydrated lime applied. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. 025210 12-9-8 Page 3 of 3 SECTION 025610 CONCRETE CURB AND GUTTER (S-52) 1. DESCRIPTION This specification shall consist of Portland Cement combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the plans. 2. MATERIALS Unless otherwise specified on plans, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under specification, Section 030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification, Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in specification, Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade per typical cross section, and hand tamped and sprinkled. If dry, the foundation material shall be sprinkled lightly immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required and shall be rigidly attached to the outside forms. The reinforcing steel shall be placed in position as shown on the typical sections. Care shall be exercised to keep all steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premoulded or board joint of cross section specified for the curb and gutter and of the thickness indicated on the plans. After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on plans. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented, curing compound unless shown otherwise on plans. Other methods of curing as outlined in the specification, Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The curb and gutter shall be backfilled to the full height of the concrete, tamped and sloped as directed. 025610 11/30/2000 Page 1 of 2 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Curb and Gutter or Concrete Curb will be measured by the linear foot for each type of curb. Payment shall each be full compensation of preparing the subgrade; furnishing and placing all materials including reinforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 11/30/2000 Page 2 of 2 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS (S-53) 1. DESCRIPTION The specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the plans. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under the specification Section 030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be red wood or premoulded material meeting the requirements specified in the specification Section 038000 "Concrete Structures". Cap seal shall be Greenstreak or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross- section and, hand tamped and sprinkled. The subgrade shall be moist at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel, if required, shall be placed in position as shown on the plans. Care shall be exercised to keep all steel in its proper location. Sidewalks shall be constructed in sections of the lengths shown on plans. Unless otherwise provided by the plans, no section shall be a length less than 8 feet and any section less than 8 feet shall be removed by the Contractor at his own expense. The different sections shall be separated by a premoulded or board joint of the thickness shown on the plans, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion material shall be placed along their entire length. Similar expansion material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on plans. Sidewalks shall be marked into separate sections, each 4 feet in length, by the use of approved jointing tools. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in the specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 025612 1/9/9 Page 1 of 2 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Sidewalk and Driveway will be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways as indicated in the plans. Payment shall each be full compensation for preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 1/9/9 Page 2 of 2 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be class "A" in accordance with Section 030020 of the Standard Specifications. Reinforcement shall be 4x4 - W2.9 welded wire fabric in accordance with Section 032020 of the Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade, cross section, and shall be of uniform density and moisture, when concrete is placed. The subgrade shall be hand tamped and sprinkled to achieve the desired consistency and uniform support. Ramps shall be constructed of Class A concrete to line and section as shown on the plans. Unless shown otherwise on the Drawings, ramps shall have a minimum concrete thickness in excess of 4", prior to application of exposed aggregate surface texture. Slopes, S, shall be as follows unless shown otherwise on the Drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross Slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalk . S < 1:10 Width of ramp shall be 36", exclusive of flare, unless shown otherwise in the Drawings. No ramp shall be less than 36" wide. Obstructions shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Surfacing shall be the little domes. Surfacing shall be flush with abutting areas. Surfacing shall be subsidiary work and not be measured for separate pay. Abutting curbs, sidewalks, gutters, driveways, etc. shall not receive granite surfacing. Pavement Markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of striping with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section, and grade and shall be free of loose granite surfacing and irregularities. 025614 1/9/9 Page 1 of 2 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Measurement shall include, but not be limited to subgrade prep, form -work, concrete, rebar, surfacing, borders, molding and curing required to complete the curb ramp. Payment shall include all labor, materials, equipment and other incidentals required to complete the concrete curb ramp complete in place and will be made at the unit price bid for Concrete Curb Ramps when included in the proposal. 025614 1/9/9 Page 2 of 2 SECTION 025807 PAVEMENT MARKINGS (S-45) PAINT AND THERMOPLASTIC 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways applied in accordance with these specifications and at the locations shown on the plans or as directed by the Engineer. 2. MATERIALS Paint shall be Type F per AASHTO M248. Thermoplastic shall be in accordance with AASHTO M 249. 3. CONSTRUCTION METHODS 3.1 Weather Limitations - The marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40F. and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand marking equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear -out edges without running of spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer (s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint, the existing surface shall be dry and entirely free from dirt, grease, oil, acids, laitance, or other foreign matter which would reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, Latinate, and loose materials. Areas which cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10o Na3Po4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experience technician to supervise the location, alignment, layout, dimensions, and application of the 025807 Rev 1/9/9 Page 1 of 2 marking. 3.5 Application - Marking shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Paint shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All marking shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate between 105 and 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment or inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while the drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible and shall erect or place suitable warning signs, flags or barricades, protective screens, or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirement of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Pavement Markings shall be measured by the square foot of each type of marking. Payment shall be full compensation for furnishing all materials and for all preparation, layout, and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Rev 1/9/9 Page 2 of 2 SECTION 025813 PREFORMED STRIPING & EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed striping & emblems required to complete the project. 2. PRECONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the information referred to in (1) above, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The pavement marking material shall be the exact 3M Brand Stamark material specified on the plans and specifications, with pressure sensitive adhesive, conforming to the Specification for Durable Retro Reflective Preformed Pavement Markings , attached at the end of this specification. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and, perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of or open to traffic. On roadways already open to traffic, markings will be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placements will be in accordance with the 3M Company manufacturer's instructions. Installation of the material may be by either inlaid or overlaid application. In addition to the manufacturer's instructions, material placement will be in accordance with surface condition requirements moisture and temperature requirements listed below. A 3M Company representative shall be present at the time of application to provide technical assistance and quality control of the material installation. (5) Surface Preparation. The pavement upon which the pavement markings are to be placed shall be cleaned and prepared, prior to placement of the markings. Cleaning shall be by any effective method that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. Adhesive shall be of the type and quality recommended by the manufacturer of the pavement marking material. (6) Moisture. Pavement to which material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a 1 square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer will be observed. If no temperature requirements are established by the materials manufacturer, 025813 Rev 1/9/9 Page 1 of 2 material will not be placed if the pavement temperature is below 60F or if it is above 120F. (8) Clean Up. At all times, the project site will be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions caused by spread of excess adhesive. Markings shall be free of ragged edges and misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro reflectance when observed in accordance with Texas Test Method Tex -828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on final delivery date of materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor. The Contractor shall replace all pavement markings failing the requirements of this specification within 30 working days following notification by the Engineer of such failing. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 6. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Preformed Striping and Emblems shall be square foot for each type and color indicated in the Proposal. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Rev 1/9/9 Page 2 of 2 SECTION 026201 WATER LINE RISER ASSEMBLIES (S-79) 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for water line testing. 2. MATERIALS Riser Assemblies for 2" water line shall consist of (in order): 2" Straight Coupling Compression Fitting for copper tube with male iron pipe thread and setscrew; Ford C84-77 or approved equal 2" x 6" Galvanized Nipple 2" Galvanized 90 Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve Riser assemblies for 4" and up water line shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90 Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of water lines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the water line pipe. 026201 Rev 1/22/9 Page 1 of 1 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEM (S-89) 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests shall be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one inch (1") safety relief valve set at the test pressure plus ten pounds per square inch and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe, and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants, and joints shall be carefully examined. If leaking is detected, the condition shall immediately be corrected by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 P.S.I. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 P.S.I. for sanitary sewer force mains. 026202 Rev 1/22/9 Page 1 of 2 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = S Dl 2 Por L = N D� iz P 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D1P 4,000 PVC Pipe - Uni-bell equation 99 L = N DU2 P 7,400 WHERE L = Maximum Allowable Leakage (Gal./Hr.) S = Length of Pipe Tested (Feet) N = Number of Joints in Tested Line (Pipe & Fittings) D = Nominal Diameter of Pipe (In.) P = Average Test Pressure (P.S.I.) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Hydrostatic Testing of Pressure System will not be measured for pay, but shall be subsidiary. 026202 Rev 1/22/9 Page 2 of 2 SECTION 026402 WATERLINES (S-88) 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 2000 PSI. Bedding Sand for Encasement: Sand shall be granular soil of low plasticity such that 100% pass a #4 sieve and no more than 10% pass a #200 sieve and the PI shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3, and some A2 soils shall be required. Ductile Iron Pipe and Fittings: See Standard Specification Section 026206. Cast Iron Pipe and Fittings: See Standard Specification Section 26208. Polyvinyl Chloride Pipe: See Standard Specification Section 026210. Molecularly Oriented Polyvinyl Chloride Pipe: See Standard Specification Section 026212. Tapping Sleeves and Valves: See Standard Specification Section 026409. Gate Valves for Waterlines: See Standard Specification Section 026411. Fire Hydrants: See Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all material furnished to, or by him, and accepted by him, until it has been incorporated in the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. 026402 Rev 1/22/9 Page 1 of 4 (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. b) Deviation from Drawings: No deviation from the line and grade shown on plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. (3) TRENCH EXCAVATION AND BACKFILL See Standard Specification Section 022020, Excavation and Backfill for Utilities and Sewers. (4) POLYETHYLENE WRAPPING (5) All ductile or cast iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made, using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes, or laid in encasement pipe, shall be completely encased with a minimum of eight inches of sand. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with a minimum of eight inches of sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90o Standard Proctor. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe 026402 Rev 1/22/9 Page 2 of 4 in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance from the bottom of the bell to the bottom of the bell hole. The trench will then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes, or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective damage or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter, or dirt, shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Thrust backings shall be applied at all bends, tees, incomplete crosses and blow -offs, except at anchored fittings. The size and shape of the thrust blocking shall be as shown on the plans. Materials for the backings shall be minimum 2,000 psi concrete and shall be placed between solid ground and the fittings to be anchored. The sizes of thrust blocking are indicated on the drawings. The backing shall be placed so that the pipe and fitting joints will be accessible for repair. Temporary thrust blocks, or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. 026402 Rev 1/22/9 Page 3 of 4 (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent movement when soil conditions would not withstand thrust blocking. Steel rods and clamps shall be galvanized or otherwise rust proofed or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise specified by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (One pound for each 1,680 gallons of water to give 50 ppm) . When the line is complete, and before testing, same shall be slowly filled with water between valves and allowed to stand for 48 hours. After sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take same test two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See Standard Specification Section 026202, Hydrostatic Testing of Pressure System. (12) WATER SERVICE CONNECTIONS See Standard Specification Section 26404, Water Service Connections. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Waterlines will be measured by the linear foot for each size installed. Payment shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, thrust blocking, backfill, all labor, materials, equipment, and incidentals required to complete the work. 026402 Rev 1/22/9 Page 4 of 4 SECTION 026404 WATER SERVICE LINES (S-87) 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water Service lines are those lines from the City main to the meter at the property line 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C-800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The Nuts shall have unitized washers. Straps shall be 5/8" high quality silicone bronze flattened and contoured to provide a wider bearing surface against pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation Stop shall be of brass with I.P. thread inlet and Mueller 110 Compression connection outlet designed for type K copper pipe and is comparable in design to the following: Mueller H-15028 for 1" sizes Mueller H-15023 for 1.5" & 2" sizes ANGLE METER STOP Angle Meter Stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" Service Line with 5/8"x3/4" or 3/4" meter size Brass gate valve req. for 1.5" and 2" sizes SERVICE LINE Service line shall be of type K soft copper tube per ASTM B88. Splices shall not be allowed, unless authorized by the Engineer. If allowed, connections shall be conductive compression both ends, Mueller 110 H-15403 or approved equal. Other products of comparable featured and equal quality may be substituted for the above items with approval of the Engineer. 026404 Rev 2/16/10 Page 1 of 2 3. CONSTRUCTION METHODS See Section 022020.9, "Excavation and Backfill for Utilities and Sewers". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and change over to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Water Service Lines shall be measured with the units indicated in the proposal for each size of service line. Payment for service lines shall include but not be limited to the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, testing, flushing, clean-up, site restoration, all labor, all equipment, and incidentals required for the proper installation. 026404 Rev 2/16/10 Page 2 of 2 SECTION 026406 Private Water Service Lines (S-112) 1. Scope: This section governs the furnishing of all labor, equipment, tools and materials necessary for the construction of private water service lines as shown on the plans, as outlined herein and as necessary to complete the project. Private water service lines are defined as those lines from the customer side of the water meter to the structure. 2. Materials: Materials for the construction of private water service lines shall comply with the provisions of the Standard Plumbing Code as published by the Southern Building Code Congress and as adopted, with local amendments, by the City of Corpus Christi, unless otherwise noted herein or on the plans. 3. Permits: Normal plumbing permit application and fee requirements of the Standard Plumbing Code as adopted by City Code shall apply for this project. A plumbing permit for each lot will be issued to the Contractor by the Building Inspections Department of the City of Corpus Christi. The Contractor shall make application for permits upon award of the contract. 4. General Obligations: (a) Contractor: The Contractor shall construct private water line services in accordance with the plans and these specifications in a neat and workmanlike manner. The route of the proposed water service shall be determined by the Contractor subject to approval of the Owner and the Engineer. All work on private service lines shall be supervised and inspected by a licensed plumber. Good relationships with the public are essential to the success of this project. The Contractor shall make all the required notifications and notices to the owner/occupants in the area. The work shall be accomplished with minimal inconvenience to the public and owner/occupants. The Contractor shall cooperate with all City employees involved in the execution of this contract. The removal of the existing meter from the old location and placement in the new location shall be done by the Contractor under City supervision. Contractor will be held responsible for restoring the water service level better than or equal to before. Compensation will be addressed on an as needed basis upon approval by the Engineer. (b) City: The Engineer will review work proposed by the Contractor and the City Plumbing Inspector shall inspect the installation. 5. Sequence of Work and Construction Methods: (a) City will mail out general letter to property owner describing the project with Form WS -1 (See Appendix) for execution. (b) Contractor shall acquire authorization for site inspections, using Form WS -1 in Appendix from those owners not responding to general letter. (c) Contractor shall perform site inspection, fill -out required forms 026406 Rev. 1/22/9 Page 1 of 3 and submit copy of APrivate Water Service Inspection Report & Routing Recommendation and Site Plan Showing Route to Engineer.(see From W-2 and Sample Site Plan in Appendix). Contractor is encouraged to take photographs of before and after conditions on each lot. (d) Typically, the proposed service line will be connected at the existing riser serving the main structure, usually at the rear. In special cases, where existing surface improvements preclude trench excavation, the connection of the proposed line to the existing line may be allowed at an alternate location. Any alternate tie in locations must be authorized by the Engineer; and there must be evidence that equivalent water pressure of the standard connection will result using the information gathered during the site inspection. (e) Contractor notifies owner/occupant of proposed construction and acquires approval for proposed construction with City assistance using Form W-2. (f) Construct private service lines from structure to proposed meters. (1) Materials shall be installed in accordance with manufacturer's requirements and as set forth in the plumbing code. (2) The Contractor shall be responsible for laying the line along the pre -approved Site Plan Route. All lines shall be a minimum depth of 18 inches except at the riser and near water meter. Portions of the lines that are exposed shall be protected from frost action. (3) Separate trenches (one for water and one for sewer) separated by undisturbed or compacted earth shall be excavated. The trenches shall be excavated in such a manner which will minimize damage to surface vegetation. After installation of the line, the excavated material shall be tamped into the trench and the surface restored to a condition acceptable to the Engineer. Lines shall be bored, jetted or jacked under sidewalks, driveways or other such improved surfaces --unless authorized by the Engineer. (4) When authorized, the proposed line may be hung under pier and beam structures. In such cases, new line shall be insulated and supported with hangar straps at intervals not to exceed four (4) feet spacing. (5) Where required by the building code, electrical ground wires shall be installed to assure any appliances grounded to the plumbing system remain grounded. (6) Boring and casing shall be required adjacent to foundations (Foundation Protection Exhibit in Appendix). (g) Clean, flush, and pressure test new service lines. Make final connection to riser. The service line shall remain under pressure to the angle water check valve. (h) Construct the water service lines to the angle meter stop for meter setting. Clean, flush, and put into service. 026406 Rev. 1/22/9 Page 2 of 3 (1) The proposed meter location shall be placed as follows: (a) for separated curb and sidewalk; 1.5 feet from curb edge of sidewalk; (b) for sidewalk tied to curb; 1.5 feet behind sidewalk; (c) where no sidewalk exists; 4.5 feet behind the curb; (2) The City shall furnish the Contractor a water meter housing so that a proper alignment of the angle meter stop and meter coupling is assured. (i) Set meter box. Existing meter boxes shall be re -used on this project. Any meter boxes which are cracked, broken, or have missing lids shall be replaced with new meter boxes provided by Water Department as deemed necessary by the City Water Inspector. (j) The Contractor shall remove the old meter and set the same meter at the new location. Concurrently, the Contractor shall plug the existing service line and backfill the old meter box pit with clean excavated material. 6. Interruptions of Water Service: The Contractor shall advise the building occupants a minimum of twenty-four (24) hours in advance of the interruption of water service. After the water service has been interrupted, the Contractor shall expeditiously continue work until service has been restored. In no case shall water service be interrupted for more than four (4) hours. 7. Measurement and Payment: Private water service lines shall be measured per each service for the appropriate size of meter setting installed. Payment shall be full compensation for furnishing and installing all lines, valves, fittings, hangar straps, meter boxes and incidentals, trenching, trench safety, boring, jetting or jacking, flushing, testing, service restoration and all other work or materials required to provide water service lines from the meter location to the existing riser. 026406 Rev. 1/22/9 Page 3 of 3 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES (S-84) 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing of tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B 16.1 outlet flange of cast iron, ductile iron, or stainless steel. Sleeves shall be of ductile iron, gray cast iron, or 304 or 316 stainless steel. Lugs, bolts, washers, and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable providing full support of the tapped pipe as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be class 200 for pipes 6" in diameter and less, and class 150 for larger pipes. It should be understood that existing pipes to be tapped might not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping Valves shall conform to AWWA Standards and City Standard Specification Section 026411. Valve boxes shall be as described in Section 026411.2, "Gate Valves for Water Lines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in Section 026402 "Waterlines", and Section 022020 "Excavation and Backfill for Utilities and Sewers". 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Tapping sleeves and Tapping sleeves shall be made on a per each basis and shall include payment for all labor, material, and equipment for installation of the fittings and all other related items such as bolting, wrapping, sand encasing, valves complete in place including joint materials and cast iron valve box, box extension, cover, concrete collar, all as required to install the valves as indicated and specified. 026409 Rev 1/22/9 Page 1 of 1 SECTION 026411 GATE VALVES FOR WATER LINES (S-85) 1. DESCRIPTION This specification shall govern all work necessary to provide all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Values All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C500 of AWWA Standard C-509 except for changes or additions as follows: (Note: Valves manufactured by the Mueller Co., Eddy -Iowa Division of James B. Clow & Son., Darling Valve & Manufacturing Co., and the Rensselaer Valve Company are acceptable provided they comply with these specifications.) 1) The gate valves shall be double disc with parallel or tapered seats (C500) or resilient wedge (C-509) and non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16" and larger shall be furnished for horizontal installation. 4) Stem seals shall be the 0 -ring type on valves through 12". Valves 16" and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18" shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) The minimum number of turns to open as applied to the operating nut for valves through 12" shall be as set out in Table 3 (AWWA C500) and for valves 16" and larger as follows: 16 inch - 96 turns to open 20 inch - 128 turns to open 24 inch - 152 turns to open 30 inch - 186 turns to open 36 inch - 222 turns to open 8) All valves shall be equipped with bronze hooks or wedge pins. All valves 16 inches in diameter and above shall be equipped with bevel gears, bronze rollers, bronze tracks, bronze scrapers and bronze hooks or wedge pins. 9) All gears shall be in oil filled extended type gear cases. 10) No position indicator will be required. 11) Bypass valves shall be installed on valves 20" in diameter and larger. 12) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: 026411 Rev 11/12/99 Page 1 of 2 a) Certified drawings of each size and type of valve 16" and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in p.s.i., the minimum yield strength in p.s.i., and the minimum elongation in 2" per cent. Cast Iron Valve Boxes Cast iron valve boxes shall be provided over all operating nuts of gate valves 12" and smaller. The word "WATER" shall be cast in the top cover. The boots shall be hemispherical in shape and shall fit the particular valve size. The boxes and lids shall be given a coat of hot tar dip. Valve boxes shall be hemispherical in shape and shall measure ten and one- quarter inch at the bottom diameter. The valve box shall have one inch wide by one-half inch thick rim around the middle four inches from the top. It shall have six inch inside diameter bell type top extension with a seven and one- quarter inch by seven and one -eight inch tapered bell of one inch depth. The vertical distance from the bottom of the extension to the top of the bell shall be eleven inches. The casting shall be free of defects with all mold marks and defects ground off. The valve box shall have one coat of hot tar dip. The extension pipe of the valve box described above shall be eight 8" plastic (SDR 35) . 3. CONSTRUCTION METHODS GATE VALVES Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street R.O.W., the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set 12" below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Gate Valves for Waterlines shall be measured as a unit for each gate valve and valve box installed. Payment shall include the costs for furnishing and installing the valves complete in place including joint materials and cast iron valve box, box extension, cover, concrete collar, all as required installing the valves as required. 026411 Rev 11/12/99 Page 2 of 2 SECTION 027202 MANHOLES (S-62) 1. DESCRIPTION (Brick and Pre -cast Concrete for Storm Sewer Application) This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete based and concrete or brick masonry walls as shown on the plans to the lines, grades and dimensions shown on plans or established by Engineer. 2. MATERIALS Concrete shall be Class "A" conforming to Section 030020 "Portland Cement Concrete". Manholes for storm sewer may be made form cast in place Class "A" Concrete, brick made from surface clay, or shale, concrete brick, precast fiberglass or a combination of these materials. Manholes for sanitary sewers shall be made from clay brick only, conforming to Grade MM of A.S.T.M. C 32. Nominal size of brick shall be 2-1/2" x 4" x 8-1/4". Brick shall be cored with 3 holes. Concrete brick shall conform to Grade A of A.S.T.M. Specification C-55. Mortar for masonry or plastering shall be one (1) part Portland Cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalies. Reinforcing steel where used shall conform to requirements of Section 032020 "Reinforcing Steel". All manhole rings and covers for streets shall be Western Iron Works A-25 Or East Jordan V1168 assembly (340 lb./set) or equal and shall have the seating surface of ring and cover machined to secure a snug fit. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Shoring shall be the responsibility of the Contractor and installed as necessary. No shoring shall be left or backfilled around unless authorized by Engineer. Shoring shall remain in place at least twenty-four (24) hours after masonry or concrete work has been completed. 4. BRICK MANHOLES Brick shall be laid in header courses and shall have a full bed of cement mortar. Mortar joints not to exceed one-half (1/2) inch and inside joints to be neatly struck. Masonry shall be built upon level courses. Bats shall be used only when necessary to close joints. Brick shall be wet down immediately before being placed. The outside of manholes shall receive a coat of Cement Mortar Plaster, applied as the construction of the manhole progresses and conforming to requirements noted on details of manholes shown in the plans. The bottom of the manholes shall be carefully formed, and invert shall be smoothly finished. The bottom of the manhole shall be Class "A" Concrete and pipes shall be cut to fit inside surface of walls. The outside area of manholes in the Flour Bluff Area, Corpus Christi Beach Area or any area where natural ground elevations are below elevation of 12.OMSL, shall be coated below six foot of depth as follows. The outside of the manholes shall receive a coat of the standard cement mortar plaster. 027202 Rev 2/6/9 Page 1 of 2 5. CONCRETE MANHOLES (STORM SEWER ONLY) (1) Formed in Placed Manholes: Where formed concrete is used, forms shall be built to dimensions shown on standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and meet approval of Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 loading and designed by an Engineer. The upper 18" of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, the eccentric cones will be used. Manhole designs shall be submitted for approval. 6. GENERAL CONSTRUCTION METHODS All steps and other items shall be installed as the work progresses and as shown on standard details. Work shall be completed and finished in a careful workmanlike manner, special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. 7. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than 6 -inch and compacted to a minimum of 95% standard Proctor, before next layer is installed. 8. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Manholes shall be measured by each individual structure built, and paid for at the unit price bid per inch, of the size, type and depth specified, complete in place, and meeting the approval of the Engineer. "Complete in place" shall mean all labor, materials and equipment necessary to furnish and install the manholes. 027202 Rev 2/6/9 Page 2 of 2 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated in the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM -D -3753 - Glass fiber reinforced polyester manholes latest edition and the referenced design criteria as follows: 1. ASTM -C-581 Practice for determining chemical resistance 2. ASTM -D-695 Test 3. ASTM -D-790 Test thermosetting resins of used in glass -fiber reinforced Structures Intended for Liquid Service method for plastics methods for flexural and reinforced insulating materials compressive properties of rigid properties of un -reinforced plastics and electrical 4. ASTM -C-923 Standard Specification for Resilient manhole connectors 5. ASTM -D-2412 Test Method for external loading properties of plastic pipe by parallel -plate loading. 6. ASTM -D-2583 Test method for indentation hardness of rigid plastics by means of a barcol impressor. 7. ASTM -D-2584 Test method for ignition loss of cured reinforced resins 8. ASTM -D-3034 Type PSM Poly (Vinyl) Chloride) (PVC) sewer pipe and fittings 9. ASTM F794 PVC Profile Wall Sewer Pipe (riser) 10. ASTM C32 Clay brick, grade MM (Risers for Storm Sewer Application 2-1/4" x 3-5/8" x 7-5/8" 11. Plastic Risers for Sanitary Sewer application: HDPE Rings The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50". The inside diameter of the manhole barrel shall be either 48" or 1.5 times the nominal pipe diameter of the largest pipe, which ever is larger. A concentric reducer over the barrel shall have a minimum inside diameter of 22 inches at the top. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity and be in conformance with ASTM D-3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F-477. Material for rubber sleeve shall meet the requirements of ASTM C- 027205 2/8/10 Page 1 of 5 443. Manhole pipe connectors between 4" and 15", shall be Inserta Tee of Fowler Mfg. or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston or approved equal and wrapped with Class A Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class A in accordance with Section 030020. Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi or approved equal. Pre -cast Reinforced Concrete Manhole Base shall be in accordance with requirements of ASTM C-478 as shown in the drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a 1 psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. Inhibitor shall be stamped "Property of City of Corpus Christi, Texas". E. Manhole Diameters Unless indicated otherwise in the drawings, the minimum internal diameter of manholes shall be based on sewer size and depth, as tabulated below. Note: As the minimum clear distance between sewers shall be 12", a larger diameter manhole may be required to achieve this requirement than may be indicated in the table below. Nominal Sewer Main MH DEPTH MH Diameter < 30" diameter 0' - 14' 4' > 30" diameter > 14' 5' 30" - 36" any 5' F. Ring & Cover Manhole ring & cover shall be East Jordan Iron Works V -1420/1480Z1 or approved equal, unless indicated otherwise in the drawings. 4. CONSTRUCTION METHODS General: The limit of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall 027205 2/8/10 Page 2 of 5 pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power pole, drainage, streets, etc. Vertical Side: When necessary to protect other improvements, the Contractor shall maintain vertical sides of the excavation. The limit shall not exceed three feet outside the footing on a vertical plan parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed, as the excavation is backfilled. Sloping Sides: In unimproved areas, where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping well pointing, or any combination as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe 4" through 15" shall be made with appropriately sized core drill bits recommended by the Manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If 027205 2/8/10 Page 3 of 5 manhole must be moved by rolling, then do so. The ground on which it roles shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: Adjust the manhole to correct elevation. Installation: Lower manhole into proper vertical position. Backfill Material: Unless shown otherwise on the drawings, select material shall be used for backfill around the manhole for a distance of two feet from the outside surface and extending from the bottom of the excavation to the bottom of the top slab. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Excavated material which is to be used for fill or backfill may be stockpiled on the site. Location of stockpiles shall be approved by the Engineer. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. When indicated on the plans or under pavements, the area around the manhole shall be backfilled to the road base with "Hasty Backfill" cement - stabilized sand containing a minimum of 1.5 sacks of standard Type I Portland cement per cubic yard of sand. Schedule of Backfilling: The Contractor may begin backfilling of manhole as soon as practical. Compaction: Backfill shall be uniformly compacted in layers not to exceed 6" compacted thickness and to at least 95% Standard Proctor Density. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 5. TESTING Manholes will be tested for leakage by either of two tests as specified by Engineer. Water Leakage Test: The contractor shall provide water, labor, and materials for testing. Testing will be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 0.025 gallons per foot of depth per foot of diameter per hour. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: 027205 2/8/10 Page 4 of 5 Vacuum testing shall be in accordance with Section 027203, Vacuum Testing of sanitary sewer manholes and structures. 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of a grade adjustment bricks (for storm) or HDPE (for sanitary), grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of bricks and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6" below the seam where the corbel meets the vertical wall. Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6" strip along the outside seam all around with two layers of mat with one layer of roven woven sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by a manhole manufacturer for use in such application. After the putty has set, Fiberglass (verb) a 6" strip on the inside as previously done on the outside. After curing, backfill with select material compacted to a minimum of 95% standard proctor or as directed by the Engineer. 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Fiberglass Manholes shall be measured per each. Measurement shall include, but not be limited to; excavation, concrete foundation, manhole assembly, connections, cast iron frame and cover, concrete work, backfill, testing, and other work as required completing the fiberglass manhole. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manholes" (sanitary) . 027205 2/8/10 Page 5 of 5 SECTION 027602 GRAVITY SANITARY SEWERS (S-61) 1. DESCRIPTION This specification shall govern all work required for furnishing, handling, and installing gravity sanitary sewers required to complete the project. 2. MATERIALS A. Pipe and Fillings: 1. VITRIFIED CLAY PIPE (VCP) and fittings shall be "Extra Strength" in accordance with ASTM C-700. Pipe shall have a minimum laying length of 6 feet, unless indicted otherwise on the plans. All joints shall be in accordance with ASTM C-425. Joints for pipe and fittings with a nominal diameter of 18 inches or less shall be Plain End (PEP); for larger sizes either PEP or Bell and Spigot. 2. POLY -VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with ASTM D-3034. Pipe shall have an SDR of 26. Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D-3212. B. Bedding Materials: 1. CRUSHED STONE shall be well graded angular crushed stone in the general size range of 3/4" to 1/16" which has good stability. Crushed stone shall be graded in accordance with Size #67 and #68 of AASHTO M 43, ASTM D 448. 2. SAND shall be sands with very little or no fines. Soils with a Unified System Classification of SW and SP, or an AASHTO classification of A-3 shall be required. 3. GRAVEL shall be gravel with less than 10% by weight fines. The sieve analysis of gravel shall be in accordance with Size #67 or #68 of AASHTO M43, ASTM D 448. 4. CONCRETE shall be Class B concrete in accordance with City Standard Specification Section 030020 for "Portland Cement Concrete". C. Backfill Materials: 1. INITIAL BACKFILL is that material from the top of the bedding material to an elevation within 12 inches of the top of the pipe. This material shall be in accordance with City Standard for "Select Material" or material with a binder having a Plasticity Index between 0 & 13 and a liquid limit less than 46. The material shall be free of vegetation, debris, rocks with a diameter over 1.5 inches and clay lumps. This material shall not include soils with a Unified System Classification of OL, MH, OH, CH, and PT or soils with an AASHTO classification of A-7. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with a standard specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". 027602 Rev 11/11/08 Page 1 of 6 3. CONSTRUCTION METHODS A. Trench Excavation: See standard specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws, or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer. C. Alignment and Grade: 1. All pipes shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall be provided with offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the sewer to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc. shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the 027602 Rev 11/11/08 Page 2 of 6 interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: 1. VITRIFIED CLAY PIPE: ASTM C-12 PLAIN END PIPE (PEP) has a polyurethane elasomer molded to both ends of the pipe. The factory applied PVC sleeve, or collar may be removed and used on either end of the pipe. The mating surface shall be cleaned and lubricated prior to assembly. The pipe shall be aligned in the trench and shoved home to compress the joint and to assure a tight fit between the inner surfaces. Care shall be taken to avoid damaging the collar. BELL AND SPIGOT PIPE shall have bell and spigot mating surfaces wiped clean and free of dirt and other foreign matter. A lubricant shall be applied to the mating surfaces just prior to joining. Bell holes shall be excavated into the bedding material. The spigot end shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. Care shall be taken to avoid damaging the bell. 2. POLY -VINYL CHLORIDE PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: 1. VITRIFIED CLAY PIPE: Bedding and initial backfill of VCP shall be in accordance with the details provided in the drawings. The class of bedding required will be dependent on trench width, pipe size and depth of cut. Bedding class shall be obtained from the table provided in the drawings. CLASS A BEDDING: When included in the drawings shall be used for deep cut applications and shall include concrete cradle or concrete arch. CLASS C BEDDING: When in a total sand environment, sand bedding material may be used in place of crushed stone or gravel. CLASS D BEDDING: Shall require either bell holes or sand bottom as required for uniform support of pipe. 2. POLY -VINYL CHLORIDE PIPE: Bedding and initial backfill of PVC pipe 027602 Rev 11/11/08 Page 3 of 6 shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See standard specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. VITRIFIED CLAY PIPE shall be tested in accordance with ASTM C 828 "Standard Practice for LOW-PRESSURE AIR TEST OF VITRIFIED CLAY PIPE LINES. 3. POLY -VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni-Bell Plastic Pipe Association "Recommended Practice for LOW- PRESSURE AIR TEST OF INSTALLED SEWER PIPE" UNI -B-6. The test section of pipe shall be pressurized to 5 psi above the groundwater pressure. Once the pressure has stabilized, the time for a pressure drop from 3.5 to 2.5 psi shall be measured and not be less than the time indicated in the following table. 027602 Rev 11/11/08 Page 4 of 6 MINIMUM SPECIFIED TIME REQUIRED FOR A 1.0 PSIG PRESSURE DROP FOR SIZE AND LENGTH OF PIPE INDICATED FOR Q = 0.0015 1 Pipe Diameter (in.) 2 Minimum Time (min: sec) 3 Length for Minimum Time (ft) 4 Time for Longer Length (sec) Specification Time for Length (L) Shown (mita: sec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24 10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15;49 17:48 12 11:20 199 3,418 L 11,20 11:20 11:24 14:15 17:05 19:56 22:47 25:38 15 14:10 159 5.342 L 14.10 14:10 17:48 22:I5 26:42 31;09 35:36 40:04 18 17:00 133 7.692 L 17,00 19:13 25:38 32:03 38:27 44:52 51:16 57:41 21 19:50 114 10.470L 19:50 26:10 34:54 43:37 52:21 61:00 69:48 78:31 24 22:40 99 13.674 L 22:47 34:11 45:34 56:58 68:22 79:46 91,10 102:33 27 25:30 88 17.306 L 28:51 43:16 57:41 72:07 86:32 100:57 115:22 129:48 30 28:20 80 21.366 L 35:37 53:25 71:13 89:02 106:50 124:38 142:26 160:15 33 31:10 72 25.852 L 43:05 64:38 86:10 107:43 129:16 150:43 172:21 193:53 36 34:00 66 30.768 L 51:17 76:55 102:34 128;12 153:50 179:29 205:07 230:46 42 39:48 57 41.883 L 69;48 104:42 139:37 174:30 209:24 244:19 279:13 314:07 48 45:34 50 54.705 L 91:10 136:45 182:21 227:55 273:31 319:06 364.42 410:17 54 51:02 44 69.236 L 115:24 173:05 230:47 288:29 346:11 403:53 461:34 519:16 60 56:40 40 85,476 L 142:28 213:41 284:55 356:09 427:23 495:37 569:50 641:04 Note: If there has been no eakage (zero prig drop) after one hour of testing, the test section shall be accepted and the lest complete. (See Stxlian 7,5.) B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and shall be of machined rigid corrosion resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inch) Mandrel O.D. (inch) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill for at least 30 days. 027602 Rev 11/11/08 Page 5 of 6 C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information shown on the plans or in the appendix is without warranty as to correctness of fact or interpretation. 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Gravity Sanitary Sewers shall be measured by the linear foot for each size and depth of sewer installed as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured and shall be considered subsidiary to pipe, unless included as a separate bid item in the proposal. De -watering will be measured for pay by the linear foot of trench, if all the following conditions are met: (1) de -watering was included as bid item in the proposal by the Engineer; (2) de -watering of the trench was accomplished by well point system; and (3) the use of well points was necessary and was authorized by the Engineer. Payment shall include all labor, pipe, bedding, de -watering, equipment for hauling, trench excavation, and all cleaning up and other incidentals necessary to install the pipe complete in place. 027602 Rev 11/11/08 Page 6 of 6 SECTION 027606 SANITARY SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the Sanitary Services Lines required to complete the project. Sanitary Service Lines are those lines, constructed in public ROW, from the service tee on the main up to and including the clean-out at the property line. 2. MATERIALS: Pipe and fittings for sanitary service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wys shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4" diameter for residential and 6" for commercial. Minimum slopes for 4" and 6" pipes shall be 1/8 (S=0.01) and 1/16 (S= 0.005) inches per foot respectively. Sanitary sewer service lines shall cross under water mains The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner which will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to a minimum of 95% Std. Proctor and the surface restored to a condition acceptable to the Engineer. Lines shall be bored, jetted, or jacked under sidewalks, driveways, and other such improved surfaces; unless authorized by the Engineer. Service lines shall be leakage tested with the main sewer. 4. MEASUREMENT & PAYMENT: Unless indicated otherwise in the Proposal, Sanitary Service Lines shall be measured as individual units for each connection made to the main. Measurement shall include but not be limited to; the line from the tee on the main to, and including, the clean-out at the property line. Payment shall include all labor, materials, equipment, trench safety and incidentals necessary for Sanitary Service Lines required to complete the project. 027606 Rev. 11/15/99 Page 1 of 1 SECTION 027608 PRIVATE SEWER SERVICES (S-39) (FOR RESIDENTIAL AND COMMERCIAL APPLICATION) 1. Scope: This section governs the furnishing of all labor, equipment, tools and materials necessary for the construction of private sewers services as shown on the plans, as outlined herein and as necessary to complete the project. Private sewer services lines (aka Building Sewers) are defined as the sewer piping extending from the customers structure to the clean-out at the property line. 2. General: Construction of private sewer services shall comply with the provisions of the Standard Plumbing Code as published by the Southern Building Code Congress and as adopted, with local amendments, by the City of Corpus Christi, in addition to the plans and specs. In case of conflict, between the code and the plans the more stringent prevails. 3. Materials: PVC pipe and fittings for sewers shall be in accordance with ASTM D2665 and ASTM D 3311. Solvent cement for PVC shall meet ASTM D2564. Asbestos cement pipe, concrete pipe and cast iron pipe shall not be used as sewer pipe. There shall be no co -mingling of different materials except through proper adaptors. Section (504.4.2) of the Standard Plumbing Code. Rejected materials shall be marked and removed from the job site. 4. Permits: Normal plumbing permit application and fee requirements of the Standard Plumbing Code as adopted by City Code shall apply to this project. A plumbing permit for each lot will be issued to the Contractor by the Building Inspections Department of the City of Corpus Christi. The contractor shall make application for permits upon award of the contract. 5. General Obligations: (a) Contractor: The contractor shall construct private sewer services in accordance with the plans and these specifications in a neat and workmanlike manner. The route of the proposed private service shall be determined by the Contractor subject to approval of the Owner and the Engineer. All work on private services shall be supervised and inspected by a licensed plumber. Good relationships with the public are essential to the success of this project. The contractor shall make all the required notifications and notices to the owner/occupants in the area. The work shall be accomplished with minimal inconvenience to the public and owner/occupants. The contractor shall cooperate with all City employees involved in the execution of this contract. (b) City: The Engineer will review work proposed by the Contractor and the City Plumbing Inspector shall inspect the installation. 6. Sequence of Work: (a) City will mail out general letter to property owners describing the project with Form WS -1 (See Appendix) for execution. 027608 Rev. 6/98 Page 1 of 3 (b) Contractor to acquire authorizations from owners for site inspections using Form WS -1 in Appendix from those property owners not responding to general letter. The contractor is encouraged to take photographs of before and after conditions on each lot. (c) Contractor performs site inspection and fills out required form and submits copy of inspection report and Site Plan Showing Route to Engineer. (Private Sanitary Sewer Service Inspection Report & Routing Recommendations Form S-2 and Sample Site Plan in Appendix). (d) Form S-2 reviewed by Engineer and property owner. This should be completed prior to installing main sewer. (e) Contractor notifies owner/occupant of proposed construction and acquires authority for proposed construction on Form S-2 and Site Plan in Appendix. 7. Construction Methods: (a) Clean outs - A two-way, 4 -inch double riser clean out shall be installed at the connection of proposed private sewer and building sewer and also a single wye riser at the property line. Clean outs shall be placed at change in direction and at a maximum spacing of 75 feet. All clean outs shall be brought to finish grade. (b) Bends - Change in direction in drainage piping shall be made by the appropriate use of 45° wyes, long sweep quarter bends, one-sixth, one-eighth, or one -sixteenth bends or by a combination of these, or equivalent fittings. (c) Disconnection from Old Main - Abandoned service lines shall be plugged below ground surface with concrete. (d) Fittings prohibited - A straight tee shall not be used. Saddle type fitting or running threads shall not be used. Pipe shall not be drilled or tapped unless approved by the Engineer. A fitting having a hub in the direction opposite to flow shall not be used, unless the pipe is cut by a saw or snap cutter, which will assure clean, smooth cuts of the pipe. Adaptors for connecting new pipes to existing piping shall be of the non -shear type. Adaptors with internally fitted fiberglass support ring as manufactured by DFW/HPI or Adaptors with externally fitted stainless steel shear rings and hardware as manufactured by Fernco or approved equal shall be required for matching pipe with the same nominal dimensions such as 4" clay to 4" plastic. Other types of adaptors that do not have this feature shall not be used. (e) Protection of foundations - Trenches shall not be excavated within 3 feet of foundations. (See Foundation Protection Exhibit in Appendix) Where trenching is not allowed because of insufficient clearance from foundation, the private service shall be installed in a bored or jacked casing. The ends of each casing shall be wrapped with Class AA= subsurface Geotextile per AASHTO M288. This steel casing will only be measured for pay when it falls within the areas where open trenching is not allowed because of it being excessively close to existing foundations. Boring under surface improvements such as existing driveways, sidewalks, etc. shall not require casing. (f) Pipe size - Minimum pipe size for private services shall be 4" diameter for residential and 6" diameter for commercial. (g) Slope/velocity - Minimum slope of services shall be not less than 0.01 or 1/8 inch per foot. 027608 Rev. 6/98 Page 2 of 3 (h) Installation - Materials shall be installed in accordance with manufacturer requirements. (I) Alignment/grade - The contractor shall be responsible for establishing alignment and grade for proposed services. (See paragraph (g) above.) (j) Surface Restoration - Separate trenches (one for water and one for sewer) separated by undisturbed or compacted earth shall be excavated. Trenches shall be excavated in such a manner which will minimize damage to surface vegetation. After installation, the excavated material shall be tamped into the trench and the surface restored to like or better condition acceptable to the Engineer. Lines shall be bored, jetted or jacked under sidewalks, driveways or other such improved surfaces; unless authorized by the Engineer. (k) Electrical ground - Where required by the building code, electrical ground wires shall be installed to assure any appliances grounded to the plumbing system remain grounded. (1) Maintenance of service - Sanitary services shall be installed with a minimum of inconvenience to the occupant of the house. The contractor shall provide continuous service of all utilities during construction, where practical. In the event of damage to existing utility, restoration is the responsibility of the contractor. (m) Interruption of service - In the event that an unavoidable interruption of service is anticipated, the contractor shall advise the building occupant (s) a minimum of 24 hours in advance of the interruption. After the service has been interrupted, the contractor shall expeditiously continue work until service has been restored. In no case shall sewer service be interrupted for more than four (4) hours. (n) Testing - The Private sewer shall be tested for leaks prior to connecting with the clean-out at the property line. The private sewer service shall be plugged at the down stream end and a ten foot test riser placed at the up stream end(s). The line shall be filled with water and no measurable leaks shall be allowed. The Air Test [417.2.2] may be used at the option of the Contractor. Test equipment shall be provided by the Contractor. 8. - Measurement and Payment: Unless indicated otherwise in the Proposal, Private Sewer Services shall be measured per each service installed. Some services may require more than one connection on the owner's pipe. For example, house with garage apartment. All connections of this nature made to common lot owner shall be considered one service. Rental house of a common owner shall be measured as separate unit for each house. Payment shall be at the contract unit bid prices and shall constitute full compensation for furnishing and installing all pipes, fittings and incidentals, trenching, trench safety, boring, jetting or jacking, flushing, surface restoration and all other work or material required to provide sewer service from the structure(s) to the sanitary clean-out at the property line. 027608 Rev. 6/98 Page 3 of 3 SECTION 027610 TELEVISED INSPECTION OF CONDUITS (S-125) 1. SCOPE This specification shall govern for all work, equipment, and materials required to provide for remote closed circuit television inspection and documentation of sanitary sewer or other lines as required in the plans and specifications. 2. INSPECTION CONDITIONS Closed circuit television inspection will typically be done under one or more of the conditions listed below, as called for elsewhere in the plans and specifications. 2.1 Inspection and Documentation of Existing Line for Evaluation: Upon completing cleaning operations on an existing line, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line and obtain detailed information for further study. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. The log shall consist of observations recorded on television inspection forms, and shall specifically indicate items such as deviations in line and grade, abnormal conditions of pipe barrel and joints, locations of dropped or broken taps, and locations and quantities of any sources of infiltration or inflow. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted or each observation on the report forms. 2.2 Inspection & Documentation of Existing Lines Prior to Rehabilitation: After point repairs or any problems along the line have been fixed and the line cleaned, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line to show that the line is in a condition to receive the liner. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. The log shall consist of observations recorded on television inspection forms. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted for each observation made on the report forms. 2.3 Inspection and Documentation of Lines after Rehabilitation: Upon completion of the rehabilitation (Lining) of an existing line including any appurtenances such as manholes and tie ins in the case of sanitary sewers, a closed circuit television camera shall be pulled through each completed line segment. The intent of this process is to carefully inspect the interior of the rehabilitated line to determine the location and extent of any unacceptable work. The Contractor shall 027610 Rev 11/15/99 Page 1 of 3 provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. This log shall consist of observations recorded on television inspection forms, and shall indicate the internal condition of the rehabilitated line, and more particularly any deficiencies therein. The distance from the beginning point, such as manhole in the case of sanitary sewers, shall be noted for each observation made on report forms. If a section or sections of line require additional work after the inspection described above, another inspection will be performed on the re -worked section or sections of line to determine if the work is now acceptable. A revised television report log and an updated video tape recording for these re -worked area inspections will also be required and will be furnished to the Engineer by the Contractor. This process will be repeated as required until it has been determined that the entire line is acceptable. Unless directed otherwise by the Engineer, the Contractor will be required to furnish a separate video tape for each inspection made as well as a tape showing the entire length of the completed line in sequence. 2.4 New Line Upon Completion: Upon completion of the installation of the new line, including any appurtenances such as manholes in the case of sanitary sewers, a closed circuit television camera shall be pulled through each completed line segment. The intent of this process is to carefully inspect the interior of the completed line to determine the location and extent of any unacceptable work. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. This log shall consist of observations recorded on television inspection forms, and shall indicate the internal condition of the completed line and more particularly any deficiencies therein. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted for each observation made on report forms. If a section or sections of line require additional work after the inspection described above, another inspection will be performed in the re -worked section or sections of line to determine if the work is now acceptable. A revised television report log and an updated video tape recording for these re -worked area inspections will also be required, and will be furnished to the Engineer by the Contractor. This process will be repeated as required until it has been determined that the entire line is acceptable. Unless directed otherwise by the Engineer, the Contractor will be required to furnish a separate video tape for each inspection made as well as a tape showing the entire length of the completed line in sequence. 3. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, this work shall not be measured for payment, and shall be considered subsidiary to the various other bid items in the contract. 027610 Rev 11/15/99 Page 2 of 3 ATTACHMENT TO 027610 TELEVISED INSPECTION REPORT LOG DATE TIME PROJECT OPERATOR ENTRY POINT EXISTING PIPE TYPE MANHOLE DEPTH TAPE NUMBER EXIT POINT CAMERA STARTING FOOTAGE COMMENTS CAMERA FOOTAGE (DISTANCE FROM ENTRY POINT) EXISTING PIPE SIZE STARTING COUNTER OBSERVATION / COMMENTS 027610 Rev 11/15/99 Page 3 of 3 SECTION 030020 PORTLAND CEMENT CONCRETE (S-40) 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland Cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter - Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the tensile or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60E F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor than 1000 parts million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before 030020 Rev 7/7/94 Page 1 of 12 use in structural concrete. Tests shall be made in accordance with the "Standard Method of Test for Quality of Water to be used in Concrete" (AASHO Method T-26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent of weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413.A. It shall have a wear of not more than 40 percent when tested in accordance with Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on each Sieve Aggregate Nominal 22 2 1- 1 3/4 1/2 3/8 No. No. Grade No. Size In. In. 2 In. In. In. In. 4 8 In. 1 2 in. 0 0 95 15 60 to to 100 20 to to 50 80 2 (467) * 1-2 in. 0 70 95 0 30 to to 90 100 to to 5 65 4 (57) * 1 in. 0 90 95 0 40 to to to 100 100 5 to 75 8 3/8 in. 0 0 35 90 to to to 5 80 100 030020 Rev 7/7/94 Page 2 of 12 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (Test Method Tex -408-A), it shall not show a color a darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Table 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate 3/8 No. No. No. No. No. No. No. Grade No. In. 4 8 16 30 50 100 200 1 0 0 to 0 to 15 to 35 to 70 to 90 to 97 to 5 20 50 75 90 100 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex - 203 -F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. 030020 Rev 7/7/94 Page 3 of 12 (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90E F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air Entraining Admixture. The admixture shall met the requirements of ASTM Designation: C 260 modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT 030020 Rev 7/7/94 Page 4 of 12 All cement shall be stored in well ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used it shall be weighed separately but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a Coarse Aggregate Factor acceptable to the Engineer, for the class (es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirement contained herein and in accordance with the THD Bulletin C-il. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve him of 030020 Rev 7/7/94 Page 5 of 12 providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of concrete, and when the aggregate and/or brand of cement or admixture are changed. Trial batches shall be made in the mixer to be used on the job. When Transit Mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregate. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as temporary measure until the redesign is checked. Water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1-1/2 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water reducing or retarding agent or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the difference aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Rev 7/7/94 Page 6 of 12 Concrete Designation Structural Concrete (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Con cre to TABLE 3 Slump Requirements Desired Slump Max. Slump 4 3 5 2.5 NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement allowable water cement ration, the desired and maximum slump requirements of the various classes of concrete shall requirements of Table 3 and Table 4 and as required herein. 5 4 6 4 content, maximum and the strength conform to the During the process of the work, the Engineer will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimen will be tested in accordance with Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified on the plans. For placements on structures such as manholes, inlets, culverts, wingwalls, the Engineer may vary the number of tests to a minimum of one for each 25 yards placed over a several day period. All test specimens, beams of cylinders, representing tests and/or falsework shall be cured using the same methods, conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in Bulletin C-11. 030020 Rev 7/7/94 Page 7 of 12 small etc., cubic for removal of forms and under the same accordance with THD The Contractor shall provide and maintain curing facilities as described in Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70E F and 90E F. When control of concrete quality is by twenty-eight day compressive tests, job control will be by seven day compressive tests which are shown to provide the required twenty-eight day strength, based on results from trial batches. If the required seven day strength is not secured with the cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class Min. Comp Min. Beam Max. Water Coarse of Sx. Cement Strength Strength Cement Aggr. Concret per C.Y. (f'c) 7 Day psi Ratio No. e 28 Day psi A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, pier and bent concrete) **Grade 1 coarse Aggregate may be used in foundation only (except cased drilled shafts) ***When Type II Cement is used with Class C Concrete, the 7 day beam break requirement will be 550 psi; with Class A, 460 psi. min. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in specifications, Section 038000 "Concrete Structures", Article "Placing Concrete General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stock piles. Aggregate stock piles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT (a) All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work under way without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of 030020 Rev 7/7/94 Page 8 of 12 these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement, and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced by new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site, in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specifications items and concrete not meeting the slump, workability and consistency requirements of the governing specification item shall not be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer 030020 Rev 7/7/94 Page 9 of 12 operating at agitator or a truck mixer operating at agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revisions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 or more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixer: In addition, truck mixers shall comply with the following requirements: 030020 Rev 7/7/94 Page 10 of 12 An engine in satisfactory working condition and capable of accurately growing the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified rpm will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum as specified in "Part A" above may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. 030020 Rev 7/7/94 Page 11 of 12 A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed, will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one nor more than 5 rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with the specification, Section 038000 "Concrete Structures". 13. MEASUREMENT & PAYMENT The quantities of concrete of the various classifications which will constitute the completed and accepted structure of structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as the case may be. Measurement will be as shown on the plans and in the proposal. Unless indicated otherwise in the proposal, payment shall be compensation for finishing, hauling, and mixing all concrete material; placing, curing and furnishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification; and for all forms and falsework, labor, tools, equipment, and incidentals necessary to complete the work. 030020 Rev 7/7/94 Page 12 of 12 032020 Rev. 5/18/0 Page 1 of 5 SECTION 032020 REINFORCING STEEL (S-42) 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 40, 60 and 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grades 40 and 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM, Designation: A 306, Grade 65 minimum (Referenced to ASTM Designation: A 29 is voided. Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 40 or 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of these specifications are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel, when it is to be welded. The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification is as follows: Bar Size Number Nominal Diameter In. Nominal Area Sq. In. Weight Per Linear Foot 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 032020 Rev. 5/18/0 Page 2 of 5 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars above No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between number and diameter, in inches, shall apply unless otherwise specified: Gauge Number Equivalent Diameter Inches Gauge Number Equivalent Diameter Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90( and greater in stirrups, ties and other secondary bars that enclose another bar in the bend. Grade 40 Grade 60 #3, #4, #5 3d 4d #6, #7, #8 4d 5d All bends in main bars and in secondary bars not covered above. Grade 40 Grade 60 Grade 75 #3 thru #8 5d 6d -- #9, #10 5d 8d -- #11 5d 8d 8d #14, #18 10d 10d -- 4. TOLERANCES Fabricating Tolerances for bars shall be within 3% of specified or as follows: 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross-sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices not provided for on the plans will be permitted, but not included for measurement, in Grade 40 bars only, sizes No. 8 and smaller, subject to the following: For bars exceeding 40 feet in plan length, the distance center to center of splices shall not be less than 40 feet and no individual bar length shall be less than 10 feet. Splices will not be permitted in bars less than 40 feet in plan length. Splices which are not shown on the plans, but permitted hereby, shall be made in accordance with Table 1 below. The specified concrete cover shall be maintained at such splices and the bars placed in contact and securely tied together. 032020 Rev. 5/18/0 Page 3 of 5 032020 Rev. 5/18/0 Page 4 of 5 Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars will be staggered a minimum of two splice lengths. TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where d = Bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship, and inspection shall conform to the requirements of the plans and of the specification, Section 050200 "Structural Welding". All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars, shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 diameter lap with the new bars. For extensions with more than one foot of fill, a minimum of 6 inch lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses, shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch. Vertical stirrups shall always pass around the main tensions members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be sited at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only, need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Pre-cast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton mats for a period of 72 hours. 032020 Rev. 5/18/0 Page 5 of 5 The blocks shall be cast in the form of a frustrum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars, or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Reinforcing steel is considered subsidiary to the various items shown in the proposal and shall not be measured and paid for as a separate item. 038000 Rev 2/20/9 Page 1 of 17 SECTION 038000 CONCRETE STRUCTURES (S-41) 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of the specification, "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans, or by pertinent governing specifications. (2) Expansion Joint Material (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. At the Contractor's option, the material shall be one of the following types, unless otherwise noted on the plans: 1. "Preformed Bituminous Fiber Materials” shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751. 2. "Preformed Non-Bituminous Fiber Material" shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751, except that the requirements pertaining to bitumen content, density and water absorption shall be voided. (b) Joint Sealing Materials. Unless otherwise shown on the plans, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressible. The material shall not crack or break when exposed to low temperatures. 1. Class 1-a. (Two component, Synthetic Polymer, Cold Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self leveling. It shall cure sufficiently at an average temperature leveling. It shall cure sufficiently at an average temperature of 77F +/- 3F maximum of 24 hours. For performance requirements see under b-2 below. 2. Class 1-b. (Two component,Synthetic Polymer, Cold Pourable, 038000 Rev 2/20/9 Page 2 of 17 Self Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77F +/- 3 F maximum of 3 hours. Performance Requirements. Class 1-a and 1-b, when tested in accordance with Test Method Tex-525-C, shall meet the above curing times and requirements as follows: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 F. Penetration, 77 F. 150 gm. cone, 5 sec., max.-cm.................. 0.90 Bond and Extension 75%, O F, 5 cycles Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by Manuf.). Pass Flow at 200 F................................. None Water Content % by weight, max................. 5.0 Resilience Original sample min. % (cured)................. 50 Oven aged at 158 F min. % .................... 50 For Class 1-a Material Only Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with Test Method Tex-524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches. (b) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed-cell neoprene particles, rebonded and molded into sheets of uniform thickness of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752, Type 1 where applicable: PROPERTY METHOD REQUIREMENT Color ASTM D1752 Type 1 Black Density ASTM D1752 Type 1 40 PCF Min Recovery ASTM D1752 Type 1 90% Min. Compression ASTM D1752 Type 1 50 to 500 psi Extrusion ASTM D1752 Type 1 0.25 In. Max. Tensile Strength ASTM D1752 Type 1 20 psi Min. Elongation 75% Min 038000 Rev 2/20/9 Page 3 of 17 The manufacturers shall furnish the Engineer with certified test results as to the compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials (a) Membrane curing materials shall comply with the "Standard Specification Liquid Membrane-Forming Compounds for Curing Concrete", ASTM Designation: C 309, Type 1 clear or translucent, or Type 2 white pigmented. The material shall have a minimum flash-point of 80 F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours or more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface, at the rate of coverage specified herein, dry to touch in not more than 4 hours and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the following: 24 hours after application......................2 percent 72 hours after application......................4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be 038000 Rev 2/20/9 Page 4 of 17 constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other 038000 Rev 2/20/9 Page 5 of 17 materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the State Department of Highways and Public Transportation for the design of structures. Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted for use in checking form work details for approval. Forms shall be practically mortar-tight, rigidly braced and strong enough to prevent bulging between supports and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch. Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. 038000 Rev 2/20/9 Page 6 of 17 Plywood used for forming surfaces which remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior of the U. S. Department of Commerce, National Bureau of Standard, latest edition. Forms or form lumbers to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Walls shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of walls shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-fourths inch on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations 038000 Rev 2/20/9 Page 7 of 17 where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms as regard to design, mortar-tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the specification, Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 F. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch, and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete Up to 80 F 30 minutes Over 80 F 15 minutes Agitated Concrete 90 F or above 45 minutes 75 F to 89 F 60 minutes 35 F to 74 F 90 minutes 038000 Rev 2/20/9 Page 8 of 17 The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of form work and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done in daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finish work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical down- spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clean of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working 038000 Rev 2/20/9 Page 9 of 17 it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placement of concrete. Authorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Opening in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be provided for emergency use in addition to the ones required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and through working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at point 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing or mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has taken its initial set, at least one curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER 038000 Rev 2/20/9 Page 10 of 17 (1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 F, and/or the aggregate temperature shall not exceed 150 F.The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 F and 85 F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 F or above for a period of 72 hours from time of placement and above 40 F for an additional 72 hours. (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimen will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. 038000 Rev 2/20/9 Page 11 of 17 (b) Steam heat shall keep the air surrounding the concrete between 50 F and 85 F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification will apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited.Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. Its surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one nor more than 2 hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonable smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE 038000 Rev 2/20/9 Page 12 of 17 Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal courses will be permitted after the caissons or cofferdams are free from water and the seal course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing in which case measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All uniformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish or; may be stripped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and stripped with a fine brush leaving a fine grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times, and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch in depth shall be filled with fresh concrete 038000 Rev 2/20/9 Page 13 of 17 and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. A broom finish shall be applied with longitudinal screeding. A broom or burlap drag finish shall be applied with transverse screeding. Unless otherwise specified, the burlap drag shall consist of four or more layers of 10-ounce burlap fabric, free of seams, dirt or hardened concrete. It shall be kept wet when in use and it shall be drawn over the surface in as many passes as required to produce the desired texture depth. Broom finishes shall be applied with stiff bristled brooms. The Contractor shall have on hand at all times brooms for the purpose of providing the desired texture depth when surface conditions are such that the burlap drag will not provide it. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035-inches with a minimum texture depth of 0.030-inches for any one test when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 foot straight-edge. The straight-edge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straight-edge to the surface of the slab shall not exceed one-eight of an inch, making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three-sixteenth of an inch will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts, and shall have the proposed method, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities therefore shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of 4 curing days except as noted herein. EXCEPTIONS TO 4-DAY CURING Description Required Curing Top slabs of Direct Traffic 8 curing days (Type I or III) cement 038000 Rev 2/20/9 Page 14 of 17 Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 F, the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 F for at least 19 hours, (colder days if satisfactory provisions are made to maintain the temperature at all surfaces of the concrete above 40 F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification, Section 030030 "Concrete for Structures". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats, anchored positively to the forms, or to the ground, so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This method shall consist of overlapping sprays or sprinklers that keeps all unformed surfaces continuously wet. (c) Ponding. This method requires the covering of the surfaces with a minimum of two inches of clean granular material, kept wet at all times, or a minimum of one-inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated sand. 038000 Rev 2/20/9 Page 15 of 17 (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalk, driveways, medians, islands, concrete riprap, cement stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1 or Type 2 membrane curing compound may be used where permitted except that Type 1 (Resin Base Only) will be permitted for slab concrete in bridge decks and top of direct traffic culverts. TABLE 1 REQUIRED PERMITTED STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.)Other superstructure concrete (wing walls, parapete walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *Polyethylene sheeting, burlap polyethylene mats or laminated mats to 038000 Rev 2/20/9 Page 16 of 17 prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. Membrane curing shall be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of applications of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand- powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface and if the surface of the concrete has become dry, it shall be thoroughly moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes, or other defects; or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one 038000 Rev 2/20/9 Page 17 of 17 of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day when Type I and Type II cement is used, and not less than one-half day when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the Standard Specifications for the respective items or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 17. MEASUREMENT AND PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract. 050200 Rev 5/19/0 Page 1 of 11 SECTION 050200 WELDING (S-43) 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1, using the manual shielded metal-arc process, semi-automatic (manual) gas metal-arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder. Certification being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society to perform the type of work required. Miscellaneous welds may be made by a qualified welder, qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers. Miscellaneous welds being, welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him. No welding will be allowed when the air temperature is lower than 20( F, when surfaces are wet or exposed to rain, snow, or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all grove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush on all surfaces, including edges, by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be 4 inches minimum. All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouding will not be required when welding steel piling or armor joints with E 6010 electrodes. The backside shall be thoroughly cleaned before placing back-up pass. When backing for welds are left in place to become a part of the structure, it shall 050200 Rev 5/19/0 Page 2 of 11 be a single length insofar as possible. Where more than a single length is needed, they shall be jointed by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit-up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A514 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal-arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welding and shall extend a minimum of three-fourths inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal-arch welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc-Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of "Specification for Low Alloy Steel Covered Arch-Welding Electrodes," AWS A5.5. All electrodes and combination of electrode and shielding for gas metal-arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition, "Specification for Mild Steel Electrodes for Gas Metal-Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft. -lb., Charpy V-notch, at a temperature of 0( F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20 as applicable. TABLE A Required Mechanical Properties 050200 Rev 5/19/0 Page 3 of 11 GMAW Grade FCAW Grade Tensile Strength psi - Min Yield Strength psi - Min Elongation, % in 2 inches Min Impact Strength ft-lb @ OF-Min E80S E80T 80,000 65,000 18 20 E90S E90T 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 E110S E110T 110,000 98,000 15 20 The mechanical property tests for Grades E110S, E110S, E100T and E110T shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table A. Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal-arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal-arc welding and flux cored arc welding. TABLE 1 CLASSIFICATION OF ELECTRODES PERMITTED Type of Steel Main Members Groove & Fillet Welds Secondary Members Groove & Fillet Welds Steel Piling E6010 E60T-8 E60XX E70S-6 E6011 E70D-1B E70XX E70U-1 A53 Pipe, A500 E7015 E70S-2 E70S-1B E60T-8 A501 E7016 E70S-3 E70S-2 E7018 E70S-6 E70S-3 Armor Joints E-70U-1 A36 E7015 E703-1B E7015 E70S-1B A441 E7016 E70S-2 E7016 E70S-2 A572-Grades 42 thru 50 E7018 E70U-1 E70S-3 E70S-6 E7018 E70T-1 E70S-3 E70S-6 A588 E70T-5 E70S-6 E70T-5 E70U-1 A242(Deck Plates) E70T-6 API A514 E11018M E11018M E110S E110T E110S E110T Reinforcing Steel E7015 E7016 E7018 050200 Rev 5/19/0 Page 4 of 11 A572 Grades 60 and 65 for Light Towers E8015 E8016 E8018 Grades E80S or E80T 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5, than those listed will be permitted. 2. In joint involving base metals of difference yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450( and 500( F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700( and 800( F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250( F. E70 electrodes not used within four hours, E80 within two hours and E110 within one-half hour after removal from the storage oven shall be redried before use. Electrodes which have been wet or with cracked or otherwise damaged flux shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700( and 800( F before being used. Electrodes shall be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres, the times allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal-arc or flux cored arc welding, it shall be of a welding grade having a dew point of -40( F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils that are rusty shall not be used. 3. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding) will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within 3 inches of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400( F for thickness up to 1 1/2 inches and 450( F for greater thickness. These temperatures shall never be 050200 Rev 5/19/0 Page 5 of 11 exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds, preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches away from the joint. TABLE 2 MINIMUM PREHEAT AND INTERPASS TEMPERATURE FOR MANUAL SHIELDED METAL-ARC WELDING, FLUX CORED ARC WELDING OR GAS METAL-ARC WELDING Thickness of Thickness Part at Point of Welding MANUAL OR SEMI-AUTOMATIC GAS METAL-ARC WELDING, FLUX CORED ARC WELDING OR MANUAL SHIELDED METAL-ARCH WELDING With Low Hydrogen Electrodes ASTM A 36: A 242; A 441 A 572 Grades 42, 45, and 50; A 588 ASTM A 514 To 3/4, incl. Over 3/4 to 1 , incl. Over 1 to 2 , incl. Over 2 50F 70F 150F 225F 50F 125F 175F 225F 1. These temperatures are the minimum required for the thinner material shown for each increment and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and interpass temperatures must be sufficient to prevent crack formation. Temperature above those shown may be required for highly restrained welds. 2. When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400( F. 3. When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperature for the higher strength steel and the average plat thickness shall be used. For fillet welds, the preheat shall be used for the higher strength steel and the thickest plate being welded. 4. When the base metal temperature is below 32( F preheat to at least 70( F and maintain this minimum temperature during welding. 5. Heat input when welding A514 steel shall not exceed the steel producers' recommendations. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. Welds shall be free from overlap and the base metal free from undercut more than one 050200 Rev 5/19/0 Page 6 of 11 one-hundredth inch deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship, the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal, removal shall be by oxygen gouging or arc-air gouging. Oxygen gouging shall not be used on A514 steel. All surfaces shall be ground after arc-air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks, cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize, and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of an adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before rewelding. A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual, the original conditions shall be restored by removal of welds or members, or both, before making the necessary 050200 Rev 5/19/0 Page 7 of 11 corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and rewelded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200( F as measured by Tempil- sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100( F. Sharp kinks and bends shall be cause for rejection of the material. 6. RADIOGRAPHIC INSPECTION All grove welds designed to carry primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or locations, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one-sixteenth inch in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three-eights inch. 3. Inclusions one-sixteenth inch or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in paragraph (2) above. 4. There shall be no inclusion greater than one-sixteenth inch within one inch of the edge of part or member at the join or point of restraint. FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS NOTES: 1. The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusion. 2. Inclusions with any dimension greater than 1/2 inch are not acceptable. 3. For joint thickness greater than 1-1/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 1-1/2 inch joints. 4. Values of (B) obtained by projecting horizontally from (A) are maximum value. Any value of (B) smaller than the maximum is satisfactory. 5. Values of (C) obtained by projecting vertically from (B) are minimum values. Any value of (C) larger than the minimum is satisfactory. Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion-type defect signifies slag inclusions and similar elongated defects. 7. REINFORCING STEEL GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal-arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 050200 Rev 5/19/0 Page 8 of 11 050200 Rev 5/19/0 Page 9 of 11 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615. and shall also conform to the following chemical composition: Maximum Carbon 0.40 Percent Maximum Manganese 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table 1 will be required for all welding or reinforcing steel. Drying of electrodes shall be as specified in Article, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures shall be as shown in Table 3. TABLE 3 CARBON RANGE NO. 7 & SMALLER NO. 8 & LARGER Up to and including 0.30 0.31 to 0.35 inclusive 0.36 to 0.40 inclusive Unknown None None 100 250 100 150 250 400 For widening projects, use carbon content and bar size of new steel to determine preheat required. 11. JOINT TYPES For all bars No. 8 and larger, butt splices will be required. For No. 7 bars and smaller, lap splices will be required. Fillet welds in lap splices shall be minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer, when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. BAR SIZE "a" "b" (MAX). "t" (MIN.) "c" (MAX.) ELECTRODE SIZE No. 4 No. 5 No. 6 No. 7 .04 in. .05 in. .06 in. .07 in. 1/8 in. 1/8 in. 1/8 in. 3/16 in. 1/8 in. 1/16 in. 1/4 in. 5/16 in. 1/16 in. 1/16 in. 1/16 in. 1/16 in. 1/8 in 5/32 in. 5/32 in. 5/32 in. Figure 2 Figure 3 050200 Rev 5/19/0 Page 10 of 11 050200 Rev 5/19/0 Page 11 of 11 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in the specification, "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion-type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Welding shall not be measured for pay but will be considered subsidiary. SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 GENERAL 1.01 SECTION INCLUDES A. Project identification sign. B. Project informational signs. 1.02 RELATED REQUIREMENTS A. Section 01 10 00 - Summary: Responsibility to provide signs. 1.03 REFERENCE STANDARDS A. FHWA (SHS) - Standard Highway Signs; Federal Highway Administration, U.S. Department of Transportation; 2004. 1.04 QUALITY ASSURANCE A. Design sign and structure to withstand 50 miles/hr wind velocity. B. Finishes, Painting: Adequate to withstand weathering, fading, and chipping for duration of construction. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittal procedures. B. Shop Drawing: Show content, layout, lettering, color, foundation, structure, sizes and grades of members. PART 2 PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: New, wood, structurally adequate. B. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch thick, standard large sizes to minimize joints. C. Rough Hardware: Galvanized. D. Vinyl: Sign background of color as selected by Architect. E. Lettering: Pre-cut vinyl self-adhesive products, white. 2.02 PROJECT IDENTIFICATION SIGN A. One vinyl sign, 64 sq ft area, bottom 4 feet above ground. B. Graphic Design, Colors, Style of Lettering: Designated by Architect. 2.03 PROJECT INFORMATIONAL SIGNS A. Vinyl informational signs of same colors and lettering as Project Identification sign, or standard products; size lettering to provide legibility at 100 foot distance. B. Provide at each field office, storage shed, and directional signs to direct traffic into and within site. Relocate as Work progress requires. C. Provide municipal traffic agency directional traffic signs to and within site. PART 3 EXECUTION 3.01 INSTALLATION A. Install project identification sign within 30 days after date fixed by Notice to Proceed. B. Erect at designated location. C. Install sign surface plumb and level, with butt joints. Anchor securely. 3.02 MAINTENANCE A. Maintain signs and supports clean, repair deterioration and damage. TEMPORARY PROJECT SIGNAGE COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 015813-1 3.03 REMOVAL A. Remove signs, framing, supports, and foundations at completion of Project and restore the area. END OF SECTION TEMPORARY PROJECT SIGNAGE COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 5813-2 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Transportation, handling, storage and protection. B. Product option requirements. C. Substitution limitations and procedures. D. Procedures for Owner -supplied products. E. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 01 40 00 - Quality Requirements: Product quality monitoring. B. Section 01 61 16 - Volatile Organic Compound (VOC) Content Restrictions: Requirements for VOC-restricted product categories. 1.03 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. DO NOT USE products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Made of wood from newly cut old growth timber. 3. Containing lead, cadmium, asbestos. C. Where all other criteria are met, Contractor shall give preference to products that: 1. If used on interior, have lower emissions, as defined in Section 01 61 16. 2. If wet -applied, have lower VOC content, as defined in Section 01 61 16. 3. Are extracted, harvested, and/or manufactured closer to the location of the project. 4. Have longer documented life span under normal use. 5. Result in less construction waste. 6. Are made of vegetable materials that are rapidly renewable. 7. Are made of recycled materials. 8. If made of wood, are made of sustainably harvested wood, wood chips, or wood fiber. 9. Have a published GreenScreen Chemical Hazard Analysis. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. PRODUCT REQUIREMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 60 00 - 1 C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.03 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. C. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request. 3.02 OWNER -SUPPLIED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed shop drawings, product data, and samples. 2. Receive and unload products at site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging. PRODUCT REQUIREMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 6000-2 C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. G. Comply with manufacturer's warranty conditions, if any. H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. I. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION PRODUCT REQUIREMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 6000-3 PRODUCT REQUIREMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 60 00 - 4 SECTION 01 79 00 DEMONSTRATION AND TRAINING PART 1 GENERAL 1.01 SUMMARY 1.02 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures; except: 1. Make all submittals specified in this section, and elsewhere where indicated for commissioning purposes, directly to the Commissioning Authority. 2. Submit one copy to the Commissioning Authority, not to be returned. 3. Make commissioning submittals on time schedule specified by Commissioning Authority. 4. Submittals indicated as "Draft" are intended for the use of the Commissioning Authority in preparation of overall Training Plan; submit in editable electronic format, Microsoft Word 2003 preferred. 1.03 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION END OF SECTION DEMONSTRATION AND TRAINING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 017900-1 DEMONSTRATION AND TRAINING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 01 79 00 - 2 SECTION 04 05 11 MASONRY MORTARING AND GROUTING PART 1 GENERAL 1.01 SECTION INCLUDES A. Mortar for masonry. B. Grout for masonry. 1.02 RELATED REQUIREMENTS A. Section 04 20 00 - Unit Masonry: Installation of mortar and grout. B. Section 08 11 13 - Hollow Metal Doors and Frames: Products and execution for grouting steel door frames installed in masonry. 1.03 REFERENCE STANDARDS A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures and Related Commentaries; American Concrete Institute International; 2011. B. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar; 2011. C. ASTM C150/C150M - Standard Specification for Portland Cement; 2012. D. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Purposes; 2006 (Reapproved 2011). E. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2014a. F. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2011. G. ASTM C476 - Standard Specification for Grout for Masonry; 2010. H. ASTM C780 - Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry; 2012. I. ASTM C979/C979M - Standard Specification for Pigments for Integrally Colored Concrete; 2010. J. ASTM C1019 - Standard Test Method for Sampling and Testing Grout; 2013. K. ASTM C1072 - Standard Test Method for Measurement of Masonry Flexural Bond Strength; 2013. L. ASTM C1314 - Standard Test Method for Compressive Strength of Masonry Prisms; 2012. M. ASTM E518/E518M - Standard Test Methods for Flexural Bond Strength of Masonry; 2010. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Include design mix and indicate whether the Proportion or Property specification of ASTM C270 is to be used. Also include required environmental conditions and admixture limitations. C. Reports: Submit reports on mortar indicating conformance of mortar to property requirements of ASTM C 270 and test and evaluation reports per ASTM C 780. D. Reports: Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C476 . E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Manufacturer's Installation Instructions: Submit packaged dry mortar manufacturer's installation instructions. 1.05 QUALITY ASSURANCE A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the contract documents. MASONRY MORTARING AND GROUTING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 040511-1 1.06 DELIVERY, STORAGE, AND HANDLING A. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.07 FIELD CONDITIONS A. Cold and Hot Weather Requirements: Comply with requirements of ACI 530/530.1/ERTA or applicable building code, whichever is more stringent. PART 2 PRODUCTS 2.01 MATERIALS A. Portland Cement: ASTM C150. 1. Type: Type I - Normal. 2. Color: to be selected by Architect. B. Hydrated Lime: ASTM C207, Type S. C. Mortar Aggregate: ASTM C144. D. Grout Aggregate: ASTM C404. E. Pigments for Colored Mortar: Pure, concentrated mineral pigments specifically intended for mixing into mortar and complying with ASTM C979/C979M. 1. Color(s): As selected by Architect from manufacturer's full range. F. Water: Clean and potable. G. Accelerating Admixture: Nonchloride type for use in cold weather. H. Moisture -Resistant Admixture: Water repellent compound designed to reduce capillarity. I. Calcium Chloride is not permitted. 2.02 MORTAR MIXES A. Mortar for Unit Masonry: ASTM C270, Property Specification 1. Exterior, non-loadbearing masonry: Type S. 2. Interior, loadbearing masonry: Type N. 3. Interior, non-loadbearing masonry: Type: N. 4. Pointing Mortar: Type N with maximum 2% ammonium stearite or calcium stearite per cement weight. 2.03 MORTAR MIXING A. Thoroughly mix mortar ingredients in accordance with ASTM C270 and in quantities needed for immediate use. B. Maintain sand uniformly damp immediately before the mixing process. C. Colored Mortar: Proportion selected pigments and other ingredients to match Architect's sample, without exceeding manufacturer's recommended pigment -to -cement ratio; mix in accordance with manufacturer's instructions, uniform in coloration. D. Add admixtures in accordance with manufacturer's instructions; mix uniformly. E. Do not use anti -freeze compounds to lower the freezing point of mortar. F. If water is lost by evaporation, re -temper only within two hours of mixing. 2.04 GROUT MIXES A. Bond Beams and Lintels: 3,000 psi strength at 28 days; 8-10 inches slump; mix in accordance with ASTM C476. 1. Fine grout for spaces with smallest horizontal dimension of 2 inches or less. 2. Coarse grout for spaces with smalles horizontal dimension greater than 2 inches. 2.05 GROUT MIXING A. Thoroughly mix grout ingredients in quantities needed for immediate use in accordance with ASTM C476 for fine and coarse grout. MASONRY MORTARING AND GROUTING 04 05 11 - 2 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 B. Add admixtures in accordance with manufacturer's instructions; mix uniformly. C. Do not use anti -freeze compounds to lower the freezing point of grout. 2.06 PRECONSTRUCTION TESTING A. Mortar Mixes: Test mortars prebatched by weight in accordance with ASTM C780 recommendations for preconstruction testing. 1. Test results will be used to establish optimum mortar proportions and establish quality control values for construction testing. B. Grout Mixes: Test grout batches in accordance with ASTM C1019 procedures. 1. Test results will be used to establish optimum grout proportions and establish quality control values for construction testing. PART 3 EXECUTION 3.01 PREPARATION A. Apply bonding agent to existing concrete surfaces. B. Plug clean-out holes for grouted masonry with brick masonry units. Brace masonry to resist wet grout pressure. 3.02 INSTALLATION A. Install mortar and grout to requirements of section(s) in which masonry is specified. B. Work grout into masonry cores and cavities to eliminate voids. C. Do not install grout in lifts greater than 16 inches without consolidating grout by rodding. D. Do not displace reinforcement while placing grout. E. Remove excess mortar from grout spaces. 3.03 GROUTING A. Use either high -lift or low -lift grouting techniques, at Contractor's option, subject to other limitations of contract documents. B. Low -Lift Grouting: 1. Limit height of pours to 16 inches. 2. Limit height of masonry to 24 inches above each pour. 3. Pour grout only after vertical reinforcing is in place; place horizontal reinforcing as grout is poured. Prevent displacement of bars as grout is poured. 4. Place grout for each pour continuously and consolidate immediately; do not interrupt pours for more than 1-1/2 hours. C. High -Lift Grouting: 1. Verify that horizontal and vertical reinforcement is in proper position and adequately secured before beginning pours. 2. Hollow Masonry: Limit lifts to maximum 4 feet and pours to maximum height of 8 feet. 3. Place grout for spanning elements in single, continuous pour. 3.04 FIELD QUALITY CONTROL A. An independent testing agency will perform field tests, in accordance with provisions of Section 01 40 00 - Quality Requirements. B. Test and evaluate mortar in accordance with ASTM C780 procedures. 1. Test with same frequency as specified for masonry units. C. Test and evaluate grout in accordance with ASTM C1019 procedures. 1. Test with same frequency as specified for masonry units. D. Prism Tests: Test masonry and mortar panels for compressive strength in accordance with ASTM C1314, and for flexural bond strength in accordance with ASTM C1072 or ASTM E518/E518M; perform tests and evaluate results as specified in individual masonry sections. END OF SECTION MASONRY MORTARING AND GROUTING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 04 05 11 -3 MASONRY MORTARING AND GROUTING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 04 05 11 -4 SECTION 04 20 00 UNIT MASONRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete Block. B. Reinforcement and Anchorage. C. Flashings. D. Accessories. 1.02 RELATED REQUIREMENTS A. Section 04 05 11 - Masonry Mortaring and Grouting. B. Section 07 92 00 - Joint Sealants: Sealing control and expansion joints. 1.03 REFERENCE STANDARDS A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures and Related Commentaries; American Concrete Institute International; 2011. B. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. C. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement; 2015. D. ASTM Al064/A1064M - Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete; 2015. E. ASTM C90 - Standard Specification for Loadbearing Concrete Masonry Units; 2014. F. ASTM C129 - Standard Specification for Nonloadbearing Concrete Masonry Units; 2011. G. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Purposes; 2006 (Reapproved 2011). H. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2011. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data for masonry units, fabricated wire reinforcement, mortar, and masonry accessories. C. Samples: Submit two samples of decorative block units to illustrate color, texture, and extremes of color range. D. Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. 1.05 MOCK-UP A. Construct a masonry wall as a mock-up panel sized 8 feet long by 6 feet high; include mortar, accessories, structural backup, and flashings (with lap joint, corner, and end dam) in mock-up. B. Mock-up may remain as part of the Work. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Concrete Block: Comply with referenced standards and as follows: 1. Size: Standard units with nominal face dimensions of 16 x 8 inches and nominal depths as indicated on the drawings for specific locations. UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-1 2. Special Shapes: Provide non-standard blocks configured for corners and other detailed conditions. 3. Load -Bearing Units: ASTM C90, normal weight. a. Hollow block, as indicated. b. Integral Color Split Face, color as selected by Architect from Manufacturer's standard range. 4. Non-Loadbearing Units: ASTM C129. a. Hollow block. b. Lightweight. c. Integral Color Split Face, color as selected by Architect from Manufacturer's standard range. 2.02 MORTAR AND GROUT MATERIALS A. Mortar and Grout: As specified in Section 04 05 11. B. Hydrated Lime: ASTM C207, Type S. C. Grout Aggregate: ASTM C404. 2.03 REINFORCEMENT AND ANCHORAGE A. Manufacturers of Joint Reinforcement and Anchors: 1. Blok-Lok Limited; : www.blok-lok.com. 2. Hohmann & Barnard, Inc (including Dur -O -Wal brand); : www.h-b.com. 3. WIRE -BOND: www.wirebond.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Reinforcing Steel: ASTM A615/A615M, Grade 40 (40,000 psi), deformed billet bars; galvanized. C. Single Wythe Joint Reinforcement: Truss type; ASTM A1064/A1064M steel wire, hot dip galvanized after fabrication to ASTM A153/A153M, Class B; 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. D. Multiple Wythe Joint Reinforcement: Truss type; fabricated with moisture drip; ASTM A1064/A1064M steel wire, hot dip galvanized after fabrication to ASTM A153/153M, Class B; 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. E. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 in width, 0.105 in thick, lengths as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face, corrugated for embedment in masonry joint, hot dip galvanized to ASTM A 153/A 153M, Class B. F. Flexible Anchors: 2 -piece anchors that permit differential movement between masonry and building frame, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face. G. Two -Piece Wall Ties: Formed steel wire, 0.1875 inch thick, adjustable, eye and pintle type, hot dip galvanized to ASTM A 153/A 153M, Class B, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face and to allow vertical adjustment of up to 1-1/4 in. 2.04 FLASHINGS A. Metal Flashing Materials: Copper, as specified in Section 07 62 00. 2.05 ACCESSORIES A. Preformed Control Joints: Neoprene material. Provide with corner and tee accessories, fused joints. B. Joint Filler: Closed cell polyvinyl chloride; oversized 50 percent to joint width; self expanding.3/8 inch wide x by maximum lengths available. UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-2 C. Cavity Mortar Control: Semi-rigid polyethylene or polyester mesh panels, sized to thickness of wall cavity, and designed to prevent mortar droppings from clogging weeps and cavity vents and allow proper cavity drainage. 1. Mortar Diverter: Semi-rigid mesh designed for installation at flashing locations. D. Weeps: Molded PVC grilles, insect resistant. E. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive masonry. B. Verify that related items provided under other sections are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.02 PREPARATION A. Direct and coordinate placement of metal anchors supplied for installation under other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. 3.03 COLD AND HOT WEATHER REQUIREMENTS A. Comply with requirements of ACI 530/530.1/ERTA or applicable building code, whichever is more stringent. 3.04 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Concave. 3.05 PLACING AND BONDING A. Lay hollow masonry units with face shell bedding on head and bed joints. B. Buttering corners of joints or excessive furrowing of mortar joints is not permitted. C. Remove excess mortar and mortar smears as work progresses. D. Interlock intersections and external corners. E. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. F. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. G. Isolate masonry partitions from vertical structural framing members with a control joint as indicated. H. Isolate top joint of masonry partitions from horizontal structural framing members and slabs or decks with compressible joint filler. 3.06 WEEPS/CAVITY VENTS A. Install weeps in veneer and cavity walls at 24 inches on center horizontally above through -wall flashing, above shelf angles and lintels, and at bottom of walls. 3.07 CAVITY MORTAR CONTROL A. Do not permit mortar to drop or accumulate into cavity air space or to plug weep/cavity vents. B. For cavity walls, build inner wythe ahead of outer wythe to accommodate accessories. UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-3 C. Install cavity mortar diverter at base of cavity and at other flashing locations as recommended by manufacturer to prevent mortar droppings from blocking weep/cavity vents. 3.08 REINFORCEMENT AND ANCHORAGE - GENERAL A. Unless otherwise indicated on drawings or specified under specific wall type, install horizontal joint reinforcement 16 inches on center. B. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. 3.09 MASONRY FLASHINGS A. Whether or not specifically indicated, install masonry flashing to divert water to exterior at all locations where downward flow of water will be interrupted. 1. Extend flashings full width at such interruptions and at least 6 inches into adjacent masonry or turn up at least 8 inches to form watertight pan at non -masonry construction. 2. Remove or cover protrusions or sharp edges that could puncture flashings. 3. Seal lapped ends and penetrations of flashing before covering with mortar. B. Extend metal flashings through exterior face of masonry and turn down to form drip. Install joint sealer below drip edge to prevent moisture migration under flashing. C. Lap end joints of flashings at least 6 inches and seal watertight with flashing sealant/adhesive. 3.10 GROUTED COMPONENTS A. Lap splices minimum 24 bar diameters. B. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of dimensioned position. C. Place and consolidate grout fill without displacing reinforcing. D. At bearing locations, fill masonry cores with grout for a minimum 8 inches either side of opening. 3.11 CONTROL AND EXPANSION JOINTS A. Do not continue horizontal joint reinforcement through control or expansion joints. B. Form control joint with a sheet building paper bond breaker fitted to one side of the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at exposed unit faces for placement of backer rod and sealant. C. Size control joints in accordance with Section 07 90 05. D. Form expansion joint as detailed on drawings. 3.12 BUILT-IN WORK A. As work progresses, install built-in metal door frames and other items to be built into the work and furnished under other sections. B. Install built-in items plumb, level, and true to line. C. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame voids solid with grout. 1. Fill adjacent masonry cores with grout minimum 12 inches from framed openings. D. Do not build into masonry construction organic materials that are subject to deterioration. 3.13 TOLERANCES A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch. B. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more. C. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more. UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-4 D. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30 ft. E. Maximum Variation of Mortar Joint Thickness: 1/8 inch in 3 ft. F. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. 3.14 CUTTING AND FITTING A. Cut and fit for chases, pipes, conduit, sleeves, and wall recessed items. Coordinate with other sections of work to provide correct size, shape, and location. B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.15 CLEANING A. Remove excess mortar and mortar droppings. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. D. Use non-metallic tools in cleaning operations. 3.16 PROTECTION A. Without damaging completed work, provide protective boards at exposed external corners that are subject to damage by construction activities. END OF SECTION UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-5 UNIT MASONRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 042000-6 SECTION 05 50 00 METAL FABRICATIONS PART 1 GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel and aluminum items. 1.02 RELATED REQUIREMENTS 1.03 PRICE AND PAYMENT PROCEDURES A. See Section 01 22 00 - Unit Prices, for additional requirements. 1.04 REFERENCE STANDARDS A. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. B. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2013. C. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2014. D. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Minimum Tensile Strength (Metric); 2014. E. ASTM A501/A501M - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. F. SSPC-Paint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed. 2004). G. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic"); Society for Protective Coatings; 2002 (Ed. 2004). 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. PART 2 PRODUCTS 2.01 MATERIALS - STEEL A. Steel Sections: ASTM A36/A36M. B. Steel Tubing: ASTM A501/A501M hot -formed structural tubing. C. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1, plain. D. Shop and Touch -Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. E. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.03 FABRICATED ITEMS A. Entry Gate: Asindicated on drawings. All steel to be hot dip galvanized per ASTM A123 / A123M, and factory painted. Color as selected by architect. METAL FABRICATIONS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 055000-1 2.04 FINISHES - STEEL A. Prime paint steel items. B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. C. Prime Painting: Two coats. D. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M requirements. 2.05 FABRICATION TOLERANCES A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches. E. Maximum Deviation From Plane: 1/16 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain approval prior to site cutting or making adjustments not scheduled. END OF SECTION METAL FABRICATIONS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 055000-2 SECTION 05 52 13 PIPE AND TUBE RAILINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Stair railings and guardrails. B. Free-standing railings at steps. 1.02 RELATED REQUIREMENTS A. Section 03 30 00 - Cast -in -Place Concrete: Placement of anchors in concrete. 1.03 REFERENCE STANDARDS A. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2012. B. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2013. C. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. D. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. PART 2 PRODUCTS 2.01 RAILINGS - GENERAL REQUIREMENTS A. Design, fabricate, and test railing assemblies in accordance with the most stringent requirements of ASTM E985 and applicable local code. B. Allow for expansion and contraction of members and building movement without damage to connections or members. C. Dimensions: See drawings for configurations and heights. 1. Top Rails and Wall Rails: 1-1/2 inches diameter, round. 2. Intermediate Rails: 1-1/2 inches diameter, round. 3. Balusters: 1/2 inch square solid bar. D. Provide anchors and other components as required to attach to structure, made of same materials as railing components unless otherwise indicated; where exposed fasteners are unavoidable provide flush countersunk fasteners. 1. For anchorage to concrete, provide inserts to be cast into concrete, for bolting anchors. E. Provide welding fittings to join lengths, seal open ends, and conceal exposed mounting bolts and nuts, including but not limited to elbows, T -shapes, splice connectors, flanges, escutcheons, and wall brackets. 2.02 STEEL RAILING SYSTEM A. Steel Tube: ASTM A500/A500M, Grade B cold -formed structural tubing. B. Steel Pipe: ASTM A53/A53M, Grade B Schedule 80, galvanized finish. C. Welding Fittings: Factory- or shop -welded from matching pipe or tube; seams continuously welded; joints and seams ground smooth. D. Galvanizing: In accordance with requirements of ASTM A123/A123M. E. All exposed Galvanized surfaces to be factory powder coated, color as selected by architect. PIPE AND TUBE RAILINGS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 055213-1 2.03 FABRICATION A. Accurately form components to suit specific project conditions and for proper connection to building structure. B. Fit and shop assemble components in largest practical sizes for delivery to site. C. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. D. Welded Joints: 1. Exterior Components: Continuously seal joined pieces by intermittent welds and plastic filler. Drill condensate drainage holes at bottom of members at locations that will not encourage water intrusion. 2. Interior Components: Continuously seal joined pieces by intermittent welds and plastic filler. 3. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install components plumb and level, accurately fitted, free from distortion or defects, with tight joints. C. Anchor railings securely to structure. D. Conceal anchor bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per floor level, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -of -Position: 1/4 inch. END OF SECTION PIPE AND TUBE RAILINGS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 055213-2 SECTION 06 10 00 ROUGH CARPENTRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Rough opening framing for doors, windows, and roof openings. B. Preservative treated wood materials. C. Fire retardant treated wood materials. D. Concealed wood blocking, nailers, and supports. E. Miscellaneous wood nailers, furring, and grounds. 1.02 REFERENCE STANDARDS A. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM C1177/C1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2013. C. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2014. D. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2014. E. AWPA U1 - Use Category System: User Specification for Treated Wood; American Wood Protection Association; 2012. F. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology, Department of Commerce; 2010. G. SPIB (GR) - Grading Rules; Southern Pine Inspection Bureau, Inc.; 2014. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on insulated sheathing, wood preservative materials, and application instructions. C. Samples: For rough carpentry members that will be exposed to view, submit two samples, x inch in size illustrating wood grain, color, and general appearance. D. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.04 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, or installation. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. Species: Southern Pine, unless otherwise indicated. 2. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 3. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service ROUGH CARPENTRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061000-1 for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. C. Provide sustainably harvested wood; see Section 01 60 00 for requirements. D. Provide wood harvested within a 500 mile radius of the project site. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIB). B. Sizes: Nominal sizes as indicated on drawings, S4S. C. Moisture Content: S -dry or MC19. D. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 EXPOSED DIMENSION LUMBER A. Sizes: Nominal sizes as indicated on drawings. B. Surfacing: S4S. C. Moisture Content: Kiln -dry or MC15. D. Joist Framing (2 by 6 through 4 by 16 ): 1. Species: Southern Pine. 2. Grade: No. 2. 2.04 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel per ASTM A 153/A 153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2. Drywall Screws: Bugle head, hardened steel, power driven type, length to achieve full penetration of sheathing substrate. 3. Anchors: Toggle bolt type for anchorage to hollow masonry. B. Joist Hangers: Hot dipped galvanized steel, sized to suit framing conditions. 1. For contact with preservative treated wood in exposed locations, provide minimum G185 galvanizing per ASTM A653/A653M. C. Water -Resistive Barrier: As specified in Section 07 25 00. 2.05 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. 2. Preservative -Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Fire Retardant Treatment: 1. Manufacturers: a. Arch Wood Protection, Inc; : www.wolmanizedwood.com. b. Hoover Treated Wood Products, Inc; : www.frtw.com. c. Osmose, Inc; : www.osmose.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum flame spread rating of 25 when tested in accordance with ROUGH CARPENTRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061000-2 ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . c. Do not use treated wood in applications exposed to weather or where the wood may become wet. C. Preservative Treatment: 1. Manufacturers: a. Arch Wood Protection, Inc; : www.wolmanizedwood.com. b. Viance, LLC; : www.treatedwood.com. c. Substitutions: See Section 01 60 00 - Product Requirements. 2. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative to 0.25 lb/cu ft retention. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. b. Treat lumber exposed to weather. c. Treat lumber in contact with roofing, flashing, or waterproofing. d. Treat lumber in contact with masonry or concrete. e. Treat lumber less than 18 inches above grade. f. Treat lumber in other locations as indicated. 3. Preservative Pressure Treatment of Plywood Above Grade: AWPA U1, Use Category UC2 and UC3B, Commodity Specification F using waterborne preservative to 0.25 lb/cu ft retention. a. Kiln dry plywood after treatment to maximum moisture content of 19 percent. b. Treat plywood in contact with roofing, flashing, or waterproofing. c. Treat plywood in contact with masonry or concrete. d. Treat plywood in other locations as indicated. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate installation of rough carpentry members specified in other sections. 3.02 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.03 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. B. In framed assemblies that have concealed spaces, provide solid wood fireblocking as required by applicable local code, to close concealed draft openings between floors and between top story and roof/attic space; other material acceptable to code authorities may be used in lieu of solid wood blocking. C. In metal stud walls, provide continuous blocking around door and window openings for anchorage of frames, securely attached to stud framing. D. In walls, provide blocking attached to studs as backing and support for wall -mounted items, unless item can be securely fastened to two or more studs or other method of support is explicitly indicated. E. Where ceiling -mounting is indicated, provide blocking and supplementary supports above ceiling, unless other method of support is explicitly indicated. ROUGH CARPENTRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061000-3 F. Provide the following specific non-structural framing and blocking: 1. Cabinets and shelf supports. 2. Wall brackets. 3. Grab bars. 4. Towel and bath accessories. 5. Wall -mounted door stops. 6. Wall paneling and trim. 3.04 ROOF -RELATED CARPENTRY A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. 3.05 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. 3.06 CLEANING A. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. B. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION ROUGH CARPENTRY COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061000-4 SECTION 06 15 00 WOOD DECKING PART 1 GENERAL 1.01 SECTION INCLUDES A. Softwood lumber structural wood decking. B. Preservative treatment of wood. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. AITC 112 - Standard for Tongue -and -Groove Heavy Timber Roof Decking; American Institute of Timber Construction; 1993, and errata. B. AWPA U1 - Use Category System: User Specification for Treated Wood; American Wood -Preservers' Association; 2012. C. SPIB (GR) - Grading Rules; Southern Pine Inspection Bureau, Inc.; 2014. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. 1.05 DELIVERY, STORAGE, AND HANDLING PART 2 PRODUCTS 2.01 WOOD MATERIALS A. Wood fabricated from old growth timber is not permitted. B. Lumber Decking: Fabricated to AITC 112. 1. Species: #2 Southern Yellow Pine, graded under SPIB rules as AITC Select quality. 2. Size: 2 by 6 inches, nominal. 3. Pattern: AITC standard beveled V -joint with single tongue and groove. 4. Moisture Content: 19 percent, maximum. 2.02 ACCESSORIES A. Fasteners and Anchors: 1. Fastener Type and Finish: Hot -dipped galvanized steel for high humidity and preservative -treated wood locations, unfinished steel elsewhere. B. Adhesive: Waterproof, air cure type, cartridge dispensed. 2.03 WOOD TREATMENT A. Factory -Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. B. Preservative Pressure Treatment: 1. Preservative Pressure Treatment of Lumber Decking: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative to 0.25 lb/cu ft retention. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that support framing is ready to receive decking. 3.02 PREPARATION 3.03 INSTALLATION - BOARD DECKING A. Install decking perpendicular to framing members, with ends staggered over firm bearing. On sloped surfaces, lay decking with tongue upward. B. Engage decking tongue and groove edges. WOOD DECKING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061500-1 C. Secure with fasteners. Side spike planks together, through pre -drilled holes. D. Maintain decking joint space of 1/16 inch maximum. 3.04 TOLERANCES A. Surface Flatness of Decking Without Load: 1/4 inch in 10 feet maximum, and 1/2 inch in 30 feet maximum. END OF SECTION WOOD DECKING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 061500-2 SECTION 07 14 00 FLUID -APPLIED WATERPROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Fluid applied membrane waterproofing. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. 1.05 QUALITY ASSURANCE 1.06 FIELD CONDITIONS A. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until cured. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cold -Applied, Modified -Polymer Elastomeric Waterproofing Manufacturers: 1. Carlisle Coatings & Waterproofing, Inc: www.carlisle-ccw.com. 2. W.R. Meadows, Inc: www.wrmeadows.com. 3. Dupont; Product Tyvek Fluid Applied WB. 2.02 MEMBRANE AND FLASHING MATERIALS A. Cold -Applied, Modified -Polymer Elastomeric Waterproofing: 1. Basis of Design: Tyvek Fluid -Applied WB manufactured by Dupont. 2. Equivalent products made by manufacturers listed above are also acceptable. 3. Cured Thickness: 25 mils (.25 inches), minimum. 4. Suitable for installation over concrete substrates. 5. Water Vapor Transmission: 25 perms, when tested in accordance with ASTM E 96, Method B at 25 mils DFT (Dry Film Thickness). 6. Hardness: Passes at a Shore A hardness of 71, when tested in accordance with ASTM D 2241. 7. Air Penetration: 0.0002 cfm/ft2 at 75 Pa, when tested in accordance with ASTM E 2178. Type I per ASTM E 1677 and <_ 0.01 cfm/ft2 at 75 Pa, when tested in accordance with ASTM E 2357.0. 8. Adhesion Strength (Concrete): Greater than 33 psi when measured in accordance with ASTM D 4541. 9. Surface Burning Characteristics: Class A, when tested in accordance with ASTM E 84. Flame Spread: 25, Smoke Developed: 25. 2.03 ACCESSORIES A. Sealant for Joints and Cracks in Substrate: Type compatible with waterproofing material and as recommended by waterproofing manufacturer. B. Joint Tape: Self -adhered fiberglass mesh tape as recommended by weather barrier manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate surfaces are free of frozen matter, dampness, loose particles, cracks, pits, projections, penetrations, or foreign matter detrimental to adhesion or application of waterproofing system. FLUID -APPLIED WATERPROOFING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 071400-1 B. Verify that substrate surfaces are smooth, free of honeycomb or pitting, and not detrimental to full contact bond of waterproofing materials. C. Verify that items that penetrate surfaces to receive waterproofing are securely installed. 3.02 PREPARATION A. Protect adjacent surfaces not designated to receive waterproofing. B. Clean and prepare surfaces to receive waterproofing in accordance with manufacturer's instructions. C. Do not apply waterproofing to surfaces unacceptable to manufacturer. D. Fill non-moving joints and cracks with a filler compatible with waterproofing materials. E. Seal moving joints and joints with sealant, not rigid filler, using procedures recommended by sealant and waterproofing manufacturers. F. Prepare building expansion joints as indicated on drawings. 3.03 INSTALLATION A. Apply waterproofing in accordance with manufacturer's instructions to specified minimum thickness. B. Apply primer or surface conditioner at a rate recommended by manufacturer. Protect conditioner from rain or frost until dry. C. At joints and cracks less than 1/2 inch in width including joints between horizontal and vertical surfaces, apply 12 inch wide strip of joint cover sheet. D. At joints from 1/2 to 1 inch in width, loop joint cover sheet down into joint between 1-1/4 and 1/-3/4 inch. Extend sheet 6 inches on either side of expansion joint. E. Apply extra thickness of waterproofing material at corners, intersections, and angles. F. Install flexible flashings and seal into waterproofing material. Seal items penetrating through membrane with flexible flashings. G. Seal membrane and flashings to adjoining surfaces. Install counterflashing over all exposed edges. 3.04 FIELD QUALITY CONTROL A. Owner will provide testing services in accordance with Section 01 40 00 - Quality Requirements. Contractor shall provide temporary construction and materials for testing. 3.05 PROTECTION A. Do not permit traffic over unprotected or uncovered membrane. B. Protect installed weather barrier system from damage during construction prior to cladding installation. END OF SECTION FLUID -APPLIED WATERPROOFING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 071400-2 SECTION 07 21 00 THERMAL INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Board insulation cavity wall construction. B. Batt insulation in exterior roof construction over insulated space. 1.02 RELATED REQUIREMENTS A. Section 07 25 00 - Weather Barriers: Separate air barrier and vapor retarder materials. B. Section 07 54 00 - Thermoplastic Membrane Roofing: Installation requirements for board insulation over low slope roof deck specified in this section. C. Section 09 21 16 - Gypsum Board Assemblies: Acoustic insulation inside walls and partitions. 1.03 REFERENCE STANDARDS A. ASTM C665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2012. B. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2014. C. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2014. D. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2012. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on product characteristics, performance criteria, and product limitations. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techniques. 1.05 FIELD CONDITIONS A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.01 FOAM BOARD INSULATION MATERIALS A. Polyisocyanurate Board Insulation with Facers Both Sides: Rigid cellular foam, complying with ASTM C1289; Type I, aluminum foil both faces; Class 1, non -reinforced foam core. 1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84. 2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84. 3. Board Thickness: 3 inches. 4. Board Edges: Square. 5. Manufacturers: a. Carlisle Coatings & Waterproofing, Inc: www.carlisle-ccw.com. b. Dow Chemical Co: www.dow.com. c. Johns Manville; AP Foil -Faced: www.jm.com. 6. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 BATT INSULATION MATERIALS A. Glass Fiber Batt Insulation: Flexible preformed batt or blanket, complying with ASTM C665; friction fit. THERMAL INSULATION COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 072100-1 1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84. 2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84. 3. Combustibility: Non-combustible, when tested in accordance with ASTM E136. 4. Formaldehyde Content: Zero. 5. Thermal Resistance: R of 30 at roof. 6. Facing: Aluminum foil, flame spread 25 rated; one side. 7. Manufacturers: a. CertainTeed Corporation: www.certainteed.com. b. Johns Manville: www.jm.com. c. Owens Corning Corporation: www.ocbuildingspec.com. 8. Substitutions: See Section 01 60 00 - Product Requirements. 2.03 ACCESSORIES A. Sheet Vapor Retarder: Specified in Section 07 25 00. B. Tape: Bright aluminum self -adhering type, mesh reinforced, 2 inch wide. C. Tape joints of rigid insulation in accordance with roofing and insulation manufacturers' instructions. D. Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation. B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or substances that may impede adhesive bond. 3.02 BOARD INSTALLATION AT CAVITY WALLS A. Install boards to fit snugly between wall ties. B. Install boards horizontally on walls. C. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. 3.03 BATT INSTALLATION A. Install insulation and vapor retarder in accordance with manufacturer's instructions. B. Install in exterior roof spaces without gaps or voids. Do not compress insulation. C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. D. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical services within the plane of the insulation. 3.04 PROTECTION A. Do not permit installed insulation to be damaged prior to its concealment. END OF SECTION THERMAL INSULATION COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0721 00-2 SECTION 07 31 13 ASPHALT SHINGLES PART 1 GENERAL 1.01 SECTION INCLUDES A. Asphalt shingle roofing. B. Flexible sheet membranes for eave protection, underlayment, and valley protection. C. Associated metal flashings and accessories. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Roof sheathing. B. Section 07 62 00 - Sheet Metal Flashing and Trim: Edge and cap flashings. C. Section 07 71 23 - Manufactured Gutters and Downspouts. 1.03 REFERENCE STANDARDS A. ASTM D226/D226M - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing; 2009. B. ASTM D1970/D1970M - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2013. C. ASTM D3161/D3161M - Standard Test Method for Wind -Resistance of Steep Slope Roofing Products (Fan -Induced Method); 2014. D. ASTM D3462/D3642M - Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced With Mineral Granules; 2010a. E. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos -Free; 2007 (Reapproved 2012)e1. F. ASTM D4869/D4869M - Standard Specification for Asphalt -Saturated Organic Felt Underlayment Used in Steep Slope Roofing; 2005 (Reapproved 2011)e1. G. ASTM D6380/D6380M - Standard Specification for Asphalt Roll Roofing (Organic Felt); 2003 (Reapproved 2013). H. ICC -ES AC188 - Acceptance Criteria for Roof Underlayments; 2012. I. Miami (APD) - Approved Products Directory; Miami -Dade County; database at www.miamidade.gov/development/product-control.asp. <http://www.miamidade.gov/development/product-control.asp> J. NRCA MS104 - The NRCA Steep Roofing Manual; National Roofing Contractors Association; 2001, Fifth Edition, with interim updates. K. UL (RMSD) - Roofing Materials and Systems Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating material characteristics and performance criteria. C. Shop Drawings: For metal flashings, indicate specially configured metal flashings, jointing methods and locations, and fastening methods and locations. D. Samples: Submit two samples of each shingle color indicating color range and finish texture/pattern; for color selection. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with the recommendations of NRCA Steep Roofing Manual. B. Products Required to Comply with Fire or Wind Resistance Criteria: UL listed and labeled. ASPHALT SHINGLES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0731 13-1 1.06 MOCK-UP A. Provide mock-up of 50 sq ft, including underlayment, shingles, and associated flashings. B. Mock-up may remain as part of the Work. 1.07 FIELD CONDITIONS A. Do not install shingles or eave protection membrane when surface temperatures are below 45 degrees F. PART 2 PRODUCTS 2.01 SHINGLES A. Manufacturers: 1. GAF; Timberline Cool Series: www.gaf.com. <http://www.gaf.com/> 2. Owens Corning Corp; www.owenscorning.com. <http://www.owenscorning.com/> 3. Substitutions: See Section 01 60 00 - Product Requirements. B. Asphalt Shingles: Asphalt -coated glass felt, mineral granule surfaced, complying with ASTM D3462/D3642M; Class A fire resistance. 1. Wind Resistance: Class F, when tested in accordance with ASTM D3161/D3161M. 2. Warranted Wind Speed: Not less than tested wind resistance. 3. Texas Department of Insurance approved. 4. Algae Resistant. 5. Self-sealing type. 6. Color: as selected by Architect. 2.02 SHEET MATERIALS A. Manufacturer: The Garland Company, Inc. 1. Eave Protection Membrane, Underlayment and Flexible Flashing: HPR Aqua Shield is a Styrene -Butadiene -Rubber (SBR) fiber -glass reinforced self -adhering base sheet that can be used as the initial underlayment in a variety of steep -slope roofing applications. Roll Dimensions HPR Aqua Shield Width 3 ft. (0.91 m) Length 65.5 ft. (19.96 m) Weight 78 lbs. (35.38 kg) Nominal Thickness 60 mils (1,524 microns) Net Coverage 200 sq. ft. (18.5 m2) Packaging 20 rolls/pallet 2.03 ACCESSORIES A. Nails: Standard round wire shingle type, of hot -dipped zinc coated steel, 10 wire gage, 0.1019 inch shank diameter, 3/8 inch head diameter, of sufficient length to penetrate through roof sheathing or 3/4 inch into roof sheathing or decking. B. Plastic Cement: ASTM D4586/D4568M, asphalt roof cement. C. Lap Cement: Fibrated cutback asphalt type, recommended for use in application of underlayment, free of toxic solvents. D. Ridge Vents: Plastic, extruded with vent openings that do not permit direct water or weather entry; flanged to receive shingles. 2.04 METAL FLASHINGS A. Metal Flashings: Provide sheet metal eave edge, gable edge, ridge, open valley flashing, and other flashing indicated. 1. Form flashings to protect roofing materials from physical damage and shed water. 2. Form sections square and accurate to profile, in maximum possible lengths, free from distortion or defects detrimental to appearance or performance. ASPHALT SHINGLES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0731 13-2 3. Hem exposed edges of flashings minimum 1/4 inch on underside. 4. Coat concealed surfaces of flashings with bituminous paint. B. Sheet Metal: Galvanized steel, as specified in Section 07 62 00. C. Bituminous Paint: Acid and alkali resistant type; black color. 2.05 PART 3 EXECUTION 3.01 EXAMINATION A. B. C. D. E. Verify existing conditions prior to beginning work. Verify that deck is of sufficient thickness to accept fasteners. Verify that roof penetrations and plumbing stacks are in place and flashed to deck surface. Verify roof openings are correctly framed. Verify deck surfaces are dry, free of ridges, warps, or voids. 3.02 INSTALLATION — PRIMER & UNDERLAYMENTS A. PRIMER: All surfaces must be in sound condition and free of dirt, debris, or dust. Apply SA Primer at a rate of 0.5 gallons per square (0.21 I/m2) to properly prepared substrates using a medium nap roller or spray equipment (a 0.0155-0.021 inch spray tip orifice and a minimum spray pressure of 500 psi are recommended). One coat recommended and avoid "pud- dling" the primer. Do not apply to wet surfaces, as this will dilute the primer, reducing its effectiveness. The SA Primer can withstand foot traffic in about 1-2 hours. B. Eave Protection Membrane, Underlayment and Flexible Flashing: Position HPR Aqua Shield over the areas to be protected, remove the release film, and press onto the surface of the roof deck. To complete the bonding process it may be necessary to "roll -in" the product by using a linoleum roller or equivalent. Bonding will occur rapidly during hot weather, and slower during cooler weather, especially below 50°F (10°C). Nails or staples may be used to pre -secure the products in cooler weather to facilitate continued application. C. End laps shall be a minimum of 4" (100 mm) in the field and 6" (152 mm) in the valley; side laps shall be a minimum of 3" (75 mm). D. Items projecting through or mounted on roof: Weather lap and seal watertight with plastic cement. 3.03 INSTALLATION - VALLEY PROTECTION A. Install flexible flashing in accordance with manufacturer's instructions. B. At Exposed Valleys: Install one layer of sheet metal flashing, minimum 24 inches wide, centered over open valley and crimped to guide water. Weather lap joints minimum 2 inch wide band of lap cement along each edge of first, press roll roofing into cement, and nail in place minimum 18 inches on center, 1 inch from edges. 3.04 INSTALLATION - METAL FLASHING AND ACCESSORIES A. B. C. Weather lap joints minimum 2 inches and seal weather tight with plastic cement. Secure in place with nails at 10 inches on center. Conceal fastenings. Items Projecting Through or Mounted on Roofing: Flash and seal weather tight with plastic cement. 3.05 INSTALLATION - SHINGLES A. Install shingles in accordance with manufacturer's instructions. 1 Fasten individual shingles using 6 nails per shingle, or as required by code, whichever is greater. 2. Fasten strip shingles using 6 nails per strip, or as required by code, whichever is greater. B. Place shingles in straight coursing pattern with 5 inch weather exposure to produce double thickness over full roof area. Provide double course of shingles at eaves. ASPHALT SHINGLES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0731 13-3 C. Project first course of shingles 3/4 inch beyond fascia boards. D. Extend shingles 1/2 inch beyond face of gable edge fascia boards. E. Complete installation to provide weather tight service. 3.06 PROTECTION A. Do not permit traffic over finished roof surface. END OF SECTION ASPHALT SHINGLES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0731 13-4 SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, and downspouts. B. Sealants for joints within sheet metal fabrications. C. Precast concrete splash pads. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood nailers for sheet metal work. B. Section 07 31 13 - Asphalt Shingles: Non-metallic flashings associated with shingle roofing. 1.03 REFERENCE STANDARDS A. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. B. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos -Free; 2007 (Reapproved 2012)e1. C. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association; 2012. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Samples: Submit two samples 3x3 inch in size illustrating metal finish color. 1.05 QUALITY ASSURANCE A. Perform work in accordance with SMACNA 1793 and CDA A4050 requirements and standard details, except as otherwise indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Pre -Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal, shop pre -coated with high performace factory applied flour -carbon finish, Kynar 500 or equal. 1. Color: As selected by Architect from manufacturer's standard colors. B. Aluminum: ASTM B209 (ASTM B209M); 0.032 inch thick; anodized finish of color as selected. 1. Clear Anodized Finish: AAMA 611 AA-M12C22A41 Class I clear anodic coating not less than 0.7 mils thick. C. Copper: ASTM B370, cold rolled 16 oz/sq ft thick; natural finish. 2.02 ACCESSORIES A. Fasteners: Galvanized steel, with soft neoprene washers. B. Primer: Zinc chromate type. C. Sealant to be Concealed in Completed Work: Non -curing butyl sealant. D. Sealant to be Exposed in Completed Work: ASTM C920; elastomeric sealant, 100 percent silicone with minimum movement capability of plus/minus 25 percent and recommended by manufacturer for substrates to be sealed; clear. SHEET METAL FLASHING AND TRIM 07 62 00 - 1 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 E. Plastic Cement: ASTM D4586, Type I. 2.03 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Form material with flat lock seams, except where otherwise indicated. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate flashings to allow toe to extend 2 inches over roofing gravel. Return and brake edges. 2.04 GUTTER AND DOWNSPOUT FABRICATION A. Gutters and Downspouts: Size for rainfall intensity determined by a storm occurrence of 1 in 10 years in accordance with SMACNA (ASMM). B. Accessories: Profiled to suit gutters and downspouts. 1. Anchorage Devices: In accordance with SMACNA requirements. 2. Gutter Supports: Brackets. 3. Downspout Supports: Brackets. C. Splash Pads: Precast concrete type, of size and profiles indicated; minimum 3000 psi at 28 days, with minimum 5 percent air entrainment. D. Seal metal joints. PART 3 EXECUTION 3.01 INSTALLATION A. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. B. Apply plastic cement compound between metal flashings and felt flashings. C. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. D. Seal metal joints watertight. E. Secure gutters and downspouts in place using concealed fasteners. F. Set splash pads under downspouts. Set in place with END OF SECTION SHEET METAL FLASHING AND TRIM COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 076200-2 SECTION 07 90 05 JOINT SEALERS PART 1 GENERAL 1.01 SUMMARY A. Section includes sealants and joint backing, and accessories. B. Related Sections: 1. Section 08 80 00 - Glazing: Glazing sealants and accessories. 2. Section 09 21 16 - Gypsum Board Assemblies: Acoustic sealant. 3. Section 09 30 00 - Tiling: Sealant used as tile grout. 1.02 REFERENCES A. ASTM International: 1. ASTM C834-14 - Standard Specification for Latex Sealants. 2. ASTM C919-12 - Standard Practice for Use of Sealants in Acoustical Applications. 3. ASTM C920 -14a - Standard Specification for Elastomeric Joint Sealants. 4. ASTM C1193-13 - Standard Guide for Use of Joint Sealants. 1.03 SUBMITTALS A. Follow Section 01 33 00 - Submittal Procedures. B. Products Data: Submit data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. C. Samples: Submit one sample, 1/4 x 1 inch in size illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Submit special procedures, surface preparation, and perimeter conditions requiring special attention. E. Warranty: Include coverage for installed sealants and accessories failing to achieve airtight seal, watertight seal, exhibit loss of adhesion or cohesion, and sealants which do not cure. 1.04 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. B. Applicator: Company or contractor personnel specializing in performing Work of this section with minimum five years experience. 1.05 ENVIRONMENTAL REQUIREMENTS A. Follow Section 01 61 00 - Products Requirements. B. Maintain temperature and humidity recommended by sealant manufacturer during and after installation. 1.06 COORDINATION A. Coordinate Work with sections referencing this section. 1.07 PRE -INSTALLATION MEETING A. Convene minimum one week prior to commencing work of this section. B. Submittal review process for that portion of the Work under discussion must have been completed prior to scheduling of the pre -installation meeting. PART 2 PRODUCTS 2.01 JOINT SEALERS A. Manufacturers: 1. Dow Corning Corp. 2. GE Silicones. 3. Tremco. 4. Pecora Corp. JOINT SEALERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 079005-1 5. Sika Corp. 6. Sonneborn. 7. Substitutions: Follow Section 01 60 00 - Products Requirements. 8. Products Description: a. Type 1: Acrylic Sealant; single component, solvent curing, non -staining, non-bleeding, non -sagging; b. color as selected, Sonolac by Sonneborn. c. Type 2: Polyurethane Sealant; single component, chemical curing, non -staining, non-bleeding, capable of continuous water immersion, non -sagging type, NP -1 by Sonneborn. d. Type 3: Butyl Sealant; single component, solvent release, non -skinning, non -sagging, BC -158 by Pecora. e. Type 4: Silicone Sealant; single component, atmospheric curing, non -sagging, non -staining, fungus and mildew resistant, non-bleeding. f. Type 5: Tape -Type, butyl sealant; single component, solvent release, non -skinning, non -sagging, double release paper, 1/2 inch wide x 3/32 inch thick, 50 foot rolls. g. Type 6: Premium -grade high performance one -part silyl-terminated non -sag elastomeric sealant, Sololastic 150 by Sonneborn. h. Sealant Colors: Provide sealant color samples for color selection. 2.02 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. Copper surfaces must be primed using primer recommended by sealant manufacturer including when using self -primer or non -priming general use sealants. B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D1056, sponge or expanded rubber D1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate surfaces and joint openings are ready to receive work. B. Verify joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter impairing adhesion of sealant. B. Clean and prime joints. C. Perform preparation in accordance with ASTM C1193. D. Protect elements surrounding Work of this section from damage or disfiguration. 3.03 INSTALLATION A. Perform installation in accordance with ASTM C1193. B. Perform acoustical sealant application work in accordance with ASTM C919. C. Measure joint dimensions and size joint backers to achieve the following, unless otherwise indicated: 1. Width/depth ratio of 2: 1. 2. Neck dimension no greater than 1/2 of joint width. 3. Surface bond area on each side not less than 75 percent of joint width. 4. Install bond breaker where joint backing is not used. 5. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. JOINT SEALERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 079005-2 6. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. 7. Tool joints concave. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION OF INSTALLED CONSTRUCTION A. Protect sealants until cured. 3.06 SCHEDULE A. Sheet Metal Trim, Roof: Polyurethane, Type 2 Accessories single component B. Exterior side of Aluminum Storefront, Steel Door Frames and other Opening at Perimeter and other Opening at Perimeter of Frame: Polyurethane, Type 2, single component C. Interior side of Aluminum Storefront, Steel Door Frames and other Openings: Polyurethane, Type 2, single component D. Under Thresholds: Butyl Type 3 E. Exterior Masonry Vertical E.J. Joints: Elastomeric, Type 6 single component F. Ceramic Tile and Perimeter of Plumbing Fixtures: Silicone Type 4 G. Interior Joints not otherwise Scheduled: Acrylic sealant Type 1 H. Exterior Steel Stud Sill: Butyl Type 5 (Sill Sealer) END OF SECTION JOINT SEALERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 079005-3 JOINT SEALERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 07 90 05 - 4 SECTION 08 11 13 HOLLOW METAL DOORS AND FRAMES PART 1 GENERAL 1.01 SECTION INCLUDES A. Thermally insulated steel doors. 1.02 RELATED REQUIREMENTS A. Section 08 71 00 - Door Hardware. B. Section 08 80 00 - Glazing: Glass for doors and borrowed lites. C. Section 09 91 13 - Exterior Painting: Field painting. 1.03 REFERENCE STANDARDS A. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. B. ANSI/SDI A250.8 - Specifications for Standard Steel Doors and Frames (SDI -100); 2014. C. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames; 2011. D. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2013. E. ASTM C1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus; 2011. F. BHMA A156.115 - American National Standard for Hardware Preparation in Steel Doors and Steel Frames; 2014. (ANSI/BHMA A156.115) G. ICC A117.1 - Accessible and Usable Buildings and Facilities; International Code Council; 2009 (ANSI). H. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of Hollow Metal Doors and Frames; The National Association of Architectural Metal Manufacturers; 2007. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes; and one copy of referenced grade standard. C. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and identifying location of different finishes, if any. D. Installation Instructions: Manufacturer's published instructions, including any special installation instructions relating to this project. E. Manufacturer's Certificate: Certification that products meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum five years documented experience. B. Maintain at the project site a copy of all reference standards dealing with installation. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store in accordance with NAAMM HMMA 840. B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Steel Doors and Frames: 1. Assa Abloy Ceco, Curries, or Fleming: www.assaabloydss.com. HOLLOW METAL DOORS AND FRAMES 08 11 13 - 1 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 2. Republic Doors: www.republicdoor.com. 3. Steelcraft, an Allegion brand: www.allegion.com/us. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 DOORS AND FRAMES A. Requirements for All Doors and Frames: 1. Accessibility: Comply with ICC A117.1 and ADA Standards. 2. Door Top Closures: Flush with top of faces and edges. 3. Door Edge Profile: Beveled on both edges. 4. Door Texture: Smooth faces. 5. Glazed Lights: Non -removable stops on non -secure side; sizes and configurations as indicated on drawings. 6. Hardware Preparation: In accordance with BHMA A156.115, with reinforcement welded in place, in addition to other requirements specified in door grade standard. 7. Galvanizing : All components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, with A60/ZF180 coating thickness interior, G90 exterior 8. Finish: Factory primed, for field finishing. B. Combined Requirements: If a particular door and frame unit is indicated to comply with more than one type of requirement, comply with all the specified requirements for each type; for instance, an exterior door that is also indicated as being sound -rated must comply with the requirements specified for exterior doors and for sound -rated doors; where two requirements conflict, comply with the most stringent. 2.03 STEEL DOORS A. Exterior Doors: 1. Grade: ANSI/SDI A250.8 (SDI -100); Level 3 - Extra Heavy -Duty, Physical Performance Level A, Model 2 - Seamless. 2. Core: Polyurethane. 3. Galvanizing: Components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, G90. 4. Insulating Value: U -value of.1, when tested in accordance with ASTM C1363 where indicated. 5. Weatherstripping: Separate, see Section 08 71 00. 2.04 STEEL FRAMES A. General: 1. Comply with the requirements of grade specified for corresponding door. a. ANSI/SDI A250.8 (SDI -100), Level 2 and 3 Door Frames: 14 gage, 0.067 inch, minimum thickness. 2. Finish: Same as for door. 3. Provide mortar guard boxes for hardware cut-outs in frames to be installed in masonry or to be grouted. 4. Frames in Masonry Walls: Size to suit masonry coursing with head member 4 inches high to fill opening without cutting masonry units. 5. Frames Wider than 48 Inches: Reinforce with steel channel fitted tightly into frame head, flush with top. B. Exterior Door Frames: Face welded, seamless with joints filled. 1. Galvanizing: Components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, with manufacturer's standard coating thickness. 2. Weatherstripping: Separate, see Section 08 71 00. C. Mullions for Pairs of Doors: Removable type, of profile similar to jambs. 2.05 ACCESSORY MATERIALS A. Glazing: As specified in Section 08 80 00, factory installed. HOLLOW METAL DOORS AND FRAMES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0811 13-2 B. Grout for Frames: Portland cement grout of maximum 4 -inch slump for hand troweling; thinner pumpable grout is prohibited. C. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door, 3 on center mullion of pairs, and 2 on head of pairs without center mullions. D. Temporary Frame Spreaders: Provide for all factory- or shop -assembled frames. 2.06 FINISH MATERIALS A. Primer: Rust -inhibiting, complying with ANSI/SDI A250.10, door manufacturer's standard. B. Bituminous Coating: Asphalt emulsion or other high -build, water-resistant, resilient coating. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. 3.02 PREPARATION A. Coat inside of frames to be installed in masonry or to be grouted, with bituminous coating, prior to installation. 3.03 INSTALLATION A. Install in accordance with the requirements of the specified door grade standard and NAAMM HMMA 840. B. Coordinate frame anchor placement with wall construction. C. Grout frames in masonry construction, using hand trowel methods; brace frames so that pressure of grout before setting will not deform frames. D. Coordinate installation of hardware. E. Coordinate installation of glazing. F. Touch up damaged factory finishes. 3.04 TOLERANCES A. Clearances Between Door and Frame: As indicated in ANSI/SDI A250.8 (SDI -100). B. Maximum Diagonal Distortion: 1/16 in measured with straight edge, corner to corner. 3.05 ADJUSTING A. Adjust for smooth and balanced door movement. END OF SECTION HOLLOW METAL DOORS AND FRAMES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0811 13-3 HOLLOW METAL DOORS AND FRAMES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0811 13-4 SECTION 08 43 13 ALUMINUM -FRAMED STOREFRONTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Aluminum -framed storefront, with vision glass. 1.02 RELATED REQUIREMENTS A. Section 08 80 00 - Glazing: Glass and glazing accessories. 1.03 REFERENCE STANDARDS A. AAMA CW -10 - Care and Handling of Architectural Aluminum From Shop to Site; American Architectural Manufacturers Association; 2012. B. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 2012. C. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2013. D. ASTM B221 M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes [Metric]; 2013. E. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen; 2004 (Reapproved 2012). F. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2009). G. ASTM E1996 - Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Windborne Debris in Hurricanes; 2014. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Design Data: Provide framing member structural and physical characteristics, engineering calculations, and dimensional limitations. 1.05 PERFORMANCE REQUIREMENTS A. Provide aluminum storefront assemblies that comply with specified performance characteristics. Each system shall be tested by a recognized testing laboratory or agency in accordance with specified test methods. Provide certified test results. B. Thermal Movement: Provide systems capable of withstanding thermal movements resulting from an ambient temperature range of 120 deg.F (67 deg.C), that could cause a metal surface temperature range of 180 deg.F (100 deg.C) within the framing system. C. Wind Loading Performance Requirements 1. Structural Performance a. Provide assembly that passes structural performance requirements when tested according to ASTM E 330, at a minimum of 150 percent of the positive and negative design wind -load pressures indicated on the structural drawings. 2. Impact Resistance a. Windborne-Debris-Impact Resistance: Provide assembly that passes impact protection testing requirements according to ASTM E 1996 when tested according to ASTM E 1886. Test specimens shall be no smaller in width and length than assembly indicated for use on the Project and shall be installed in same manner as assembly indicated for use on the Project. b. Large -Missile Test: For glazing located within 30 feet of grade. Refer to Glazing Section 088000 for requirements. ALUMINUM -FRAMED STOREFRONTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 43 13 - 1 D. Fixed Framing Transmission Characteristics: Provide aluminum entrance and storefront framing system that complies with requirements indicated for transmission characteristics. 1. Air Infiltration: Provide framing system with an air infiltration rate of not more than 0.06 CFM per sq. ft. of fixed area (excluding operable door edges) when tested in accordance with ASTM E 283 at an inward test pressure differential of 6.24 psf. 2. Water Penetration: Provide framing systems with no water penetration (excluding operable door edges) as defined in the test method when tested in accordance with ASTM E 331 at an inward test pressure differential of 6.24 lbf. per sq. ft. 1.06 QUALITY ASSURANCE A. Designer Qualifications: Design structural support framing components under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed at the State in which the Project is located. B. Manufacturer and Installer Qualifications: Company specializing in manufacturing aluminum glazing systems with minimum three years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle products of this section in accordance with AAMA CW -10. B. Protect finished aluminum surfaces with wrapping. Do not use adhesive papers or sprayed coatings that bond to aluminum when exposed to sunlight or weather. 1.08 FIELD CONDITIONS A. Do not install sealants when ambient temperature is less than 40 degrees F. Maintain this minimum temperature during and 48 hours after installation. 1.09 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Aluminum -Framed Storefront and Doors: 1. Kawneer North America; : www.kawneer.com. 2. Oldcastle BuildingEnvelope; : www.oldcastlebe.com. 3. YKK AP America Inc; : www.ykkap.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 STOREFRONT A. Aluminum -Framed Storefront: Factory fabricated, factory finished aluminum framing members with infill, and related flashings, anchorage and attachment devices. 1. Glazing Position: Centered (front to back). 2. Finish: Class II natural anodized. a. Factory finish all surfaces that will be exposed in completed assemblies. 3. Fabrication: Joints and corners flush, hairline, and weatherproof, accurately fitted and secured; prepared to receive anchors and hardware; fasteners and attachments concealed from view; reinforced as required for imposed loads. 4. Construction: Eliminate noises caused by wind and thermal movement, prevent vibration harmonics, and prevent "stack effect" in internal spaces. 5. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. 6. Expansion/Contraction: Provide for expansion and contraction within system components caused by cycling temperature range of 170 degrees F over a 12 hour period without causing detrimental effect to system components, anchorages, and other building elements. 7. Movement: Allow for movement between storefront and adjacent construction, without damage to components or deterioration of seals. ALUMINUM -FRAMED STOREFRONTS 08 43 13 - 2 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 8. Perimeter Clearance: Minimize space between framing members and adjacent construction while allowing expected movement. B. Performance Requirements: 1. Wind -Borne -Debris Resistance: Identical full-size glazed assembly without auxiliary protection, tested by independent agency in accordance with ASTM E1996 for Wind Zone Inland I - Enhanced Protection for Large and Small Missile impact and pressure cycling at design wind pressure. 2. Water Penetration Resistance: No uncontrolled water on interior face, when tested in accordance with ASTM E331 at pressure differential of 8.00 Ibf/sq ft. 3. Air Leakage: Maximum of 0.06 cu ft/min/sq ft of wall area, when tested in accordance with ASTM E283 at 6.27 pounds per square foot pressure differential across assembly. 2.03 COMPONENTS A. Aluminum Framing Members: Tubular aluminum sections, thermally broken with interior section insulated from exterior, drainage holes and internal weep drainage system. 1. Glazing stops: Flush. B. Glazing: As specified in Section 08 80 00. 1. For Exterior Framing: Type GL -1. C. Operable Sash: As specified in Section 08 51 13. 2.04 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M). B. Fasteners: Stainless steel with precaustions taken to prevent galvanic reaction. C. Exposed Flashings: Aluminum sheet, 20 gage, 0.032 inch minimum thickness; finish to match framing members. D. Sill Flashing Sealant: Elastomeric, silicone or polyurethane, compatible with flashing material. E. Sealant for Setting Thresholds: Non -curing butyl type. F. Glazing Gaskets: Type to suit application to achieve weather, moisture, and air infiltration requirements. G. Glazing Accessories: As specified in Section 08 80 00. 2.05 FINISHES A. Class I Natural Anodized Finish: AAMA 611 AA-M12C22A41 Clear anodic coating not less than 0.7 mils thick. PART 3 EXECUTION 3.01 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Field verify and coordinate dimensions of rough opening with shop drawings and resolve any conflicts prior to start of installation. C. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. 3.02 INSTALLATION A. Install wall system in accordance with manufacturer's instructions. B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. C. Provide alignment attachments and shims to permanently fasten system to building structure. D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances, aligning with adjacent work. E. Provide thermal isolation where components penetrate or disrupt building insulation. ALUMINUM -FRAMED STOREFRONTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 084313-3 F. Install sill flashings. Turn up ends and edges; seal to adjacent work to form water tight dam. G. Where fasteners penetrate sill flashings, make watertight by seating and sealing fastener heads to sill flashing. H. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. I. Install operating sash. J. Touch-up minor damage to factory applied finish; replace components that cannot be satisfactorily repaired. 3.03 TOLERANCES A. Maximum Variation from Plumb: 0.06 inches every 3 ft non -cumulative or 1/16 inches per 10 ft, whichever is less. B. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1/32 inch. 3.04 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for independent testing and inspection requirements. Inspection will monitor quality of installation and glazing. 3.05 ADJUSTING A. Adjust operating hardware and sash for smooth operation. 3.06 CLEANING A. Remove protective material from pre -finished aluminum surfaces. 3.07 PROTECTION A. Protect installed products from damage during subsequent construction. END OF SECTION ALUMINUM -FRAMED STOREFRONTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 084313-4 SECTION 08 51 13 ALUMINUM WINDOWS PART 1 GENERAL 1.01 SECTION INCLUDES A. Extruded aluminum windows with fixed sash and operating sash. B. Operating hardware. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood perimeter shims. B. Section 07 92 00 - Joint Sealants: Sealing joints between window frames and adjacent construction. C. Section 08 80 00 - Glazing. 1.03 REFERENCE STANDARDS A. AAMA/WDMA/CSA 101/I.S.2/A440 - North American Fenestration Standard/Specification for windows, doors, and skylights; American Architectural Manufacturers Association/Window and Door Manufacturers Association/Canadian Standards Association; 2011. B. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 2012. C. AAMA CW -10 - Care and Handling of Architectural Aluminum From Shop to Site; American Architectural Manufacturers Association; 2012. D. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2013. E. ASTM B221 M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes [Metric]; 2013. F. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2009). G. ASTM E1105 - Standard Test Method for Field Determination of Water Penetration of Installed Exterior Windows, Skylights, Doors, and Curtain Walls, by Uniform or Cyclic Static Air Pressure Difference; 2000 (Reapproved 2008) H. ASTM E1996 - Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Windborne Debris in Hurricanes; 2014. I. ASTM F588 - Standard Test Methods for Measuring the Forced Entry Resistance of Window Assemblies, Excluding Glazing Impact; 2014. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide component dimensions, information on glass and glazing, descriptions of hardware and accessories, and documentation demonstrating TDI Windstorm Compliance for Inland I.. C. Shop Drawings: Indicate opening dimensions, framed opening tolerances, method for achieving air and vapor barrier seal to adjacent construction, anchorage locations, , and installation requirements. D. Submit two samples of operating hardware. E. Grade Substantiation: Prior to submitting shop drawings or starting fabrication, submit one of the following showing compliance with specified grade: 1. Evidence of AAMA Certification. 2. Evidence of WDMA Certification. 3. Evidence of CSA Certification. ALUMINUM WINDOWS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0851 13-1 4. Test report(s) by independent testing agency itemizing compliance and acceptable to authorities having jurisdiction. F. Test Reports: Prior to submitting shop drawings or starting fabrication, submit test report(s) by independent testing agency showing compliance with performance requirements in excess of those prescribed by specified grade. 1.05 PERFORMANCE REQUIREMENTS A. Provide aluminum window assemblies that comply with specified performance characteristics. Each system shall be tested by a recognized testing laboratory or agency in accordance with specified test methods. Provide certified test results. B. Thermal Movement: Provide systems capable of withstanding thermal movements resulting from an ambient temperature range of 120 deg.F (67 deg.C), that could cause a metal surface temperature range of 180 deg.F (100 deg.C) within the framing system. C. Wind Loading Performance Requirements 1. Structural Performance a. Provide assembly that passes structural performance requirements when tested according to ASTM E 330, at a minimum of 150 percent of the positive and negative design wind -load pressures indicated on the structural drawings. 2. Impact Resistance a. Windborne-Debris-lmpact Resistance: Provide assembly that passes impact protection testing requirements according to ASTM E 1996 when tested according to ASTM E 1886. Test specimens shall be no smaller in width and length than assembly indicated for use on the Project and shall be installed in same manner as assembly indicated for use on the Project. b. Large -Missile Test: For glazing located within 30 feet of grade. Refer to Glazing Section 088000 for requirements. 1.06 QUALITY ASSURANCE 1.07 DELIVERY, STORAGE, AND HANDLING A. Comply with requirements of AAMA CW -10. B. Protect finished surfaces with wrapping paper or strippable coating during installation. Do not use adhesive papers or sprayed coatings that bond to substrate when exposed to sunlight or weather. 1.08 FIELD CONDITIONS 1.09 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Aluminum Windows: 1 EFCO, a Pella Company; Series 6551: www.efcocorp.com. 2. YKK AP America Inc; : www.ykkap.com. 3. Kawneer; TR6800: www.kawneer.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 WINDOWS A. Aluminum Windows: Extruded aluminum frame and sash, factory fabricated, factory finished, with operating hardware, related flashings, and anchorage and attachment devices. 1. Frame Depth: 4 inches. 2. Fabrication: Joints and corners flush, hairline, and weatherproof, accurately fitted and secured; prepared to receive anchors; fasteners and attachments concealed from view; reinforced as required for operating hardware and imposed loads. ALUMINUM WINDOWS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0851 13-2 3. Perimeter Clearance: Minimize space between framing members and adjacent construction while allowing expected movement. 4. Movement: Accommodate movement between window and perimeter framing and deflection of lintel, without damage to components or deterioration of seals. 5. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. B. Performance Requirements: Provide products that comply with the following: 1. Grade: AAMA/WDMA/CSA 101/I.S.2/A440 requirements for specific window type: a. Performance Class (PC): R. 2. Wind -Borne -Debris Resistance: Identical full-size glazed assembly without auxiliary protection, tested by independent agency in accordance with ASTM E1996 for Wind Zone 3 - Enhanced Protection for Large and Small Missile impact and pressure cycling at design wind pressure and TDI windstorm certified. 3. Water Leakage: No uncontrolled leakage on interior face when tested in accordance with ASTM E331 at differential pressure of 9.19 pounds per square foot. 4. Forced Entry Resistance: Tested to comply with ASTM F588 requirements for performance level of Grade 10 for specific window style required. C. Fixed, Non -Operable Type: 1. Construction: Thermally broken. 2. Glazing: Double; clear; transparent. 3. Exterior Finish: Class I natural anodized. 4. Interior Finish: Class I natural anodized. D. Horizontal Sliding Type: 1. Construction: Thermally broken. 2. Glazing: GL -1 as specified in section 08 80 00; clear; transparent. 3. Exterior Finish: Class I natural anodized. 4. Interior Finish: Class I natural anodized. 2.03 COMPONENTS A. Frames: thermally broken with interior portion of frame insulated from exterior portion; flush glass stops of snap -on type. B. Glazing: As specified in Section 08 80 00. 1. For Exterior Windows: Type GL -1. C. Sills: 4 inch thick, extruded aluminum; sloped for positive wash; fit under sash leg to 1/2 inch beyond wall face; one piece full width of opening jamb angles to terminate sill end. D. Operable Sash Weatherstripping: Nylon pile; permanently resilient, profiled to achieve effective weather seal. E. Fasteners: Stainless steel with spacers provided to prevent galvanic reaction. F. Glazing Materials: As specified in Section 08 80 00. G. Sealant for Setting Sills and Sill Flashing: Non -curing butyl type. 2.04 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M), 6063 alloy, T6 temper. 2.05 HARDWARE A. Sash lock: Lever handle with cam lock secured from the operator side to meet TDI windstorm requirements. B. Operator: Lever action handle fitted to projecting sash arms with limit stops. C. Pulls: Manufacturer's standard type on operator side only. D. Bottom Rollers: Stainless steel, adjustable. E. Limit Stops: Resilient rubber. ALUMINUM WINDOWS 08 51 13 - 3 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 2.06 FINISHES A. Class I Natural Anodized Finish: AAMA 611 AA-M12C22A41 Clear anodic coating not less than 0.7 mils thick. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that wall openings and adjoining air and vapor seal materials are ready to receive aluminum windows. 3.02 INSTALLATION A. Install windows in accordance with manufacturer's instructions. B. Attach window frame and shims to perimeter opening to accommodate construction tolerances and other irregularities. C. Align window plumb and level, free of warp or twist. Maintain dimensional tolerances and alignment with adjacent work. D. Install sill and sill end angles. E. Set sill members and sill flashing in continuous bead of sealant. F. Provide thermal isolation where components penetrate or disrupt building insulation. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. G. Install operating hardware not pre-installed by manufacturer. H. Install glass and infill panels in accordance with requirements specified in Section 08 80 00. 3.03 TOLERANCES A. Maximum Variation from Level or Plumb: 1/16 inches every 3 ft non -cumulative or 1/8 inches per 10 ft, whichever is less. 3.04 FIELD QUALITY CONTROL A. Test installed windows for compliance with performance requirements for water penetration, in accordance with ASTM E1105 using uniform pressure and the same pressure difference as specified for laboratory testing. 1. If any window fails, test additional windows at Contractor's expense. B. Replace windows that have failed field testing and retest until performance is satisfactory. 3.05 ADJUSTING A. Adjust hardware for smooth operation and secure weathertight closure. 3.06 CLEANING A. Remove protective material from factory finished aluminum surfaces. END OF SECTION ALUMINUM WINDOWS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0851 13-4 SECTION 08 71 00 DOOR HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes commercial door hardware for the following: 1. Swinging doors. 2. Other doors to the extent indicated. B. Door hardware includes, but is not necessarily limited to, the following: 1. Mechanical door hardware. 2. Cylinders specified for doors in other sections. C. Related Sections: 1. Division 08 Section "Door Hardware Schedule". 2. Division 08 Section "Hollow Metal Doors and Frames". 3. Division 08 Section "Interior Aluminum Doors and Frames". D. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction. 1. ANSI A117.1 - Accessible and Usable Buildings and Facilities. 2. ICC/IBC - International Building Code. 3. NFPA 70 - National Electrical Code. 4. NFPA 80 - Fire Doors and Windows. 5. NFPA 101 - Life Safety Code. 6. NFPA 105 - Installation of Smoke Door Assemblies. 7. State Building Codes, Local Amendments. E. Standards: All hardware specified herein shall comply with the following industry standards: 1. ANSI/BHMA Certified Product Standards - A156 Series 2. UL10C — Positive Pressure Fire Tests of Door Assemblies 1.3 SUBMITTALS A. Product Data: Manufacturer's product data sheets including installation details, material descriptions, dimensions of individual components and profiles, operational descriptions and finishes. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 1 B. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating complete designations of every item required for each door or opening. Organize door hardware sets in same order as in the Door Hardware Sets at the end of Part 3. Submittals that do not follow the same format and order as the Door Hardware Sets will be rejected and subject to resubmission. 3. Content: Include the following information: a. Type, style, function, size, label, hand, and finish of each door hardware item. b. Manufacturer of each item. c. Fastenings and other pertinent information. d. Location of door hardware set, cross-referenced to Drawings, both on floor plans and in door and frame schedule. e. Explanation of abbreviations, symbols, and codes contained in schedule. f. Mounting locations for door hardware. g. Door and frame sizes and materials. h. Warranty information for each product. 4. Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date, particularly where approval of the Door Hardware Schedule must precede fabrication of other work that is critical in the Project construction schedule. Include Product Data, Samples, Shop Drawings of other work affected by door hardware, and other information essential to the coordinated review of the Door Hardware Schedule. C. Proof of Certification: Provide copy of manufacturer(s) official certification or accreditation document indicating proof of status as a qualified installer of Windstorm assemblies. D. Keying Schedule: After a keying meeting with the owner has taken place prepare a separate keying schedule detailing final instructions. Submit the keying schedule in electronic format. Include keying system explanation, door numbers, key set symbols, hardware set numbers and special instructions. Owner must approve submitted keying schedule prior to the ordering of permanent cylinders/cores. E. Informational Submittals: 1. Product Test Reports: Indicating compliance with cycle testing requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified independent testing agency. F. Operating and Maintenance Manuals: Provide manufacturers operating and maintenance manuals for each item comprising the complete door hardware installation in quantity as required in Division 01, Closeout Submittals. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0871 00-2 1.4 QUALITY ASSURANCE A. Manufacturers Qualifications: Engage qualified manufacturers with a minimum 5 years of documented experience in producing hardware and equipment similar to that indicated for this Project and that have a proven record of successful in-service performance. B. Installer Qualifications: A minimum 3 years documented experience installing both standard and electrified door hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. C. Door Hardware Supplier Qualifications: Experienced commercial door hardware distributors with a minimum 5 years documented experience supplying both mechanical and electromechanical hardware installations comparable in material, design, and extent to that indicated for this Project. Supplier recognized as a factory direct distributor by the manufacturers of the primary materials with a warehousing facility in Project's vicinity. Supplier to have on staff a certified Architectural Hardware Consultant (AHC) available during the course of the Work to consult with Contractor, Architect, and Owner concerning both standard and electromechanical door hardware and keying. D. Windstorm Assembly Installer Qualifications: Installers are to be factory trained and certified prior to project bid, and are responsible for commissioning, servicing, and warranting the installed equipment specified for the project. E. Source Limitations: Obtain each type and variety of door hardware specified in this section from a single source unless otherwise indicated. 1. Electrified modifications or enhancements made to a source manufacturer's product line by a secondary or third party source will not be accepted. 2. Provide electromechanical door hardware from the same manufacturer as mechanical door hardware, unless otherwise indicated. F. Hurricane Resistant Exterior Openings (State of Texas): Provide exterior hollow metal and door hardware assemblies approved by the Texas Department of Insurance, including anchorage, capable of withstanding wind load design pressures calculated for this project by a registered architect or engineer and are part of the construction documents per the Texas Department of Insurance, authorities having jurisdiction, and the International Building Code Design Loads Section 1609. 1. Each unit to bear third party permanent label in accordance with the Texas Department of Insurance requirements applicable to project. 2. Hurricane Resistance Test Performance: Provide hollow metal and door hardware approved assemblies that pass large missile -impact tests, as required by Texas Department of Insurance systems location above grade and cyclic -pressure tests according to testing requirements of authorities having jurisdiction. a. Impact Resistance: Hollow metal with approved door hardware assemblies must satisfy the Texas Department of Insurance's criteria for protection from windborne debris in both the Inland I zone and the Seaward zone. Assemblies must pass the large missile impact test (which equates to Missile Level D specified in ASTM E 1996-02). Assemblies may be installed at any height on the structure as long as the design pressure rating for the assemblies is not exceeded. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 087100-3 G. Each unit to bear third party permanent label demonstrating compliance with the referenced standards. H. Keying Conference: Conduct conference to comply with requirements in Division 01 Section "Project Meetings." Keying conference to incorporate the following criteria into the final keying schedule document: 1. Function of building, purpose of each area and degree of security required. 2. Plans for existing and future key system expansion. 3. Requirements for key control storage and software. 4. Installation of permanent keys, cylinder cores and software. 5. Address and requirements for delivery of keys. Pre -Submittal Conference: Conduct coordination conference in compliance with requirements in Division 01 Section "Project Meetings" with attendance by representatives of Supplier(s), Installer(s), and Contractor(s) to review proper methods and the procedures for receiving, handling, and installing door hardware. 1. Prior to installation of door hardware, conduct a project specific training meeting to instruct the installing contractors' personnel on the proper installation and adjustment of their respective products. Product training to be attended by installers of door hardware (including electromechanical hardware) for aluminum, hollow metal and wood doors. Training will include the use of installation manuals, hardware schedules, templates and physical product samples as required. 2. Inspect and discuss electrical roughing -in, power supply connections, and other preparatory work performed by other trades. 3. Review sequence of operation narratives for each unique access controlled opening. 4. Review and finalize construction schedule and verify availability of materials. 5. Review the required inspecting, testing, commissioning, and demonstration procedures J. At completion of installation, provide written documentation that components were applied to manufacturer's instructions and recommendations and according to approved schedule. 1.5 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up and shelving for door hardware delivered to Project site. Do not store electronic access control hardware, software or accessories at Project site without prior authorization. B. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package. C. Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, software and related accessories directly to Owner via registered mail or overnight package service. Instructions for delivery to the Owner shall be established at the "Keying Conference". 1.6 COORDINATION A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other work specified to be factory prepared for installing standard and electrified hardware. Check COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 4 Shop Drawings of other work to confirm that adequate provisions are made for locating and installing hardware to comply with indicated requirements. B. Door and Frame Preparation: Doors and corresponding frames are to be prepared, reinforced and pre -wired (if applicable) to receive the installation of the specified electrified, monitoring, signaling and access control system hardware without additional in -field modifications. 1.7 WARRANTY A. General Warranty: Reference Division 01, General Requirements. Special warranties 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. B. Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or replace components of standard and electrified door hardware that fails in materials or workmanship within specified warranty period after final acceptance by the Owner. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of the hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 4. Electrical component defects and failures within the systems operation. C. Standard Warranty Period: One year from date of Substantial Completion, unless otherwise indicated. D. Special Warranty Periods: l . Ten years for mortise locks and latches. 2. Twenty five years for manual surface door closer bodies. 1.8 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. PART 2 - PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in Door Hardware Sets and each referenced section that products are to be supplied under. B. Designations: Requirements for quantity, item, size, finish or color, grade, function, and other distinctive qualities of each type of door hardware are indicated in the Door Hardware Sets at the end of Part 3. Products are identified by using door hardware designations, as follows: COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 087100-5 C. Named Manufacturer's Products: Product designation and manufacturer are listed for each door hardware type required for the purpose of establishing requirements. Manufacturers' names are abbreviated in the Door Hardware Schedule. D. Substitutions: Requests for substitution and product approval for inclusive mechanical and electromechanical door hardware in compliance with the specifications must be submitted in writing and in accordance with the procedures and time frames outlined in Division 01, Substitution Procedures. Approval of requests is at the discretion of the architect, owner, and their designated consultants. 2.2 MATERIALS A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than the following: 1. Floor Closers: 63% 2. Pivots: 78% 3. Cylindrical Locks: 58% 4. Mortise Locks: 57% 5. Exit Devices: 54% 6. Door Closers: 51% 7. Overhead Stops: 46% 2.3 HANGING DEVICES A. Hinges: ANSI/BHMA A156.1 certified butt hinges with number of hinge knuckles as specified in the Door Hardware Sets. 1. Quantity: Provide the following hinge quantity, unless otherwise indicated: a. Two Hinges: For doors with heights up to 60 inches. b. Three Hinges: For doors with heights 61 to 90 inches. c. Four Hinges: For doors with heights 91 to 120 inches. d. For doors with heights more than 120 inches, provide 4 hinges, plus 1 hinge for every 30 inches of door height greater than 120 inches. 2. Hinge Size: Provide the following, unless otherwise indicated, with hinge widths sized for door thickness and clearances required: a. Widths up to 3'0": 4-1/2" standard or heavy weight as specified. b. Sizes from 3'1" to 4'0": 5" standard or heavy weight as specified. 3. Hinge Weight and Base Material: Unless otherwise indicated, provide the following: a. Exterior Doors: Heavy weight, non-ferrous, ball bearing or oil impregnated bearing hinges unless Hardware Sets indicate standard weight. b. Interior Doors: Standard weight, steel, ball bearing or oil impregnated bearing hinges unless Hardware Sets indicate heavy weight. 4. Hinge Options: Comply with the following where indicated in the Hardware Sets or on Drawings: COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0871 00-6 a. Non -removable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for the all out -swinging lockable doors. Acceptable Manufacturers: b. Hager Companies (HA). c. McKinney Products (MK). 2.4 DOOR OPERATING TRIM A. Flush Bolts and Surface Bolts: ANSI/BHMA A156.3 and A156.16, Grade 1, certified. 1. Manual flush bolts to be furnished with top rod of sufficient length to allow bolt location approximately six feet from the floor. 2. Furnish dust proof strikes for bottom bolts. 3. Surface bolts to be minimum 8" in length and U.L. listed for labeled fire doors and U.L. listed for windstorm components where applicable. 4. Provide related accessories (mounting brackets, strikes, coordinators, etc.) as required for appropriate installation and operation. 5. Acceptable Manufacturers: a. Door Controls International (DC). b. Rockwood Manufacturing (RO). c. Trimco (TC). 2.5 CYLINDERS AND KEYING A. General: Cylinder manufacturer to have minimum (10) years experience designing secured master key systems and have on record a published security keying system policy. B. Source Limitations: Obtain each type of keyed cylinder and keys from the same source manufacturer as locksets and exit devices, unless otherwise indicated. C. Cylinders: Original manufacturer cylinders complying with the following: 1. Mortise Type: Threaded cylinders with rings and cams to suit hardware application. 2. Rim Type: Cylinders with back plate, flat -type vertical or horizontal tailpiece, and raised trim ring. 3. Bored -Lock Type: Cylinders with tailpieces to suit locks. 4. Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be flush and be free spinning with matching finishes. 5. Keyway: Match Facility Standard. D. Keying System: Each type of lock and cylinders to be factory keyed. 1. Conduct specified "Keying Conference" to define and document keying system instructions and requirements. 2. Furnish factory cut, nickel -silver large bow permanently inscribed with a visual key control number as directed by Owner. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0871 00-7 3. Existing System: Key locks to Owner's existing system. E. Key Quantity: Provide the following minimum number of keys: 1. Change Keys per Cylinder: Two (2) 2. Master Keys (per Master Key Level/Group): Five (5). 3. Construction Keys (where required): Ten (10). 4. Construction Control Keys (where required): Two (2). 5. Permanent Control Keys (where required): Two (2). F. Construction Keying: Provide construction master keyed cylinders. G. Key Registration List (Bitting List): 1. Provide keying transcript list to Owner's representative in the proper format for importing into key control software. 2. Provide transcript list in writing or electronic file as directed by the Owner. H. Key Control Cabinet: Provide a key control system including envelopes, labels, and tags with self-locking key clips, receipt forms, 3 -way visible card index, temporary markers, permanent markers, and standard metal cabinet. Key control cabinet shall have expansion capacity of 150% of the number of locks required for the project. 1. Acceptable Manufacturers: a. Lund Equipment (LU). b. MMF Industries (MM). c. Telkee (TK). 2.6 MECHANICAL LOCKS AND LATCHING DEVICES A. Mortise Locksets, Grade 1 (Heavy Duty): ANSI/BHMA A156.13, Series 1000, Operational Grade 1 certified. Locksets are to be manufactured with a corrosion resistant steel case and be field -reversible for handing without disassembly of the lock body. 1. Acceptable Manufacturers: a. Corbin Russwin Hardware (RU) — ML2000 Series. b. Sargent Manufacturing (SA) — 8200 Series. B. Lock Trim Design: As specified in Hardware Sets. 2.7 LOCK AND LATCH STRIKES A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with curved lip extended to protect frame, finished to match door hardware set, unless otherwise indicated, and as follows: 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0871 00-8 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum -Frame Strike Box: Provide manufacturer's special strike box fabricated for aluminum framing. B. Standards: Comply with the following: 1. Strikes for Mortise Locks and Latches: BHMA A156.13. 2. Strikes for Bored Locks and Latches: BHMA A156.2. 3. Strikes for Auxiliary Deadlocks: BHMA A156.5. 4. Dustproof Strikes: BHMA A156.16. 2.8 DOOR CLOSERS A. All door closers specified herein shall meet or exceed the following criteria: 1. General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non -handed with full sized covers including installation and adjusting information on inside of cover. 2. Standards: Closers to comply with UL -10C and UBC 7-2 for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors. 3. Cycle Testing: Provide closers which have surpassed 15 million cycles in a test witnessed and verified by UL. 4. Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required to be accessible to the physically handicapped, provide units complying with ANSI ICC/A117.1. 5. Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in Hardware Sets. a. Where closers are indicated to have mechanical dead -stop, provide heavy duty arms and brackets with an integral positive stop. b. Where closers are indicated to have mechanical hold open, provide heavy duty units with an additional built-in mechanical holder assembly designed to hold open against normal wind and traffic conditions. Holder to be manually selectable to on-off position. c. Where closers are indicated to have a cushion -type stop, provide heavy duty arms and brackets with spring stop mechanism to cushion door when opened to maximum degree. d. Closers shall not be installed on exterior or corridor side of doors; where possible install closers on door for optimum aesthetics. Provide drop plates or other accessories as required for proper mounting. 6. Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates, and through -bolt or security type fasteners as specified in the door Hardware Sets. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0871 00-9 B. Door Closers, Surface Mounted (Heavy Duty): ANSI/BHMA A156.4, Grade 1 surface mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and fully operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron or aluminum alloy body construction, with adjustable backcheck and separate non-critical valves for closing sweep and latch speed control. Provide non -handed units standard. 1. Acceptable Manufacturers: a. Corbin Russwin Hardware (RU) - DC8000 Series. b. Sargent Manufacturing (SA) - 351 Series. c. Norton Door Controls (NO) - 7500 Series. 2.9 DOOR STOPS AND HOLDERS A. General: Door stops and holders to be of type and design as specified below or in the Hardware Sets. B. Door Stops and Bumpers: ANSI/BHMA A156.16, Grade 1 certified door stops and wall bumpers. Provide wall bumpers, either convex or concave types with anchorage as indicated, unless floor or other types of door stops are specified in Hardware Sets. Do not mount floor stops where they will impede traffic. Where floor or wall bumpers are not appropriate, provide overhead type stops and holders. 1. Acceptable Manufacturers: a. Burns Manufacturing (BU). b. Rockwood Manufacturing (RO). c. Trimco (TC). C. Overhead Door Stops and Holders: ANSI/BHMA A156.6, Grade 1 certified overhead stops and holders to be surface or concealed types as indicated in Hardware Sets. Track, slide, arm and jamb bracket to be constructed of extruded bronze and shock absorber spring of heavy tempered steel. Provide non -handed design with mounting brackets as required for proper operation and function. 1. Acceptable Manufacturers: a. Rixson Door Controls (RF). b. Rockwood Manufacturing (RO). c. Sargent Manufacturing (SA). 2.10 ARCHITECTURAL SEALS A. General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated. At exterior applications provide non -corrosive fasteners and elsewhere where indicated. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00-10 B. Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke control ratings indicated, based on testing according to UL 1784. 1. Provide smoke labeled perimeter gasketing at all smoke labeled openings. C. Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing according to UL -10C. 1. Provide intumescent seals as indicated to meet UL10C Standard for Positive Pressure Fire Tests of Door Assemblies, and UBC 7-2, Fire Tests of Door Assemblies. D. Sound -Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency, for sound ratings indicated, based on testing according to ASTM E 1408. E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer. F. Acceptable Manufacturers: 1. National Guard Products (NG). 2. Pemko Manufacturing (PE). 2.11 FABRICATION A. Fasteners: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to manufacturers recognized installation standards for application intended. 2.12 FINISHES A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes complying with ANSI/BHMA A156.18, including coordination with traditional U.S. finishes indicated by certain manufacturers for their products. B. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness, and other qualities complying with manufacturer's standards, but in no case less than specified by referenced standards for the applicable units of hardware. C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 11 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine scheduled openings, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Notify architect of any discrepancies or conflicts between the door schedule, door types, drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have been resolved in writing. 3.2 PREPARATION A. Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series. B. Wood Doors: Comply with ANSI/DHI A115 -W series. 3.3 INSTALLATION A. Install each item of mechanical and electromechanical hardware and access control equipment to comply with manufacturer's written instructions and according to specifications. Installers are to be trained and certified by the manufacturer on the proper installation and adjustment of fire, life safety, and security products including: hanging devices; locking devices; closing devices; and seals. B. Mounting Heights: Mount door hardware units at heights indicated in following applicable publications, unless specifically indicated or required to comply with governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." 3. Where indicated to comply with accessibility requirements, comply with ANSI A117.1 "Accessibility Guidelines for Buildings and Facilities." 4. Provide blocking in drywall partitions where wall stops or other wall mounted hardware is located. C. Retrofitting: Install door hardware to comply with manufacturer's published templates and written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface -mounted items until finishes have been completed on substrates involved. D. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 7 Section "Joint Sealants." COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00-12 E. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. Control the handling and installation of hardware items so that the completion of the work will not be delayed by hardware losses before and after installation. 3.4 FIELD QUALITY CONTROL A. Field Inspection: Supplier will perform a final inspection of installed door hardware and state in report whether work complies with or deviates from requirements, including whether door hardware is properly installed, operating and adjusted. 3.5 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 3.6 CLEANING AND PROTECTION A. Protect all hardware stored on construction site in a covered and dry place. Protect exposed hardware installed on doors during the construction phase. Install any and all hardware at the latest possible time frame. B. Clean adjacent surfaces soiled by door hardware installation. C. Clean operating items as necessary to restore proper finish. Provide final protection and maintain conditions that ensure door hardware is without damage or deterioration at time of owner occupancy. 3.7 DEMONSTRATION A. Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and electromechanical door hardware. 3.8 DOOR HARDWARE SCHEDULE A. The hardware sets represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule. Discrepancies, conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. Omitted items not included in a hardware set should be scheduled with the appropriate additional hardware required for proper application and functionality. B. Refer to Section 080671, Door Hardware Schedule, for hardware sets. C. Manufacturer's Abbreviations: 1. MK - McKinney COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 13 2. PE - Pemko 3. RO - Rockwood 4. SA - Sargent 5. RF - Rixson 6. OT - By Others COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 14 Doors: 101A Description: Exterior - Storage 3 Hinge 1 Storeroom Lock 1 Cylinder 1 Closer 1 Door Stop 1 Threshold 1 Gasketing 1 Sweep Hardware Schedule Set: 1.0 TA2314 4-1/2" x 4-1/2" 8251 LNL LC Cylinder as required SRI 351 UO 406 / 441H (as required per application) 171A MSES25SS x Opening Width 303AV (head and jambs) 315CN US32D US32D US32D EN US32D MK 087100 SA 087100 SA 087100 SA 087100 RO 087100 PE 087100 PE 087100 PE 087100 Notes: Hurricane Rated Opening - The opening assembly must comply with TDI requirements for Inland I hurricane rated openings. Doors: 102A Description: Exterior - Office 3 Hinge 1 Dormitory Lock 1 Cylinder 1 Closer 1 Door Stop 1 Threshold 1 Gasketing 1 Sweep Set: 2.0 TA2314 4-1/2" x 4-1/2" 8225 LNL LC Cylinder as required SRI 351 UO 406 / 441 H (as required per application) 171A MSES25SS x Opening Width 303AV (head and jambs) 315CN US32D US32D US32D EN US32D MK SA SA SA 087100 087100 087100 087100 RO 087100 PE 087100 PE 087100 PE 087100 Notes: Hurricane Rated Opening - The opening assembly must comply with TDI requirements for Inland I hurricane rated openings. COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00 - 15 Doors: 107, 108 Description: Exterior - Men's, Women's 3 Hinge 1 Classroom Security Lock 1 Cylinder 1 Closer 1 Door Stop 1 Threshold 1 Gasketing 1 Sweep Set: 3.0 TA2314 4-1/2" x 4-1/2" 8241 LNL LC Cylinder as required SRI 351 UO 406 / 441H (as required per application) 171A MSES25SS x Opening Width 303AV (head and jambs) 315CN US32D US32D US32D EN US32D MK 087100 SA 087100 SA 087100 SA 087100 RO 087100 PE 087100 PE 087100 PE 087100 Notes: Hurricane Rated Opening - The opening assembly must comply with TDI requirements for Inland I hurricane rated openings. END OF SECTION 087100 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 71 00-16 SECTION 08 80 00 GLAZING PART 1 GENERAL 1.01 SECTION INCLUDES A. Glass. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition. B. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005 (Reapproved 2011). C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. D. ASTM C1036 - Standard Specification for Flat Glass; 2011e1. E. ASTM C1048 - Standard Specification for Heat -Strengthened and Fully Tempered Flat Glass; 2012. F. ASTM C1172 - Standard Specification for Laminated Architectural Flat Glass; 2014. G. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2013. H. ASTM E2190 - Standard Specification for Insulating Glass Unit Performance and Evaluation; 2010. I GANA (SM) - GANA Sealant Manual; Glass Association of North America; 2008. 1.04 PERFORMANCE REQUIREMENTS A. Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain water tight and airtight; deterioration of glazing materials; or other defects in construction. B. Delegated Design: Design glass, including comprehensive engineering analysis according to ICC's 2009 International Building Code by a qualified professional engineer, using the following design criteria: 1. Design Wind Pressures: Provide glazing capable of withstanding a uniform design pressure of inward and outward as indicated on drawings. 2. Vertical Glazing: For glass surfaces sloped 15 degrees or less from vertical, design glass to resist design wind pressure based on glass type factors for short -duration load. 3. Maximum Lateral Deflection: For glass supported on all four edges, limit center -of -glass deflection at design wind pressure to not more than 1/50 times the short -side length or 1 inch (25mm), whichever is less. 4. Differential Shading: Design glass to resist thermal stresses induced by differential shading within individual glass lites. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on glass framing members and glazing components. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data on Glass Types: Provide structural, physical and environmental characteristics, size limitations, special handling or installation requirements. C. Product Data on Glazing Compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. GLAZING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 088000-1 D. Certificates: Certify that products meet or exceed specified requirements. 1.06 MOCK-UP A. Provide mock-up of typical window assembly including glass. B. Locate where directed by Architect. C. Mock-up may remain as part of the Work. 1.07 FIELD CONDITIONS A. Do not install glazing when ambient temperature is less than 50 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. PART 2 PRODUCTS 2.01 BASIS OF DESIGN - INSULATING GLASS UNITS A. Type GL -1 - 1 5/16" Sealed Insulating Laminated Glass Units: Vision glazing, with Low -E coating. 1. Application: All exterior glazing unless otherwise indicated. 2. Between -lite space filled with air. B. Basis of Design: PPG Industries, Inc: www.ppgideascapes.com. 1. Outboard Lite: 2 Layers Heat -strengthened float glass, 1/4 inch thick, minimum. a. 0.075 polyvinyl butyral laminate interlayer b. Low -E Coating: PPG Solarban 70XL on #2 surface. 1) Tint: Solargray. 2. 1/2" Air Space 3. Inboard Lite: Heat -strengthened float glass, 1/4 inch thick. C. Substitution Procedures: See Section 01 60 00 - Product Requirements. 2.02 EXTERIOR GLAZING ASSEMBLIES A. Performance Criteria: Select type and thickness of glass to withstand dead and live loads caused by positive and negative wind pressure acting normal to plane of glass. 1. Glass thicknesses listed are minimum. 2.03 GLASS MATERIALS A. Float Glass: Provide float glass based glazing unless noted otherwise. 1. Annealed Type: ASTM C1036, Type I - Transparent Flat, Class 1 - Clear, Quality -Q3. 2. Heat -Strengthened and Fully Tempered Types: ASTM C1048, Kind HS and Kind FT. 3. Tinted Types: ASTM C1036, Class 2 - Tinted, color and performance characteristics as indicated. 4. Thicknesses: As indicated; for exterior glazing comply with requirements indicated for wind load design regardless of thickness indicated. B. Laminated Glass: Float glass laminated in accordance with ASTM C1172. 1. Laminated Safety Glass: Comply with 16 CFR 1201 test requirements for Category II. 2. Plastic Interlayer: 2.04 SEALED INSULATING GLASS UNITS A. Sealed Insulating Glass Units: Types as indicated. 1. Durability: Certified by an independent testing agency to comply with ASTM E2190. 2. Edge Spacers: Aluminum, bent and soldered corners. 3. Edge Seal: Glass to elastomer with supplementary silicone sealant. 4. Purge interpane space with dry hermetic air. 2.05 GLAZING COMPOUNDS A. Manufacturers: 1. Bostik Inc: www.bostik-us.com. GLAZING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 088000-2 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. 4. BASF Construction Chemicals -Building Systems: www.buildingsystems.basf.com. 5. Substitutions: Refer to Section 01 60 00 - Product Requirements. B. Butyl Sealant, Type A: Single component; ASTM C920, Grade NS, Class 12-1/2, Uses M and A, Shore A hardness of 10 to 20; black color. C. Polyurethane Sealant, Type B: Single component, chemical curing, non -staining, non-bleeding; ASTM C920, Type S, Grade NS, Class 25, Uses M, A, and G; with cured Shore A hardness range of 20 to 35; color as selected. D. Silicone Sealant, Type C: Single component; neutral curing; capable of water immersion without loss of properties; non-bleeding, non -staining; ASTM C920, Type S, Grade NS, Class 25, Uses M, A, and G; with cured Shore A hardness range of 15 to 25; color as selected. 2.06 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness; ASTM C864 Option I. Length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 50 to 60 Shore A durometer hardness; ASTM C864 Option II. Minimum 3 inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape, Back Bedding Mastic Type: Preformed, butyl -based, 100 percent solids compound with integral resilient spacer rod applicable to application indicated; hardness range of 5 to 30 cured Shore A durometer; coiled on release paper; black color. 1. Width: As required for application. 2. Thickness: As required for application. 3. Spacer Rod Diameter: As required for application. D. Glazing Gaskets: Resilient silicone extruded shape to suit glazing channel retaining slot; ASTM C864 Option I; color as selected. E. Glazing Clips: Manufacturer's standard type. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings for glazing are correctly sized and within tolerance. B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions that may impede moisture movement, weeps are clear, and ready to receive glazing. 3.02 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Install sealants in accordance with ASTM C1193 and GANA Sealant Manual. E. Install sealants in accordance with manufacturer's instructions. 3.03 INSTALLATION - EXTERIOR DRY METHOD (TAPE AND GASKET SPLINE GLAZING) A. Cut glazing tape to length; install on glazing pane. Seal corners by butting tape and sealing junctions with butyl sealant. B. Place setting blocks at 1/4 points with edge block no more than 6 inch from corners. C. Rest glazing on setting blocks and push against fixed stop with sufficient pressure to attain full contact. GLAZING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 088000-3 D. Install removable stops without displacing glazing spline. Exert pressure for full continuous contact. E. Trim protruding tape edge. 3.04 FIELD QUALITY CONTROL A. Glass and Glazing product manufacturers to provide field surveillance of the installation of their products. B. Monitor and report installation procedures and unacceptable conditions. 3.05 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after Work is complete. C. Clean glass and adjacent surfaces. 3.06 PROTECTION A. After installation, mark pane with an 'X' by using removable plastic tape or paste; do not mark heat absorbing or reflective glass units. END OF SECTION GLAZING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 80 00 - 4 SECTION 08 91 00 LOUVERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Louvers, frames, and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 62 00 - Sheet Metal Flashing and Trim. B. Section 07 92 00 - Joint Sealants: Sealing joints between frames and adjacent construction. 1.03 REFERENCE STANDARDS A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2013. B. AMCA 511 - Certified Ratings Program Product Rating Manual for Air Control Devices; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Test Reports: Independent agency reports showing compliance with specified performance criteria. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Wall Louvers: 1. Basis of Design: Ruskin, Model No. EME520MD. 2. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 LOUVERS A. Louvers: Factory fabricated and assembled, complete with frame, mullions, and accessories; AMCA Certified in accordance with AMCA 511. 1. Wind Load Resistance: Design to resist positive and negative wind load of 120 psf without damage or permanent deformation. 2. Drainable Blades: Continuous rain stop at front or rear of blade aligned with vertical gutter recessed into both jambs of frame. 3. Screens: Provide insect screens at intake louvers and bird screens at exhaust louvers. 2.03 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M), . 2.04 FINISHES A. Superior Performing Organic Kynar 500 Coatings: AAMA 2605 multiple coat, thermally cured polyvinylidene fluoride system. B. Color: As selected from manufacturer's standard colors. 2.05 ACCESSORIES A. Screens: Frame of same material as louver, with reinforced corners; removable, screw attached; installed on inside face of louver frame. B. Bird Screen: Interwoven wire mesh of steel, 14 gage, 0.0641 inch diameter wire, 1/2 inch open weave, diagonal design. C. Insect Screen: 18 x 16 size aluminum mesh. D. Fasteners and Anchors: Stainless steel. E. Flashings: Of same material as louver frame, formed to required shape, single length in one piece per location. F. Sealant for Setting Sills and Sill Flashing: Non -curing butyl type. LOUVERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 089100-1 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared openings and flashings are ready to receive work and opening dimensions are as indicated on shop drawings. B. Verify that field measurements are as indicated. 3.02 INSTALLATION A. Install louver assembly in accordance with manufacturer's instructions. B. Install louvers level and plumb. C. Install flashings and align louver assembly to ensure moisture shed from flashings and diversion of moisture to exterior. D. Secure louver frames in openings with concealed fasteners. 3.03 CLEANING A. Strip protective finish coverings. B. Clean surfaces and components. END OF SECTION LOUVERS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 08 91 00 - 2 SECTION 09 21 16 GYPSUM BOARD ASSEMBLIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Gypsum wallboard. B. Joint treatment and accessories. C. Textured finish system. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Building framing and sheathing. B. Section 06 10 00 - Rough Carpentry: Wood blocking product and execution requirements. C. Section 07 92 00 - Joint Sealants: Sealing acoustical gaps in construction other than gypsum board or plaster work. 1.03 REFERENCE STANDARDS A. ASTM C475/C475M - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board; 2012. B. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board; 2013. C. ASTM C1002 - Standard Specification for Steel Self -Piercing Tapping Screws for Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2014. D. ASTM C1047 - Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base; 2014a. E. ASTM C1278/C1278M - Standard Specification for Fiber -Reinforced Gypsum Panel; 2007a (Reapproved 2011). F. ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2014. G. ASTM C1658/C1658M - Standard Specification for Glass Mat Gypsum Panels; 2013. H. ASTM D3273 - Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2012. I. GA -216 - Application and Finishing of Gypsum Board; Gypsum Association; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on metal framing, gypsum board, accessories, and joint finishing system. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C840 and GA -216. 1. See PART 3 for finishing requirements. 2.02 BOARD MATERIALS A. Manufacturers - Gypsum -Based Board: 1. Georgia-Pacific Gypsum; : www.gpgypsum.com. 2. National Gypsum Company; : www.nationalgypsum.com. 3. USG Corporation; : www.usg.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Gypsum Wallboard: Paper -faced gypsum panels as defined in ASTM C1396/C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Use for ceilings, unless otherwise indicated. GYPSUM BOARD ASSEMBLIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 09 21 16 - 1 2. Glass mat faced gypsum panels as defined in ASTM C1658/C1658M, suitable for paint finish, of the same core type and thickness may be substituted for paper -faced board. 3. Unfaced fiber -reinforced gypsum panels as defined in ASTM C1278/C1278M, suitable for paint finish, of the same core type and thickness may be substituted for paper -faced board. 4. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273. a. Mold resistant board is required at all locations. 5. Thickness: a. Ceilings: 5/8 inch. 2.03 ACCESSORIES A. Beads, Joint Accessories, and Other Trim: ASTM C1047, rigid plastic or galvanized steel, unless noted otherwise. B. Joint Materials: ASTM C475 and as recommended by gypsum board manufacturer for project conditions. 1. Tape: 2 inch wide, coated glass fiber tape for joints and corners. C. High Build Drywall Surfacer: Vinyl acrylic latex -based coating for spray application, designed to take the place of skim coating and separate paint primer in achieving Level 5 finish. D. Textured Finish Materials: Latex -based compound; plain. E. Screws for Attachment to Steel Members Less Than 0.033 inch In Thickness, to Wood Members, and to Gypsum Board: ASTM C1002; self -piercing tapping type; cadmium plated for exterior locations. F. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit application; to rigidly secure materials in place. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 BOARD INSTALLATION A. Comply with ASTM C 840, GA -216, and manufacturer's instructions. Install to minimize butt end joints, especially in highly visible locations. B. Single -Layer Non -Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. C. Exposed Gypsum Board in Interior Wet Areas: Seal joints, cut edges, and holes with water-resistant sealant. D. Installation on Wood Framing: For non -rated assemblies, install as follows: 1. Single -Layer Applications: Screw attachment. 3.03 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as follows: 1. Not more than 30 feet apart on walls and ceilings over 50 feet long. B. Corner Beads: Install at external corners, using longest practical lengths. C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials . 3.04 JOINT TREATMENT A. Finish gypsum board in accordance with levels defined in ASTM C840, as follows: 1. Level 5: Walls and ceilings to receive semi -gloss or gloss paint finish and other areas specifically indicated. B. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1/32 inch. GYPSUM BOARD ASSEMBLIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0921 16-2 C. Where Level 5 finish is indicated, spray apply high build drywall surfacer over entire surface after joints have been properly treated; achieve a flat and tool mark -free finish. 3.05 TEXTURE FINISH A. Apply finish texture coating by means of spraying apparatus in accordance with manufacturer's instructions and to match approved sample. 3.06 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet in any direction. END OF SECTION GYPSUM BOARD ASSEMBLIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0921 16-3 GYPSUM BOARD ASSEMBLIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 0921 16-4 SECTION 09 30 00 TILING PART 1 GENERAL 1.01 SECTION INCLUDES A. Tile for floor applications. B. Tile for wall applications. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ANSI A108/A118/A136.1 - American National Standard Specifications for the Installation of Ceramic Tile - Version; 2013.1. B. ANSI A108.1A - American National Standard Specifications for Installation of Ceramic Tile in the Wet -Set Method, with Portland Cement Mortar; 2013.1. C. ANSI A108.1B - American National Standard Specifications for Installation of Ceramic Tile on a Cured Portland Cement Mortar Setting Bed with Dry -Set or Latex -Portland Cement Mortar; 2013.1. D. ANSI A108.1C - Specifications for Contractors Option: Installation of Ceramic Tile in the Wet -Set Method with Portland Cement Mortar or Installation of Ceramic Tile on a Cured Portland Cement Mortar Bed with Dry -Set or Latex -Portland Cement Mortar; 2013.1. E. ANSI A108.4 - American National Standard Specifications for Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile -Setting Epoxy Adhesive; 2013.1. F. ANSI A108.5 - American National Standard Specifications for Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar; 2013.1. G. ANSI A108.6 - American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant, Water Cleanable Tile -Setting and -Grouting Epoxy; 2013.1. H. ANSI A108.8 - American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant Furan Resin Mortar and Grout; 2013.1. I. ANSI A108.9 - American National Standard Specifications for Installation of Ceramic Tile with Modified Epoxy Emulsion Mortar/Grout; 2013.1. J. ANSI A108.10 - American National Standard Specifications for Installation of Grout in Tilework; 2013.1 K. ANSI A108.11 - American National Standard Specifications for Interior Installation of Cementitious Backer Units; 2013.1. L. ANSI A108.12 - American National Standard Specifications for Installation of Ceramic Tile with EGP (Exterior Glue Plywood) Latex -Portland Cement Mortar; 2013.1. M. ANSI A108.13 - American National Standard Specifications for Installation of Load Bearing, Bonded, Waterproof Membranes for Thin -Set Ceramic Tile and Dimension Stone; 2013.1. N. ANSI A118.3 - American National Standard Specifications for Chemical Resistant, Water Cleanable Tile -Setting and -Grouting Epoxy and Water Cleanable Tile -Setting Epoxy Adhesive; 2013.1 O. ANSI A118.10 - American National Standard Specifications for Load Bearing, Bonded, Waterproof Membranes for Thin -Set Ceramic Tile and Dimension Stone Installation; 2013.1. P. ASTM C847 - Standard Specification for Metal Lath; 2014a. Q. ASTM D4068 - Standard Specification for Chlorinated Polyethylene (CPE) Sheeting for Concealed Water -Containment Membrane; 2009. R. ASTM F710 - Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring; 2011. TILING COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 093000-1 S. ASTM F1869 - Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride; 2011. T. TCNA (HB) - Handbook for Ceramic, Glass, and Stone Tile Installation - Version; 2013.1. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include instructions for using grouts and adhesives. C. Shop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. D. Samples: Mount tile and apply grout on two plywood panels, minimum 18 x 18 inches in size illustrating pattern, color variations, and grout joint size variations. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Maintenance Data: Include recommended cleaning methods, cleaning materials, stain removal methods, and polishes and waxes. 1.05 QUALITY ASSURANCE A. Maintain one copy of and ANSI A108/A118/A136.1 and TCNA (HB) on site. B. Installer Qualifications: Company specializing in performing tile installation, with minimum of 5 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.07 FIELD CONDITIONS PART 2 PRODUCTS 2.01 TILE A. Manufacturers: All products by the same manufacturer. B. Porcelain Mosaic Tile: 1. Size and Shape: 2 inch square. 2. Edges: Square. 3. Surface Finish: Slip resistant. 4. Color(s): To be selected by Architect from manufacturer's Price Group 4 range. 5. Trim Units: Matching bead, cove, and surface bullnose shapes in sizes coordinated with field tile. 6. Products: a. Daltile Keystones. b. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 TRIM AND ACCESSORIES A. Pre -Formed Accessories To Be Covered with Tile: High density expanded polystyrene with ANSI A118.10 waterproofing finish. B. Trim: Matching bullnose, double bullnose, cove base, and cove porcelain ceramic shapes in sizes coordinated with field tile. 1. Manufacturers: Same as for tile. C. Non -Ceramic Trim: Satin brass anodized extruded aluminum, style and dimensions to suit application, for setting using tile mortar or adhesive. D. Thresholds: Marble, white or gray, honed finish; 2 inches wide by full width of wall or frame opening; 1/2 inch thick; beveled one long edge with radiused corners on top side; without holes, cracks, or open seams. TILING COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 093000-2 2.03 SETTING MATERIALS A. Epoxy Adhesive and Mortar Bond Coat: ANSI A118.3. 1. Products: a. LATICRETE International, Inc; LATICRETE LATAPDXY 300 Adhesive: www.laticrete.com. b. Custom Building Products. c. Substitutions: See Section 01 60 00 - Product Requirements. 2.04 GROUTS A. Epoxy Grout: ANSI A118.3 chemical resistant and water -cleanable epoxy grout. 1. Color(s): As selected by Architect from manufacturer's full line. 2. Products: a. LATICRETE International, Inc; LATICRETE SPECTRALOCK PRO Premium Grout: www.laticrete.com. b. Custom Building Products. c. Substitutions: See Section 01 60 00 - Product Requirements. 2.05 ACCESSORY MATERIALS A. Waterproofing Membrane at Showers: Specifically designed for bonding to cementitious substrate under thick mortar bed or thin -set tile; complying with ANSI A118.10. 1. Type: Fluid -applied. 2. Material: Synthetic rubber. 3. Thickness: 25 mils, minimum, dry film thickness. 4. Products: a. LATICRETE International, Inc; LATICRETE HYDRO BAN: www.laticrete.com. b. Substitutions: See Section 01 60 00 - Product Requirements. B. Waterproofing Membrane Under Thick Mortar Bed at Showers: 1. Material: Chlorinated polyethylene sheet, 40 mils thick, minimum; complying with ASTM D4068. C. Reinforcing Mesh: 2 by 2 inch size weave of 16/16 wire size; welded fabric, galvanized. D. Metal Lath: ASTM C847, Flat diamond mesh, of weight to suit application, galvanized finish. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within the tolerances specified for that type of work and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust -free, and are ready to receive tile. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of setting materials to sub -floor surfaces. D. Verify that concrete sub -floor surfaces are ready for tile installation by testing for moisture emission rate and alkalinity; obtain instructions if test results are not within the following limits: 1. Moisture Emission Rate: Not greater than 3 lb per 1000 sq ft per 24 hours, test in accordance with ASTM F1869. 2. Alkalinity (pH): Verify pH range of 5 to 9, test in accordance with ASTM F710. 3.02 PREPARATION A. Protect surrounding work from damage. B. Vacuum clean surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. TILING COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 093000-3 3.03 INSTALLATION - GENERAL A. Install tile, thresholds, and stair treads and grout in accordance with applicable requirements of ANSI A108.1A thru A108.13, manufacturer's instructions, and TCNA (HB) recommendations. B. Lay tile to pattern indicated. Do not interrupt tile pattern through openings. C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases neatly. Align floor joints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make grout joints without voids, cracks, excess mortar or excess grout, or too little grout. E. Form internal angles square and external angles bullnosed. F. Install non -ceramic trim in accordance with manufacturer's instructions. G. Install thresholds where indicated. H. Sound tile after setting. Replace hollow sounding units. I. Keep control and expansion joints free of mortar, grout, and adhesive. J. Prior to grouting, allow installation to completely cure; minimum of 48 hours. K. Grout tile joints unless otherwise indicated. Use standard grout unless otherwise indicated. L. At changes in plane and tile -to -tile control joints, use tile sealant instead of grout, with either bond breaker tape or backer rod as appropriate to prevent three -sided bonding. 3.04 INSTALLATION - FLOORS - MORTAR BED METHODS A. Over interior concrete substrates, install in accordance with TCNA (HB) Method F112, bonded, unless otherwise indicated. 1. Where epoxy bond coat and grout are indicated, install in accordance with TCNA (HB) Method F132, bonded. B. Waterproofing Membrane: Install as recommended by manufacturer and as specified in the section in which the product is specified. C. Mortar Bed Thickness: 1-1/4 inch, unless otherwise indicated. 3.05 INSTALLATION - WALL TILE A. Over interior concrete and masonry install in accordance with TCNA (HB) Method W202, thin -set with dry -set or latex -Portland cement bond coat. 3.06 CLEANING A. Clean tile and grout surfaces. 3.07 PROTECTION A. Do not permit traffic over finished floor surface for 4 days after installation. END OF SECTION TILING COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 093000-4 SECTION 09 90 00 PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints, stains, varnishes, and other coatings. C. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory -finished and unless otherwise indicated, including the following: 1. Both sides and edges of plywood backboards for electrical and telecom equipment before installing equipment. 2. Exposed surfaces of steel lintels and ledge angles. 3. Surfaces inside cabinets. 4. Prime surfaces to receive wall coverings. D. Do Not Paint or Finish the Following Items: 1. Items fully factory -finished unless specifically so indicated; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Floors, unless specifically so indicated. 6. Glass. 7. Concealed pipes, ducts, and conduits. 1.02 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category (e.g. "alkyd enamel"). 2. MPI product number (e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system. C. Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. D. Manufacturer's Instructions: Indicate special surface preparation procedures. E. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.04 MOCK-UP A. See Section 01 40 00 - Quality Requirements, for general requirements for mock-up. B. Provide door and frame assembly illustrating paint coating color, texture, and finish. PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 099000-1 C. Locate where directed. D. Mock-up may remain as part of the work. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.06 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. D. Provide lighting level of 80 ft candles measured mid -height at substrate surface. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Provide all paint and coating products from the same manufacturer to the greatest extent possible. 1. In the event that a single manufacturer cannot provide all specified products, minor exceptions will be permitted provided approval by Architect is obtained using the specified procedures for substitutions. C. Paints: 1. Glidden Professional, a product of PPG Architectural Coatings: www.gliddenprofessional.com. 2. Benjamin Moore & Co: www.benjaminmoore.com. 3. PPG Architectural Finishes, Inc: www.ppgaf.com. 4. Sherwin-Williams Company: www.sherwin-williams.com. D. Primer Sealers: Same manufacturer as top coats. E. Block Fillers: Same manufacturer as top coats. F. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 PAINTS AND COATINGS - GENERAL A. Paints and Coatings: Ready mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Supply each coating material in quantity required to complete entire project's work from a single production run. 3. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: As follows unless other primer is required or recommended by manufacturer of top coats; where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. 1. Concrete Masonry: Interior/Exterior Latex Block Filler; MPI #4. PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 099000-2 C. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D --National Volatile Organic Compound Emission Standards for Architectural Coatings. b. Architectural coatings VOC limits of the State in which the Project is located. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. D. Chemical Content: The following compounds are prohibited: 1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). 2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di (2-ethylhexyl) phthalate, di -n -butyl phthalate, di-n-octyl phthalate, 1,2 -dichlorobenzene, diethyl phthalate, dimethyl phthalate, ethylbenzene, formaldehyde, hexavalent chromium, isophorone, lead, mercury, methyl ethyl ketone, methyl isobutyl ketone, methylene chloride, naphthalene, toluene (methylbenzene), 1,1,1 -trichloroethane, vinyl chloride. E. Colors: As indicated on drawings 1. Allow for minimum of three colors for each system, unless otherwise indicated, without additional cost to Owner. 2. Extend colors to surface edges; colors may change at any edge as directed by Architect. 3. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling they are mounted on/under. 2.03 PAINT SYSTEMS - EXTERIOR A. Paint E -OP - All Exterior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including concrete, concrete masonry, primed wood, and primed metal. 1. Preparation as specified by manufacturer. 2. Two top coats and one coat primer recommended by manufacturer. 3. Top Coat Product(s): a. Behr Marquee Exterior Semi -Gloss Enamel [No. 5450]. (MPI #11) 4. Primer(s): As recommended by manufacturer of top coats. 2.04 PAINT SYSTEMS - INTERIOR A. Paint I -OP - All Interior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including concrete masonry. 1. Two top coats and one coat primer. 2. Top Coat(s): Interior Latex; MPI #43, 44, 52, 53, 54, 114. 3. Top Coat Product(s): a. Behr Marquee Interior Semi -Gloss Enamel [No. 3450]. (MPI #54) 4. Primer(s): As recommended by manufacturer of top coats. B. Paint I -OP -HD - Heavy Duty Vertical and Overhead: Including concrete masonry. 1. Applications: See Finish Schedule. 2. Two top coats and one coat primer; primer may be omitted if top coat manufacturer approves. 3. Top Coat(s): High -Build Epoxy, Gloss; MPI #98. 4. Gloss: MPI gloss level 6; use this sheen at all locations. 5. Top Coat Product(s): a. Sherwin-Williams Pro Industrial High Performance Epoxy. (MPI #98) 6. Primer(s): As recommended by manufacturer of top coats. 2.05 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 099000-3 B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop -applied primer for compatibility with subsequent cover materials. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 2. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. D. Seal surfaces that might cause bleed through or staining of topcoat. E. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. F. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. G. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. H. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior calking compound after prime coat has been applied. Back prime concealed surfaces before installation. I. Exterior Wood to Receive Transparent Finish: Remove dust, grit, and foreign matter; seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes with tinted exterior calking compound after sealer has been applied. Prime concealed surfaces. 3.03 APPLICATION A. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than 2 weeks after installation of woodwork, apply primer within 2 weeks and final coating within 4 weeks. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as many coats as necessary for complete hide. F. Sand wood and metal surfaces lightly between coats to achieve required finish. G. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 099000-4 H. Wood to Receive Transparent Finishes: Tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. I. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. END OF SECTION PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 099000-5 PAINTING AND COATING COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 09 90 00 - 6 SECTION 10 14 00 SIGNAGE PART 1 GENERAL 1.01 SECTION INCLUDES A. Room and door signs. B. Interior directional and informational signs. C. Building identification signs. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. 36 CFR 1191 - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. B. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. C. ICC A117.1 - Accessible and Usable Buildings and Facilities; International Code Council; 2009 (ANSI). 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's printed product literature for each type of sign, indicating sign styles, font, foreground and background colors, locations, overall dimensions of each sign. C. Signage Schedule: Provide information sufficient to completely define each sign for fabrication, including room number, room name, other text to be applied, sign and letter sizes, fonts, and colors. 1. When room numbers to appear on signs differ from those on the drawings, include the drawing room number on schedule. 2. When content of signs is indicated to be determined later, request such information from Owner through Architect at least 2 months prior to start of fabrication; upon request, submit preliminary schedule. 3. Submit for approval by Owner through Architect prior to fabrication. D. Samples: Submit one sample of each type of sign, of size similar to that required for project, illustrating sign style, font, and method of attachment. E. Selection Samples: Where colors are not specified, submit two sets of color selection charts or chips. F. Manufacturer's Installation Instructions: Include installation templates and attachment devices. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Package signs as required to prevent damage before installation. B. Package room and door signs in sequential order of installation, labeled by floor or building. PART 2 PRODUCTS 2.01 SIGNAGE APPLICATIONS A. Accessibility Compliance: Signs are required to comply with ADA Standards and ICC A117.1 and applicable building codes, unless otherwise indicated; in the event of conflicting requirements, comply with the most comprehensive and specific requirements. B. Room and Door Signs: Provide a sign for every doorway, whether it has a door or not, not including corridors, lobbies, and similar open areas. 1. Sign Type: Flat signs with engraved panel media as specified. SIGNAGE COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 101400-1 2. Provide "tactile" signage, with letters raised minimum 1/32 inch and Grade II braille. 3. Character Height: 1 inch. 4. Sign Height: 2 inches, unless otherwise indicated. 5. Office Doors: Identify with room numbers to be determined later, not the numbers shown on the drawings; in addition, provide "window" section for replaceable occupant name. 6. Service Rooms: Identify with room names and numbers to be determined later, not those shown on the drawings. 7. Rest Rooms: Identify with pictograms, the names "MEN" and "WOMEN", room numbers to be determined later, and braille. C. Interior Directional and Informational Signs: 1. Sign Type: Same as room and door signs. 2. Sizes: As indicated on the drawings. 3. Wording of signs is scheduled on the drawings. D. Building Identification Signs: 1. Use individual metal letters. 2. Mount on outside wall in location shown on drawings. 2.02 SIGN TYPES A. Flat Signs: Signage media without frame. 1. Edges: Bevelled. 2. Corners: Square. 3. Wall Mounting of One -Sided Signs: Concealed screws. B. Color and Font: Unless otherwise indicated: 1. Character Font: Helvetica, Arial, or other sans serif font. 2. Character Case: Upper case only. 3. Background Color: Clear. 4. Character Color: Contrasting color. 2.03 ACCESSORIES A. Concealed Screws: Stainless steel, galvanized steel, chrome plated, or other non -corroding metal. B. Exposed Screws: Chrome plated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install neatly, with horizontal edges level. C. Locate signs where indicated: 1. Room and Door Signs: Locate on wall at latch side of door with centerline of sign at 60 inches above finished floor. 2. If no location is indicated obtain Owner's instructions. D. Protect from damage until Substantial Completion; repair or replace damage items. END OF SECTION SIGNAGE COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 101400-2 SECTION 10 21 13.19 PLASTIC TOILET COMPARTMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Solid plastic toilet compartments. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2015. 1.04 ADMINISTRATIVE REQUIREMENTS 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall supports, door swings. C. Product Data: Provide data on panel construction, hardware, and accessories. D. Samples: Submit two samples of partition panels, 4x4 inch in size illustrating panel finish, color, and sheen. E. Manufacturer's Installation Instructions: Indicate special procedures. PART 2 PRODUCTS 2.01 SOLID PLASTIC TOILET COMPARTMENTS A. Floor Mounted Toilet Compartments: Factory fabricated doors, pilasters, and divider panels made of solid molded high density polyethylene (HDPE), floor -mounted headrail-braced. B. Doors: 1. Thickness: 1 inch. 2. Width: 24 inch. 3. Width for Handicapped Use: 36 inch, out -swinging. 4. Height: 55 inch. C. Panels: 1. Thickness: 1 inch. 2. Height: 55 inch. D. Pilasters: 1. Thickness: 1 inch. 2. Width: As required to fit space; minimum 3 inch. 2.02 ACCESSORIES A. Pilaster Shoes: Formed ASTM A666, Type 304 stainless steel with No. 4 finish, 4 in high, concealing floor fastenings. 1. Provide adjustment for floor variations with screw jack through steel saddles integral with pilaster. B. Head Rails: Hollow anodized aluminum, 1 x 1-1/2 inch size, with anti -grip profile and cast socket wall brackets. C. Pilaster Brackets: Polished stainless steel. D. Wall Brackets: Continuous type, natural anodized aluminum. E. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. F. Hardware: Polished stainless steel: 1. Pivot hinges, gravity type, adjustable for door close positioning; two per door. 2. Nylon bearings. PLASTIC TOILET COMPARTMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 10 21 13.19 - 1 3. Door Latch: Thumbturn type with exterior emergency access feature. 4. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 5. Coat hook with rubber bumper; one per compartment, mounted on door. 6. Provide door pull for outswinging doors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated. B. Verify correct spacing of and between plumbing fixtures. C. Verify correct location of built-in framing, anchorage, and bracing. 3.02 INSTALLATION A. Install partitions secure, rigid, plumb, and level in accordance with manufacturer's instructions. B. Maintain 3/8 inch space between wall and panels and between wall and end pilasters. C. Attach panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. E. Field touch-up of scratches or damaged finish will not be permitted. Replace damaged or scratched materials with new materials. 3.03 TOLERANCES A. Maximum Variation From True Position: 1/4 inch. B. Maximum Variation From Plumb: 1/8 inch. 3.04 ADJUSTING A. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch B. Adjust hinges to position doors in partial opening position when unlatched. Return out -swinging doors to closed position. C. Adjust adjacent components for consistency of line or plane. END OF SECTION PLASTIC TOILET COMPARTMENTS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 10 21 13.19 - 2 SECTION 10 28 00 TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Accessories for toilet rooms, showers, and utility rooms. B. Grab bars. 1.02 RELATED REQUIREMENTS A. Section 09 30 00 - Tiling: Ceramic washroom accessories. B. Section 10 21 13.19 - Plastic Toilet Compartments. 1.03 REFERENCE STANDARDS A. 36 CFR 1191 - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. B. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. C. TAS - Texas Accessibility Standards; 2012. D. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2013. E. ASTM A269/A269M - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service; 2014e1. F. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2013. G. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2015. H. ASTM B456 - Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium; 2011e1. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with the placement of internal wall reinforcement, concealed ceiling supports, and reinforcement of toilet partitions to receive anchor attachments. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit data on accessories describing size, finish, details of function, and attachment methods. C. Manufacturer's Installation Instructions: Indicate special procedures and conditions requiring special attention. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Toilet Accessories: 1. A & J Washroom Accessories Inc: www.ajwashroom.com. 2. American Specialties, Inc: www.americanspecialties.com. 3. Bradley Corporation: www.bradleycorp.com. 4. Substitutions: Section 01 60 00 - Product Requirements. 2.02 MATERIALS A. Accessories - General: Shop assembled, free of dents and scratches and packaged complete with anchors and fittings, steel anchor plates, adapters, and anchor components for installation. 1. Grind welded joints smooth. 2. Fabricate units made of metal sheet of seamless sheets, with flat surfaces. TOILET, BATH, AND LAUNDRY ACCESSORIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 102800-1 B. Keys: Provide two keys for each accessory to Owner; master key lockable accessories. C. Mirror Glass: Tempered safety glass, ASTM C1048; and ASTM C1036 Type I, Class 1, Quality Q2, with silvering as required. D. Adhesive: Two component epoxy type, waterproof. E. Fasteners, Screws, and Bolts: Stainless Steel; tamper -proof. 2.03 FINISHES A. Stainless Steel: No. 4 Brushed finish, unless otherwise noted. B. Back paint components where contact is made with building finishes to prevent electrolysis. 2.04 TOILET ROOM ACCESSORIES A. Toilet Paper Dispenser (TA -03): Double roll, surface mounted bracket type, satin finished cast aluminum brackets, eccentric -shaped plastic spindle for 1/2 revolution delivery designed to prevent theft of tissue roll. 1. Product: 5241 manufactured by Bradley. B. Paper Towel Dispenser (TA -04): Folded paper type, stainless steel, semi -recessed, with viewing slots on sides as refill indicator and tumbler lock. 1. Capacity: 300 C -fold minimum. 2. Product: 244-10 manufactured by Bradley. C. Soap Dispenser: Soap lather dispenser, wall -mounted, surface, with stainless steel cover and horizontal stainless steel tank and working parts; push type soap valve, check valve, and window gage refill indicator. 1. Minimum Capacity: 48 ounces. D. Mirrors (TA -02, TA -17): Stainless steel framed, 1/4 inch thick tempered safety glass; ASTM C1048. 1. Size: As indicated on drawings. 2. Frame: 0.05 inch angle shapes, with mitered and welded and ground corners, and tamperproof hanging system; No.4 finish. 3. Backing: Full -mirror sized, minimum 0.03 inch galvanized steel sheet and nonabsorptive filler material. 4. Product: 780 manufactured by Bradley. E. Grab Bars (TA -05, TA -06, TA -08, TA -09): Stainless steel, nonslip grasping surface finish. 1. Standard Duty Grab Bars: a. Push/Pull Point Load: 250 pound -force, minimum. b. Dimensions: 1-1/4 inch outside diameter, minimum 0.05 inch wall thickness, exposed flange mounting, 1-1/2 inch clearance between wall and inside of grab bar. c. Length and Configuration: As indicated on drawings. F. Sanitary Napkin Disposal Unit (TA -07): Stainless steel, surface -mounted, self-closing door, locking bottom panel with full-length stainless steel piano -type hinge, removable receptacle. 1. Product: 4721-15 manufactured by Bradley. 2.05 SHOWER AND TUB ACCESSORIES A. Shower Curtain Rod (TA -12): Stainless steel tube, 1 inch outside diameter, 0.04 inch wall thickness, satin -finished, with 3 inch outside diameter, minimum 0.04 inch thick satin -finished stainless steel flanges, for installation with exposed fasteners. B. Shower Curtain (TA -12): 1. Material: Opaque vinyl, 0.008 inch thick, matte finish, with antibacterial treatment, flameproof and stain -resistant. 2. Grommets: Stainless steel; pierced through top hem on 6 inch centers. 3. Color: As selected from manufacturer's standard colors. 4. Shower curtain hooks: Chrome -plated or stainless steel spring wire designed for snap closure. TOILET, BATH, AND LAUNDRY ACCESSORIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 102800-2 C. Folding Shower Seat (TA -10): Wall -mounted recessed; welded tubular seat frame, structural support members, hinges and mechanical fasteners of Type 316 stainless steel, L-shaped, right hand and L-shaped, left hand seat. 1. Seat: Phenolic or polymeric composite one-piece seat or seat slats, of white color. 2. Size: ADA Standards compliant. 2.06 UTILITY ROOM ACCESSORIES A. Mop and Broom Holder: 0.05 inch thick stainless steel, Type 304, hat -shaped channel. 1. Holders: 3 spring-loaded rubber cam holders. 2. Length: Manufacturer's standard length for number of holders. 3. Product: 9954 manufactured by Bradley. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify exact location of accessories for installation. C. Verify that field measurements are as indicated on product data. D. See Section 06 10 00 - Rough Carpentry for installation of blocking, reinforcing plates, and concealed anchors in walls and ceilings. 3.02 PREPARATION A. Deliver inserts and rough -in frames to site for timely installation. B. Provide templates and rough -in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions in locations indicated on the drawings. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights: As required by accessibility regulations, unless otherwise indicated. 3.04 PROTECTION A. Protect installed accessories from damage due to subsequent construction operations. END OF SECTION TOILET, BATH, AND LAUNDRY ACCESSORIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 102800-3 TOILET, BATH, AND LAUNDRY ACCESSORIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 102800-4 SECTION 10 44 00 FIRE PROTECTION SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Fire extinguishers. B. Accessories. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. NFPA 10 - Standard for Portable Fire Extinguishers; 2013. B. UL (FPED) - Fire Protection Equipment Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate cabinet physical dimensions and rough -in measurements for recessed cabinets. C. Product Data: Provide extinguisher operational features, color and finish, and anchorage details. D. Manufacturer's Installation Instructions: Indicate special criteria and wall opening coordination requirements. PART 2 PRODUCTS 2.01 FIRE EXTINGUISHERS A. Fire Extinguishers - General: Comply with product requirements of NFPA 10 and applicable codes, whichever is more stringent. 1. Provide extinguishers labeled by UL for the purpose specified and indicated. B. Water Type Fire Extinguishers: Stainless steel tank, pressurized, including hose and nozzle installed in Pump Room and other areas containing pool chemicals. 1 Class: 2A. C. Foam Type Fire Extinguishers: Stainless steel tank, with pressure gage. 1. Class: A:B. 2. Temperature range: 40 degrees F to 120 degrees F. 2.02 ACCESSORIES A. Extinguisher Brackets: Formed steel, chrome -plated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Secure rigidly in place. C. Place extinguishers and accessories on wall brackets. END OF SECTION FIRE PROTECTION SPECIALTIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 104400-1 FIRE PROTECTION SPECIALTIES COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 104400-2 SECTION 12 36 00 COUNTERTOPS PART 1 GENERAL 1.01 SECTION INCLUDES A. Wall -hung counters and vanity tops. 1.02 REFERENCE STANDARDS A. AWI/AWMAC/WI (AWS) - Architectural Woodwork Standards; 2014. B. ISFA 2-01 - Classification and Standards for Solid Surfacing Material; International Surface Fabricators Association; 2013. C. NEMA LD 3 - High -Pressure Decorative Laminates; 2005. D. PS 1 - Structural Plywood; 2009. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Test Reports: Chemical resistance testing, showing compliance with specified requirements. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities having jurisdiction. 1.05 FIELD CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 2 PRODUCTS 2.01 COUNTERTOP ASSEMBLIES A. Plastic Laminate Countertops: High pressure decorative laminate sheet bonded to substrate. 1. Laminate Sheet, Unless Otherwise Indicated: NEMA LD 3, Grade HGS, 0.048 inch nominal thickness. a. Laminate Core Color: Same as decorative surface. b. Finish: Matte or suede, gloss rating of 5 to 20. c. Surface Color and Pattern: As selected by Architect from the manufacturer's full line. d. Manufacturers: 1) Formica Corporation; : www.formica.com. 2) Wilsonart, LLC; : www.wilsonart.com. 3) Substitutions: See Section 01 60 00 - Product Requirements. 2. Exposed Edge Treatment: Square, substrate built up to minimum 1-1/4 inch thick; covered with matching laminate. 3. Back and End Splashes: Same material, same construction. 4. Fabricate in accordance with AWI/AWMAC/WI (AWS), Section 11 - Countertops, Custom Grade. B. Solid Surfacing Countertops: Solid surfacing sheet or plastic resin casting over continuous substrate. 1. Flat Sheet Thickness: 1/2 inch, minimum. 2. Solid Surfacing Sheet and Plastic Resin Castings: Complying with ISFA 2 -Oland NEMA LD 3; acrylic or polyester resin, mineral filler, and pigments; homogenous, non -porous and capable of being worked and repaired using standard woodworking tools; no surface coating; color and pattern consistent throughout thickness. a. Finish on Exposed Surfaces: Semi -gloss, gloss rating of 25 to 50. b. Color and Pattern: As selected by Architect from manufacturer's standard line. COUNTERTOPS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 123600-1 c. Manufacturers: 1) Dupont; : www.corian.com. 2) Formica Corporation; : www.formica.com. 3) Wilsonart, LLC; : www.wilsonart.com. 4) Substitutions: See Section 01 60 00 - Product Requirements. 3. Other Components Thickness: 1/2 inch, minimum. 4. Exposed Edge Treatment: Built up to minimum 1-1/4 inch thick; radiused edge. 2.02 ACCESSORY MATERIALS A. Wood -Based Components: 1. Wood fabricated from old growth timber is not permitted. 2. Provide sustainably harvested wood, certified or labeled as specified in Section 01 60 00. B. Plywood for Supporting Substrate: PS 1 Exterior Grade, A -C veneer grade, minimum 5 -ply; minimum 3/4 inch thick; join lengths using metal splines. C. Adhesives: Chemical resistant waterproof adhesive as recommended by manufacturer of materials being joined. D. Joint Sealant: Mildew -resistant silicone sealant, clear. 2.03 FABRICATION A. Fabricate tops and splashes in the largest sections practicable, with top surface of joints flush. 1. Join lengths of tops using best method recommended by manufacturer. 2. Fabricate to overhang fronts and ends of cabinets 1 inch except where top butts against cabinet or wall. 3. Prepare all cutouts accurately to size; replace tops having improperly dimensioned or unnecessary cutouts or fixture holes. B. Provide back/end splash wherever counter edge abuts vertical surface unless otherwise indicated. 1. Secure to countertop with concealed fasteners and with contact surfaces set in waterproof glue. 2. Height: 4 inches, unless otherwise indicated. C. Solid Surfacing: Fabricate tops up to 144 inches long in one piece; join pieces with adhesive sealant in accordance with manufacturer's recommendations and instructions. D. Wall -Mounted Counters: Provide skirts, aprons, brackets, and braces as indicated on drawings, finished to match. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. C. Verify that wall surfaces have been finished and mechanical and electrical services and outlets are installed in proper locations. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Attach plastic laminate countertops using screws with minimum penetration into substrate board of 5/8 inch. B. Attach solid surface countertops using manufacturer recommended compatible exterior grade adhesive. COUNTERTOPS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 123600-2 C. Seal joint between back/end splashes and vertical surfaces. 3.04 TOLERANCES A. Variation From Horizontal: 1/8 inch in 10 feet, maximum. B. Offset From Wall, Countertops: 1/8 inch maximum; 1/16 inch minimum. C. Field Joints: 1/8 inch wide, maximum. 3.05 CLEANING A. Clean countertops surfaces thoroughly. 3.06 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Date of Substantial Completion. END OF SECTION COUNTERTOPS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 123600-3 COUNTERTOPS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 123600-4 SECTION 12 93 13 BICYCLE RACKS PART 1 GENERAL 1.01 SECTION INCLUDES A. Bicycle racks. 1.02 RELATED REQUIREMENTS 1.03 PRICE AND PAYMENT PROCEDURES A. See Section 01 23 00 - Alternates, for product alternatives affecting this section. 1.04 REFERENCE STANDARDS A. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2012. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings: Indicate size, shape, and dimensions, including clearances from adjacent walls, doors, and obstructions. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Handle racks with sufficient care to prevent scratches and other damage to the finish. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Outdoor Bicycle Racks: 1. Columbia Cascade Company: www.timberform.com. 2. Creative Pipe, Inc: www.creativepipe.com. 3. Highland Products Group, LLC: www.indoorbikeracks.net. 4. Huntco Supply, LLC: www.huntco.com. 5. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 BICYCLE RACKS A. Exterior Bicycle Racks: Device allows user provided lock to simultaneously secure one wheel and part of the frame on each bicycle parked or racked. 1. Style: Serpentine rack formed from a continuous round pipe. 2. Capacity: 7 bicycles. 3. Mounting, Ground: Base -Plate Mount. 4. Accessories: In -ground grout cover. B. Materials: 1. Pipe: Carbon steel, ASTM A53/A53M, Schedule 40, powder coated. Color to be selected by architect from manufacturer's standard range. PART 3 EXECUTION 3.01 EXAMINATION A. Examine surfaces to receive bicycle racks. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. C. Do not begin installation until unsatisfactory substrates have been properly repaired. BICYCLE RACKS 12 93 13 - 1 COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 3.02 PREPARATION A. Ensure surfaces to receive bicycle racks are clean, flat, and level. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install bicycle racks level, plumb, square, and correctly located as indicated on the drawings. C. Freestanding installation: Place in location shown on drawings. 3.04 CLEANING A. Clean installed work to like -new condition. Do not use cleaning materials or methods that could damage finish. 3.05 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION BICYCLE RACKS COLLIER POOL RENOVATIONS(BOND 2012) REBID- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 129313-2 SECTION 220500 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all Work herein. B. The Contract Drawings indicate the extent and general arrangement of the systems. If any departure from the Contract Drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore, shall be submitted to the Architect for approval as soon as practicable. No such departures shall be made without the prior written approval of the Architect. C. Notwithstanding any reference in the Specifications to any article, device, product, material, fixture, form or type of construction by name, make or catalog number, such reference shall not be construed as limiting competition; and the Contractor, in such cases, may at his option use any article, device, product, material, fixture, form or type of construction which in the judgment of the Architect, expressed in writing, is equal to that specified. 1.02 SCOPE OF WORK A. The Work included under this Contract consists of the furnishing and installation of all equipment and material necessary and required to form the complete and functioning systems in all of its various phases, all as shown on the accompanying Drawings and/or described in these Specifications. The contractor shall review all pertinent drawings, including those of other contracts prior to commencement of Work. B. This Division requires the furnishing and installing of all items Specified herein, indicated on the Drawings or reasonably inferred as necessary for safe and proper operation; including every article, device or accessory (whether or not specifically called for by item) reasonably necessary to facilitate each system's functioning as indicated by the design and the equipment specified. Elements of the work include, but are not limited to, materials, labor, supervision, transportation, storage, equipment, utilities, all required permits, licenses and inspections. All work performed under this Section shall be in accordance with the Project Manual, Drawings and Specifications and is subject to the terms and conditions of the Contract. C. The approximate locations of Mechanical (HVAC) and Plumbing items are indicated on the Drawings. These Drawings are not intended to give complete and accurate details in regard to location of outlets, apparatus, etc. Exact locations are to be determined by actual measurements at the building, and will in all cases be subject to the Review of the Owner or Engineer, who reserves the right to make any reasonable changes in the locations indicated without additional cost to the Owner. D. Items specifically mentioned in the Specifications but not shown on the Drawings and/or items shown on Drawings but not specifically mentioned in the Specifications shall be installed by the Contractor under the appropriate section of work as if they were both specified and shown. E. All discrepancies between the Contract Documents and actual job -site conditions shall be reported to the Owner or Engineer so that they will be resolved prior to the bidding, where this cannot be done at least 7 working days prior to bid; the greater or more costly of the BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-1 discrepancy shall be bid. All labor and materials required to perform the work described shall be included as part of this Contract. F. It is the intention of this Section of the Specifications to outline minimum requirements to furnish the Owner with a turn -key and fully operating system in cooperation with other trades. G. It is the intent of the above "Scope" to give the Contractor a general outline of the extent of the Work involved; however, it is not intended to include each and every item required for the Work. Anything omitted from the "Scope" but shown on the Drawings, or specified later, or necessary for a complete and functioning heating, ventilating and air conditioning system shall be considered a part of the overall "Scope". H. The Contractor shall rough -in fixtures and equipment furnished by others from rough -in and placement drawings furnished by others. The Contractor shall make final connection to fixtures and equipment furnished by others. 1.03 SCHEMATIC NATURE OF CONTRACT DOCUMENTS A. The contract documents are schematic in nature in that they are only to establish scope and a minimum level of quality. They are not to be used as actual working construction drawings. The actual working construction drawings shall be the approved shop drawings. B. All duct or pipe or equipment locations as indicated on the documents do not indicate every transition, offset, or exact location. All transitions, offsets clearances and exact locations shall be established by actual field measurements, coordination with the structural, architectural and reflected ceiling plans, and other trades. Submit shop drawings for approval. C. All transitions, offsets and relocations as required by actual field conditions shall be performed by the contractor at no additional cost to the owner. D. Additional coordination with electrical contractor may be required to allow adequate clearances of electrical equipment, fixtures and associated appurtenances. Contractor to notify Architect and Engineer of unresolved clearances, conflicts or equipment locations. 1.04 SITE VISIT AND FAMILIARIZATION A. Before submitting a bid, it will be necessary for each Contractor whose work is involved to visit the site and ascertain for himself the conditions to be met therein in installing his work and make due provision for same in his bid. It will be assumed that this Contractor in submitting his bid has visited the premises and that his bid covers all work necessary to properly install the equipment shown. Failure on the part of the Contractor to comply with this requirement shall not be considered justification for the omission or faulty installation of any work covered by these Specifications and Drawings. B. Understand the existing utilities from which services will be supplied; verify locations of utility services, and determine requirements for connections. C. Determine in advance that equipment and materials proposed for installation fit into the confines indicated. 1.05 WORK SPECIFIED IN OTHER SECTIONS A. Finish painting is specified. Prime and protective painting are included in the work of this Division. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-2 B. Owner and General Contractor furnished equipment shall be properly connected to Mechanical (HVAC) and Plumbing systems. C. Furnishing and installing all required Mechanical (HVAC) and Plumbing equipment control relays and electrical interlock devices, conduit, wire and J -boxes are included in the Work of this Division. 1.06 PERMITS, TESTS, INSPECTIONS A. Arrange and pay for all permits, fees, tests, and all inspections as required by governmental authorities. 1.07 DATE OF FINAL ACCEPTANCE A. The date of final acceptance shall be the date of owner occupancy, or the date all punch list items have been completed or final payment has been received. Refer to Division 1 for additional requirements. B. The date of final acceptance shall be documented in writing and signed by the architect, owner and contractor. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. B. Deliver products to the project at such time as the project is ready to receive the equipment, pipe or duct properly protected from incidental damage and weather damage. C. Damaged equipment, duct or pipe shall be promptly removed from the site and new, undamaged equipment, pipe and duct shall be installed in its place promptly with no additional charge to the Owner. 1.09 NOISE AND VIBRATION A. The heating, ventilating and air conditioning systems, and the component parts there of, shall be guaranteed to operate without objectionable noise and vibration. B. Provide foundations, supports and isolators as specified or indicated, properly adjusted to prevent transmission of vibration to the Building structure, piping and other items. C. Carefully fabricate ductwork and fittings with smooth interior finish to prevent turbulence and generation or regeneration of noise. D. All equipment shall be selected to operate with minimum of noise and vibration. If, in the opinion of the Architect, objectionable noise or vibration is produced or transmitted to or through the building structure by equipment, piping, ducts or other parts of the Work, the Contractor shall rectify such conditions without extra cost to the Owner. 1.10 APPLICABLE CODES A. Obtain all required permits and inspections for all work required by the Contract Documents and pay all required fees in connection thereof. B. Arrange with the serving utility companies for the connection of all required utilities and pay all charges, meter charges, connection fees and inspection fees, if required. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-3 C. Comply with all applicable codes, specifications, local ordinances, industry standards, utility company regulations and the applicable requirements of the following nationally accepted codes and standards: 1. Air Moving & Conditioning Association, AMCA. 2. American Standards Association, ASA. 3. American Society of Heating, Refrigerating, and Air -Conditioning Engineers, Inc., ASHRAE. 4. American Society of Mechanical Engineers, ASME. 5. American Society of Plumbing Engineers, ASPE. 6. American Society of Testing Materials, ASTM. 7. American Water Works Association, AWWA. 8. National Bureau of Standards, NBS. 9. National Fire Protection Association, NFPA. 10. Sheet Metal & Air Conditioning Contractors' National Association, SMACNA. 11. Underwriters' Laboratories, Inc., UL. 12. International Energy Conservation Code, IECC. D. Where differences existing between the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, the more stringent or costly application shall govern. Promptly notify the Engineer in writing of all differences. E. When directed in writing by the Engineer, remove all work installed that does not comply with the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, correct the deficiencies, and complete the work at no additional cost to the Owner. 1.11 DEFINITIONS AND SYMBOLS A. General Explanation: A substantial amount of construction and Specification language constitutes definitions for terms found in other Contract Documents, including Drawings which must be recognized as diagrammatic and schematic in nature and not completely descriptive of requirements indicated thereon. Certain terms used in Contract Documents are defined generally in this article, unless defined otherwise in Division 1. B. Definitions and explanations of this Section are not necessarily either complete or exclusive, but are general for work to the extent not stated more explicitly in another provision of the Contract Documents. C. Indicated: The term "Indicated" is a cross-reference to details, notes or schedules on the Drawings, to other paragraphs or schedules in the Specifications and to similar means of recording requirements in Contract Documents. Where such terms as "Shown", "Noted", "Scheduled", "Specified" and "Detailed" are used in lieu of "Indicated", it is for the purpose of helping the reader locate cross-reference material, and no limitation of location is intended except as specifically shown. D. Directed: Where not otherwise explained, terms such as "Directed", "Requested", "Accepted", and "Permitted" mean by the Architect or Engineer. However, no such implied meaning will be interpreted to extend the Architect's or Engineer's responsibility into the Contractor's area of construction supervision. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-4 E. Reviewed: Where used in conjunction with the Engineer's response to submittals, requests for information, applications, inquiries, reports and claims by the Contractor the meaning of the term "Reviewed" will be held to limitations of Architect's and Engineer's responsibilities and duties as specified in the General and Supplemental Conditions. In no case will "Reviewed" by Engineer be interpreted as a release of the Contractor from responsibility to fulfill the terms and requirements of the Contract Documents. F. Furnish: Except as otherwise defined in greater detail, the term "Furnish" is used to mean supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. G. Install: Except as otherwise defined in greater detail, the term "Install" is used to describe operations at the project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. H. Provide: Except as otherwise defined in greater detail, the term "Provide" is used to mean "Furnish and Install", complete and ready for intended use, as applicable in each instance. Installer: Entity (person or firm) engaged by the Contractor or its subcontractor or Sub -contractor for performance of a particular unit of work at the project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. It is a general requirement that such entities (Installers) be expert in the operations they are engaged to perform. J. Imperative Language: Used generally in Specifications. Except as otherwise indicated, requirements expressed imperatively are to be performed by the Contractor. For clarity of reading at certain locations, contrasting subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or when so noted by other identified installers or entities. K. Minimum Quality/Quantity: In every instance, the quality level or quantity shown or specified is intended as minimum quality level or quantity of work to be performed or provided. Except as otherwise specifically indicated, the actual work may either comply exactly with that minimum (within specified tolerances), or may exceed that minimum within reasonable tolerance limits. In complying with requirements, indicated or scheduled numeric values are either minimums or maximums as noted or as appropriate for the context of the requirements. Refer instances of uncertainty to Owner or Engineer via a request for information (RFI) for decision before proceeding. L. Abbreviations and Symbols: The language of Specifications and other Contract Documents including Drawings is of an abbreviated type in certain instances, and implies words and meanings which will be appropriately interpreted. Actual word abbreviations of a self explanatory nature have been included in text of Specifications and Drawings. Specific abbreviations and symbols have been established, principally for lengthy technical terminology and primarily in conjunction with coordination of Specification requirements with notations on Drawings and in Schedules. These are frequently defined in Section at first instance of use or on a Legend and Symbol Drawing. Trade and industry association names and titles of generally recognized industry standards are frequently abbreviated. Singular words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of Contract Documents so indicate. Except as otherwise indicated, graphic symbols and abbreviations used on Drawings and in Specifications are those recognized in construction industry for indicated purposes. Where not otherwise noted symbols and abbreviations are defined by 1993 ASHRAE Fundamentals Handbook, chapter 34 "Abbreviations and Symbols", ASME and ASPE published standards. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-5 1.12 DRAWINGS AND SPECIFICATIONS A. These Specifications are intended to supplement the Drawings and it will not be the province of the Specifications to mention any part of the work which the Drawings are competent to fully explain in every particular and such omission is not to relieve the Contractor from carrying out portions indicated on the Drawings only. B. Should items be required by these Specifications and not indicated on the Drawings, they are to be supplied even if of such nature that they could have been indicated thereon. In case of disagreement between Drawings and Specifications, or within either Drawings or Specifications, the better quality or greater quantity of work shall be estimated and the matter referred to the Architect or Engineer for review with a request for information and clarification at least 7 working days prior to bid opening date for issuance of an addendum. C. The listing of product manufacturers, materials and methods in the various sections of the Specifications, and indicated on the Drawings, is intended to establish a standard of quality only. It is not the intention of the Owner or Engineer to discriminate against any product, material or method that is equal to the standards as indicated and/or specified, nor is it intended to preclude open, competitive bidding. The fact that a specific manufacturer is listed as an acceptable manufacturer should not be interpreted to mean that the manufacturers' standard product will meet the requirements of the project design, Drawings, Specifications and space constraints. D. The Architect or Engineer and Owner shall be the sole judge of quality and equivalence of equipment, materials and methods. E. Products by other reliable manufacturers, other materials, and other methods, will be accepted as outlined, provided they have equal capacity, construction, and performance. However, under no circumstances shall any substitution by made without the written permission of the Architect or Engineer and Owner. Request for prior approval must be made in writing 10 days prior to the bid date without fail. F. Wherever a definite product, material or method is specified and there is not a statement that another product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method is the only one that shall be used without prior approval. G. Wherever a definite material or manufacturer's product is specified and the Specification states that products of similar design and equal construction from the specified list of manufacturers may be substituted, it is the intention of the Owner or Engineer that products of manufacturers that are specified are the only products that will be acceptable and that products of other manufacturers will not be considered for substitution without approval. H. Wherever a definite product, material or method is specified and there is a statement that "OR EQUAL" product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method or an "OR EQUAL" product, material or method may be used if it complies with the specifications and is submitted for review to the Engineer as outline herein. Where permission to use substituted or alternative equipment on the project is granted by the Owner or Engineer in writing, it shall be the responsibility of the Contractor or Subcontractor involved to verify that the equipment will fit in the space available which includes allowances for all required Code and maintenance clearances, and to coordinate all equipment structural support, plumbing and electrical requirements and provisions with the Mechanical (HVAC) and Plumbing Design Documents and all other trades, including Division 26. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-6 J. Changes in architectural, structural, electrical, mechanical, and plumbing requirements for the substitution shall be the responsibility of the bidder wishing to make the substitution. This shall include the cost of redesign by the affected designer(s). Any additional cost incurred by affected subcontractors shall be the responsibility of this bidder and not the owner. K. If any request for a substitution of product, material or method is rejected, the Contractor will automatically be required to furnish the product, material or method named in the Specifications. Repetitive requests for substitutions will not be considered. L. The Owner or Engineer will investigate all requests for substitutions when submitted in accordance with above and if accepted, will issue a letter allowing the substitutions. M. Where equipment other than that used in the design as specified or shown on the Drawings is substituted (either from an approved manufacturers list or by submittal review), it shall be the responsibility of the substituting Contractor to coordinate space requirements, building provisions and connection requirements with his trades and all other trades and pay all additional costs to other trades, the Owner, the Architect or Engineer, if any, due to the substitutions. N. The electrical design and electrical drawings are based on the equipment and/or electric motors of the type, size and electrical characteristics shown and specified on the mechanical drawings. Any change in equipment and/or motor size or type brought on directly or indirectly by a substitution or mechanical equipment having characteristics requiring a change, shall be the responsibility of the Mechanical Contractor and the entire cost of such change, including conduit, wiring, motor starting equipment, etc., shall be paid for by the Mechanical Contractor at no additional charge, unless the substitution was initiated by the Owner. Submittals must clearly show and deviations. Mechanical Contractor is responsible for coordinating any required changes with the Electrical Contractor, prior to Electrical Contractors ordering of panels and associated equipment. 1.13 SUBMITTALS A. Coordinate with Division 1 for submittal timetable requirements, unless noted otherwise within thirty (30) days after the Contract is awarded the Contractor shall submit a minimum of eight (8) complete bound sets of shop drawings and complete data covering each item of equipment or material. The first submittal of each item requiring a submittal must be received by the Architect or Engineer within the above thirty day period. The Architect or Engineer shall not be responsible for any delays or costs incurred due to excessive shop drawing review time for submittals received after the thirty (30) day time limit. The Architect and Engineer will retain one (1) copy each of all shop drawings for their files. Where full size drawings are involved, submit one (1) print and one (1) reproducible sepia or mylar in lieu of eight (8) sets. All literature pertaining to an item subject to Shop Drawing submittal shall be submitted at one time. A submittal shall not contain information from more than one Specification section, but may have a section subdivided into items or equipment as listed in each section. The Contractor may elect to submit each item or type of equipment separately. Each submittal shall include the following items enclosed in a suitable binder: 1. A cover sheet with the names and addresses of the Project, Architect, MEP Engineer, General Contractor and the Subcontractor making the submittal. The cover sheet shall also contain the section number covering the item or items submitted and the item nomenclature or description. 2. An index page with a listing of all data included in the Submittal. 3. A list of variations page with a listing all variations, including unfurnished or additional required accessories, items or other features, between the submitted equipment and BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-7 the specified equipment. If there are no variations, then this page shall state "NO VARIATIONS". Where variations affect the work of other Contractors, then the Contractor shall certify on this page that these variations have been fully coordinated with the affected Contractors and that all expenses associated with the variations will be paid by the submitting Contractor. This page will be signed by the submitting Contractor. 4. Equipment information including manufacturer's name and designation, size, performance and capacity data as applicable. All applicable Listings, Labels, Approvals and Standards shall be clearly indicated. 5. Dimensional data and scaled drawings as applicable to show that the submitted equipment will fit the space available with all required Code and maintenance clearances clearly indicated and labeled at a minimum scale of 1/4" = 1'-0", as required to demonstrate that the alternate or substituted product will fit in the space available. 6. Identification of each item of material or equipment matching that indicated on the Drawings. 7 Sufficient pictorial, descriptive and diagrammatic data on each item to show its conformance with the Drawings and Specifications. Any options or special requirements or accessories shall be so indicated. All applicable information shall be clearly indicated with arrows or another approved method. 8. Additional information as required in other Sections of this Division. 9. Certification by the General Contractor and Subcontractor that the material submitted is in accordance with the Drawings and Specifications, signed and dated in long hand. Submittals that do not comply with the above requirements shall be returned to the Contractor and shall be marked "REVISE AND RESUBMIT". B. Refer to Division 1 for additional information on shop drawings and submittals. C. Equipment and materials submittals and shop drawings will be reviewed for compliance with design concept only. It will be assumed that the submitting Contractor has verified that all items submitted can be installed in the space allotted. Review of shop drawings and submittals shall not be considered as a verification or guarantee of measurements or building conditions. D. Where shop drawings and submittals are marked "REVIEWED", the review of the submittal does not indicate that submittals have been checked in detail nor does it in any way relieve the Contractor from his responsibility to furnish material and perform work as required by the Contract Documents. E. Shop drawings shall be reviewed and returned to the Contractor with one of the following categories indicated: 1. REVIEWED: Contractor need take no further submittal action, shall include this submittal in the O&M manual and may order the equipment submitted on. 2. REVIEWED AS NOTED: Contractor shall submit a letter verifying that required exceptions to the submittal have been received and complied with including additional accessories or coordination action as noted, and shall include this submittal and compliance letter in the O&M manual. The contractor may order the equipment submitted on at the time of the returned submittal providing the Contractor complies with the exceptions noted. 3. NOT APPROVED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is not approved, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or drawings. Contractor shall not order equipment that is not approved. Repetitive requests for substitutions will not be considered. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-8 4. REVISE AND RESUBMIT: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked revise and resubmit, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or provide as noted on previous shop drawings. Contractor shall not order equipment marked revise and resubmit. Repetitive requests for substitutions will not be considered. 5. CONTRACTOR'S CERTIFICATION REQUIRED: Contractor shall resubmit submittal on material, equipment or method of installation. The Contractor's stamp is required stating the submittal meets all conditions of the contract documents. The stamp shall be signed by the General Contractor. The submittal will not be reviewed if the stamp is not placed and signed on all shop drawings. 6. MANUFACTURER NOT AS SPECIFIED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked manufacturer not as specified, the Contractor will automatically be required to furnish the product, material or method named in the specifications. Contractor shall not order equipment where submittal is marked manufacturer not as specified. Repetitive requests for substitutions will not be considered. F. Materials and equipment which are purchased or installed without shop drawing review shall be at the risk of the Contractor and the cost for removal and replacement of such materials and equipment and related work which is judged unsatisfactory by the Owner or Engineer for any reason shall be at the expense of the Contractor. The responsible Contractor shall remove the material and equipment noted above and replace with specified equipment or material at his own expense when directed in writing by the Architect or Engineer. G. Shop Drawing Submittals shall be complete and checked prior to submission to the Engineer for review. H. Submittals are required for, but not limited to, the following items: 1. Pipe Material and Specialties. 2. Pipe Fabrication Drawings. 3. Basic Materials. 4. Variable Air Volume Boxes. 5. Air Handling Units. 6. Cooling Towers. 7. Chillers. 8. Air Cooled Condensing Units. 9. Water Treatment. 10. Expansion Compensation. 11. Variable Frequency Drives. 12. Noise and Vibration Controls. 13. Plumbing Fixtures and Specialties. 14. Plumbing Equipment. 15. Sanitary DWV Fittings, Pipe and Accessories. 16. Domestic Hot and Cold Water Pipe, Fittings and Accessories. 17. HVAC Pipe and Duct Insulation. 18. Hydronic and Plumbing Valves. 19. Hydronic Piping and Accessories. 20. Hydronic Pumps. 21. Roof -Top A/C Units. 22. Heating Water Boiler. 23. Portable Pipe Hanger and Equipment Supports. 24. Duct Specialties. 25. Duct Fabrication Drawings. 26. Air Distribution Devices. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-9 27. Fan Coil Units. 28. Filters. 29. Fans. 30. Fire Dampers and Fire Smoke Dampers. 31. Temperature Controls and Control Sequences. 32. Test, Adjust and Balance Reports. 33. Testing, Adjusting and Balancing Contractor Qualifications. 34. Coordination Drawings. Refer to other Division 22 sections for additional shop drawing requirements. Provide samples of actual materials and/or equipment to be used on the Project upon request of the Owner or Engineer. J. Contractor to submit Mechanical/Electrical equipment coordination sheet with equipment submittal for all AHU's, ACCU's, and Fans. Reference chart at end of section. Provide copy to electrical subcontractor. 1.14 COORDINATION DRAWINGS A. Prepare coordination drawings to a scale of 1/4"=1'-0" or larger; detailing major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Indicate the proposed locations of pipe, duct, equipment, and other materials. Include the following: a. Wall and type locations. b. Clearances for installing and maintaining insulation. c. Locations of light fixtures and sprinkler heads. d. Clearances for servicing and maintaining equipment, including tube removal, filter removal, and space for equipment disassembly required for periodic maintenance. e. Equipment connections and support details. f. Exterior wall and foundation penetrations. g. Routing of storm and sanitary sewer piping. h. Fire -rated wall and floor penetrations. Sizes and location of required concrete pads and bases. j. Valve stem movement. k. Structural floor, wall and roof opening sizes and details. 2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction. 3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations. 4. Prepare reflected ceiling plans to coordinate and integrate installations, air distribution devices, light fixtures, communication systems components, and other ceiling -mounted items. B. This Contractor shall be responsible for coordination of all items that will affect the installation of the work of this Division. This coordination shall include, but not be limited to: voltage, ampacity, capacity, electrical and piping connections, space requirements, sequence of construction, building requirements and special conditions. C. By submitting shop drawings on the project, this Contractor is indicating that all necessary coordination has been completed and that the systems, products and equipment submitted BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-10 can be installed in the building and will operate as specified and intended, in full coordination with all other Contractors and Subcontractors. 1.15 RECORD DOCUMENTS A. Prepare record documents in accordance with the requirements in Special Project Requirements, in addition to the requirements specified in Division 22, indicate the following installed conditions: 1. Duct mains and branches, size and location, for both exterior and interior; locations of dampers, fire dampers, duct access panels, and other control devices; filters, fuel fired heaters, fan coils, condensing units, and roof -top A/C units requiring periodic maintenance or repair. 2. Mains and branches of piping systems, with valves and control devices located and numbered, concealed unions located, and with items requiring maintenance located (i.e., traps, strainers, expansion compensators, tanks, etc.). Valve location diagrams, complete with valve tag chart. Indicate actual inverts and horizontal locations of underground piping. 3. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 4. Approved substitutions, Contract Modifications, and actual equipment and materials installed. 5. Contract Modifications, actual equipment and materials installed. B. Engage the services of a Land Surveyor or Professional Engineer registered in the state in which the project is located as specified herein to record the locations and invert elevations of underground installations. C. The Contractor shall maintain a set of clearly marked black line record "AS -BUILT" prints on the job site on which he shall mark all work details, alterations to meet site conditions and changes made by "Change Order" notices. These shall be kept available for inspection by the Owner, Architect or Engineer at all times. D. Refer to Division 1 for additional requirements concerning record drawings. If the Contractor does not keep an accurate set of as -built drawings, the pay request may be altered or delayed at the request of the Architect. Mark the drawings with a colored pencil. Delivery of as -built prints and reproducible is a condition of final acceptance. E. The record prints shall be updated on a daily basis and shall indicate accurate dimensions for all buried or concealed work, precise locations of all concealed pipe or duct, locations of all concealed valves, controls and devices and any deviations from the work shown on the Construction Documents which are required for coordination. All dimensions shall include at least two dimensions to permanent structure points. F. Submit three prints of the tracings for approval. Make corrections to tracings as directed and delivered "Auto Positive Tracings" to the architect. "As -Built" drawings shall be furnished in addition to shop drawings. G. When the option described in paragraph F., above is not exercised then upon completion of the work, the Contractor shall transfer all marks from the submit a set of clear concise set of reproducible record "AS -BUILT" drawings and shall submit the reproducible drawings with corrections made by a competent draftsman and three (3) sets of black line prints to the Architect or Engineer for review prior to scheduling the final inspection at the completion of the work. The reproducible record "AS -BUILT" drawings shall have the Engineers Name and Seal removed or blanked out and shall be clearly marked and signed on each sheet as follows: BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-11 CERTIFIED RECORD DRAWINGS DATE: (NAME OF GENERAL CONTRACTOR) BY: (SIGNATURE) (NAME OF SUBCONTRACTOR) BY: (SIGNATURE) 1.16 OPERATING MANUALS A. Prepare maintenance manuals in accordance with Division 1 and in addition to the requirements specified in Division 1, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.17 CERTIFICATIONS AND TEST REPORTS A. Submit a detailed schedule for completion and testing of each system indicating scheduled dates for completion of system installation and outlining tests to be performed and schedule date for each test. This detailed completion and test schedule shall be submittal at least 90 days before the projected Project completion date. B. Test result reporting forms shall be submitted for review no later than the date of the detailed schedule submitted. C. Submit 4 copies of all certifications and test reports to the Architect or Engineer for review adequately in advance of completion of the Work to allow for remedial action as required to correct deficiencies discovered in equipment and systems. D. Certifications and test reports to be submitted shall include, but not be limited to those items outlined in Section of Division 22. 1.18 MAINTENANCE MANUALS A. Coordinate with Division 1 for maintenance manual requirements, unless noted otherwise bind together in "D ring type" binders by National model no. 79-883 or equal, binders shall be large enough to allow 1/" of spare capacity. Three (3) sets of all approved shop drawing submittals, fabrication drawings, bulletins, maintenance instructions, operating instructions and parts exploded views and lists for each and every piece of equipment furnished under this Specification. All sections shall be typed and indexed into sections and labeled for easy BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-12 reference and shall utilize the individual specification section numbers shown in the Mechanical Specifications as an organization guideline. Bulletins containing information about equipment that is not installed on the project shall be properly marked up or stripped and reassembled. All pertinent information required by the Owner for proper operation and maintenance of equipment supplied by Division 22 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins. B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition to the requirements specified in Division 22, include the following information for equipment items: 1. Identifying names, name tags designations and locations for all equipment. 2. Valve tag lists with valve number, type, color coding, location and function. 3. Reviewed shop drawing submittals with exceptions noted compliance letter. 4. Fabrication drawings. 5. Equipment and device bulletins and data sheets clearly highlighted to show equipment installed on the project and including performance curves and data as applicable, i.e., description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and model numbers of replacement parts. 6. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 7. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions, servicing instructions and lubrication charts and schedules. 8. Equipment and motor name plate data. 9. Wiring diagrams. 10. Exploded parts views and parts lists for all equipment and devices. 11. Color coding charts for all painted equipment and conduit. 12. Location and listing of all spare parts and special keys and tools furnished to the Owner. 13. Furnish recommended lubrication schedule for all required lubrication points with listing of type and approximate amount of lubricant required. C. Refer to Division 1 for additional information on Operating and Maintenance Manuals. D. Operating and Maintenance Manuals shall be turned over to the Owner or Engineer a minimum of 14 working days prior to the beginning of the operator training period. 1.19 OPERATOR TRAINING A. The Contractor shall furnish the services of factory trained specialists to instruct the Owner's operating personnel. The Owner's operator training shall include 12 hours of on site training in three 4 hour shifts. B. Before proceeding with the instruction of Owner Personnel, prepare a typed outline in triplicate, listing the subjects that will be covered in this instruction, and submit the outline for review by the Owner. At the conclusion of the instruction period obtain the signature of each person being instructed on each copy of the reviewed outline to signify that he has a proper understanding of the operation and maintenance of the systems and resubmit the signed outlines. C. Refer to other Division 22 Sections for additional Operator Training requirements. 1.20 FINAL COMPLETION BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-13 A. At the completion of the work, all equipment and systems shall be tested and faulty equipment and material shall be repaired or replaced. Refer to Sections of Division 22 for additional requirements. B. Clean and adjust all air distribution devices and replace all air filters immediately prior to final acceptance. C. Touch up and/or refinish all scratched equipment and devices immediately prior to final acceptance. 1.21 CONTRACTOR'S GUARANTEE A. Use of the HVAC and Plumbing systems to provide temporary service during construction period will not be allowed without permission from the Owner in writing and if granted shall not be cause warranty period to start, except as defined below. B. Contractor shall guarantee to keep the entire installation in repair and perfect working order for a period of one year after its completion and final acceptance, and shall furnish free of additional cost to the Owner all materials and labor necessary to comply with the above guarantee throughout the year beginning from the date of issue of Substantial Completion, Beneficial Occupancy by the Owner or the Certificate of Final Payment as agreed upon by all parties. C. This guarantee shall not include cleaning or changing filters except as required by testing, adjusting and balancing. D. All air conditioning compressors shall have parts and labor guarantees for a period of not less than 5 years beyond the date of final acceptance. E. Refer to Sections in Division 22 for additional guarantee or warranty requirements. 1.22 TRANSFER OF ELECTRONIC FILES A. Project documents are not intended or represented to be suitable for reuse by Architect/Owner or others on extensions of this project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at Architect/Owner's risk and without liability or legal exposure to Engineer or its consultants from all claims, damages, losses and expense, including attorney's fees arising out of or resulting thereof. B. Because data stored in electric media format can deteriorate or be modified inadvertently, or otherwise without authorization of the data's creator, the party receiving the electronic files agrees that it will perform acceptance tests or procedures within sixty (60) days of receipt, after which time the receiving party shall be deemed to have accepted the data thus transferred to be acceptable. Any errors detected within the sixty (60) day acceptance period will be corrected by the party delivering the electronic files. Engineer is not responsible for maintaining documents stored in electronic media format after acceptance by the Architect/Owner. C. When transferring documents in electronic media format, Engineer makes no representations as to the long term compatibility, usability or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of the Project. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-14 D. Any reuse or modifications will be Contractor's sole risk and without liability or legal exposure to Architect, Engineer or any consultant. E. The Texas Board of Architectural Examiners (TBAE) has stated that it is in violation of Texas law for persons other than the Architect of record to revise the Architectural drawings without the Architect's written consent. It is agreed that "MEP" hard copy or computer-generated documents will not be issued to any other party except directly to the Architect/Owner. The contract documents are contractually copyrighted and cannot be used for any other project or purpose except as specifically indicated in AIA B-141 Standard Form of Agreement between Architect and Owner. If the client, Architect/Owner, or developer of the project requires electronic media for "record purposes", then an AutoCAD based compact disc ("CD") will be prepared. The "CD" will be submitted with all title block references intact and will be formatted in a "plot" format to permit the end user to only view and plot the drawings. Revisions will not be permitted in this configuration. F. At the Architect/Owner's request, Engineer will prepare one "CD" of electronic media to assist the contractor in the preparation of submittals. The Engineer will prepare and submit the "CD" to the Architect/Owner for distribution to the contractor. All copies of the "CD" will be reproduced for a cost of reproduction fee of Five Hundred Dollars ($500.00) per "CD". The "CD" will be prepared and all title blocks, names and dates will be removed. The "CD" will be prepared in a ".dwg" format to permit the end user to revise the drawings. G. This Five Hundred Dollars ($500.00) per "CD" cost of reproduction will be paid directly from the Contractor to the Engineer. The "CD" will be prepared only after receipt of the Five Hundred Dollars ($500.00). The Five Hundred Dollars ($500.00) per "CD" cost of reproduction is to only recover the cost of the manhours necessary to reproduce the documents. It is not a contractual agreement between the Contractor and Engineer to provide any engineering services, nor any other service. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials and equipment manufactured by a domestic United States manufacturer. B. Access Doors: Provide access doors as required for access to equipment, valves, controls, cleanouts and other apparatus where concealed. Access doors shall have concealed hinges and screw driver cam locks. C. All access panels located in wet areas such as restrooms, locker rooms, shower rooms, kitchen and any other wet areas shall be constructed of stainless steel. D. Access Doors: shall be as follows: 1. Plastic Surfaces: Milcor Style K. 2. Ceramic Tile Surface: Milcor Style M. 3. Drywall Surfaces: Milcor Style DW. 4. Install panels only in locations approved by the Architect. PART 3 - EXECUTION 3.01 ROUGH -IN BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-15 A. Verify final locations for rough -ins with field measurements and with the requirements of the actual equipment to be connected via reviewed submittals. B. Refer to equipment specifications in Divisions 2 through 28 for additional rough -in requirements. 3.02 MECHANICAL INSTALLATIONS A. General: Sequence, coordinate, and integrate the various elements of mechanical systems, materials, and equipment. Comply with the following requirements: 1. Coordinate mechanical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction, to allow for mechanical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in poured -in-place concrete and other structural components, as they are constructed. 5. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. 6. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. 7. Coordinate connection of mechanical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 8. Install systems, materials, and equipment to conform with architectural action markings on submittal, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, resolve conflicts and route proposed solution to the Architect for review. 9. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components, where installed exposed in finished spaces. 10. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to an accessible location and label. 11. Install access panel or doors where units are concealed behind finished surfaces. Access panels and doors are specified. 12. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 13. Provide roof curbs for all roof mounted equipment. Coordinate with roof construction for pitched roof. Provide roof curb to match roof slope. Refer to architectural drawings and details. 14. The equipment to be furnished under this Specification shall be essentially the standard product of the manufacturer. Where two or more units of the same class of equipment are required, these units shall be products of a single manufacturer; however, the component parts of the system need not be the product of the same manufacturer. 15. The architectural and structural features of the building and the space limitations shall be considered in selection of all equipment. No equipment shall be furnished which will not suit the arrangement and space limitations indicated. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-16 16. Lubrication: Prior to start-up, check and properly lubricate all bearings as recommended by the manufacturer. 17. Where the word "Concealed" is used in these Specifications in connection with insulating, painting, piping, ducts, etc., it shall be understood to mean hidden from sight as in chases, furred spaces or suspended ceilings. "Exposed" shall be understood to mean the opposite of concealed. 18. Identification of Mechanical Equipment: a. Mechanical equipment shall be identified by means of nameplates permanently attached to the equipment. Nameplates shall be engraved laminated plastic or etched metal. Shop drawings shall include dimensions and lettering format for approval. Attachments shall be with escutcheon pins, self -tapping screws, or machine screws. b. Tags shall be attached to all valves, including control valves, with nonferrous chain. Tags shall be brass and at least 1-1/2 inches in diameter. Nameplate and tag symbols shall correspond to the identification symbols on the temperature control submittal and the "as -built" drawings. 3.03 CUTTING AND PATCHING A. Protection of Installed Work: During cutting and patching operations, protect adjacent installations. B. Perform cutting, fitting, and patching of mechanical equipment and materials required to: 1. Uncover Work to provide for installation of ill-timed Work. 2. Remove and replace defective Work. 3. Remove and replace Work not conforming to requirements of the Contract Documents. 4. Remove samples of installed Work as specified for testing. 5. Install equipment and materials in existing structures. 6. Upon written instructions from the Engineer, uncover and restore Work to provide for Engineer/Owner's observation of concealed Work, without additional cost to the Owner. 7. Patch existing finished surfaces and building components using new materials matching existing materials and experienced Installers. Patch finished surfaces and building components using new materials specified for the original installation and experienced Installers; refer to the materials and methods required for the surface and building components being patched; Refer to Section "DEFINITIONS" for definition of "Installer." C. Cut, remove and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to removal of mechanical piping, mechanical ducts and HVAC units, plumbing fixtures and trim, and other mechanical items made obsolete by the new Work. D. Protect the structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. E. Provide and maintain temporary partitions or dust barriers adequate to prevent the spread of dust and dirt to adjacent areas. 3.04 WORK SEQUENCE, TIMING, COORDINATION WITH OWNER A. The Owner will cooperate with the Contractor, however, the following provisions must be observed: BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-17 1. A meeting will be held at the project site, prior to any construction, between the Owner's Representative, the General Contractor, the Sub -Contractors and the Engineer to discuss Contractor's employee parking space, access, storage of equipment or materials, and use of the Owner's facilities or utilities. The Owner's decisions regarding such matters shall be final. 2. During the construction of this project, normal facility activities will continue in existing buildings until renovated areas are completed. Plumbing, fire protection, lighting, electrical, communications, heating, air conditioning, and ventilation systems will have to be maintained in service within the occupied spaces of the existing building. END OF SECTION Plumbing/Elec. Equipment Coordination Sheet Mark # Unit Manufacturer's Recomm. Type Fuse Size (MOCP) Mark # Unit Type Manufacturer's Recomm. Fuse Size (MOCP) BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-18 BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 00-19 SECTION 220529 PLUMBING SUPPORTS AND ANCHORS PART 1 - GENERAL 1.01 WORK INCLUDED A. Pipe, and equipment hangers, supports, and associated anchors. B. Sleeves and seals. C. Flashing and sealing equipment and pipe stacks. 1.02 RELATED WORK A. Section 232400 - Vibration Isolation. B. Section 232600 - Piping Insulation. C. Section 232800 - Equipment Insulation. D. Section 233100 - Fire Protection System. E. Section 234100 - Plumbing System. F. Section 235300 — Refrigerant Piping 1.03 REFERENCES A. ANSI/ASME B31.1 - Power Piping. B. NFPA 13 - Standard for the Installation of Sprinkler Systems. C. NFPA 14 - Standard for the Installation of Standpipe and Hose Systems. 1.04 QUALITY ASSURANCE A. Supports for Sprinkler Piping: In conformance with NFPA 13. B. Supports for Standpipes: In conformance with NFPA 14. 1.05 SUBMITTALS A. Submit shop drawings and product data under provisions of Division One. B. Indicate hanger and support framing and attachment methods. PART 2 - PRODUCTS 2.01 PIPE HANGERS AND SUPPORTS A. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch Malleable iron, adjustable swivel, split ring. B. Hangers for Pipe Sizes 2 to 4 Inches Carbon steel, adjustable, clevis. PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-1 C. Hangers for Pipe Sizes 6 Inches and over: Adjustable steel yoke, cast iron roll, double hanger. D. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods; cast iron roll and stand for pipe sizes 6 inches and over. E. Wall Support for Pipe Sizes to 3 Inches: Cast iron hook. F. Wall Support for Pipe Sizes 4 Inches and over: adjustable steel yoke and cast iron roll. G. Vertical Support: Steel riser clamp. H. Floor Support for Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, locknut nipple, floor flange, and concrete pier or steel support. Floor Support for Pipe Sizes 6 Inches and over: Adjustable cast iron roll and stand, steel screws, and concrete pier or steel support. J. Roof Pipe Supports and Hangers: Galvanized Steel Channel System as manufactured by Portable Pipe Hangers, Inc. or approved equal. For pipes 2-1/2" and smaller— Type PP10 with roller For pipes 3" through 8" — Type PS For multiple pipes — Type PSE - Custom K. Copper Pipe Support and Hangers: Electro -galvanized with thermoplastic elastomer cushions; Unistrut "Cush -A -Clamp" or equal. Hangers: Plastic coated; Unistrut or equal. L. For installation of protective shields refer to specification section 231400-3.03. M. Shields for Vertical Copper Pipe Risers: Sheet lead. N. Pipe Rough -In Supports in Walls/Chases: Provide preformed plastic pipe supports, Sioux Chief "Pipe Titan" or equal. 2.02 HANGER RODS A. Galvanized Hanger Rods: Threaded both ends, threaded one end, or continuous threaded. 2.03 INSERTS A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods. 2.04 FLASHING A. Metal Flashing: 20 gage galvanized steel. B. Lead Flashing: 4 lb./sq. ft. sheet lead for waterproofing; 1 lb./sq. ft. sheet lead for soundproofing. C. Caps: Steel, 20 gage minimum; 16 gage at fire resistant elements. D. Coordinate with roofing contractor/architect for type of flashing on metal roofs. PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-2 2.05 EQUIPMENT CURBS A. Fabricate curbs of hot dipped galvanized steel. 2.06 SLEEVES A. Sleeves for Pipes Through Non -fire Rated Floors: Form with 18 gage galvanized steel, tack welded to form a uniform sleeve. B. Sleeves for Pipes Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Form with steel pipe, schedule 40. C. Sleeves for Pipes Through Fire Rated and Fire Resistive Floors and Walls, and Fireproofing: Prefabricated fire rated steel sleeves including seals, UL listed. D. Sleeves for Round Ductwork: Form with galvanized steel. E. Sleeves for Rectangular Ductwork: Form with galvanized steel. F. Fire Stopping Insulation: Glass fiber type, non-combustible, U.L. listed. G. Caulk: Paintable 25 -year acrylic sealant. H. Pipe Alignment Guides: Factory fabricated, of cast semi -steel or heavy fabricated steel, consisting of bolted, two -section outer cylinder and base with two -section guiding spider that bolts tightly to pipe. Length of guides shall be as recommended by manufacturer to allow indicated travel. 2.07 FABRICATION A. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. B. Design hangers without disengagement of supported pipe. C. Design roof supports without roof penetrations, flashing or damage to the roofing material. 2.08 FINISH A. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. PART 3 - EXECUTION 3.01 INSERTS A. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. Coordinate with structural engineer for placement of inserts. B. Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches. C. Where concrete slabs form finished ceiling, provide inserts to be flush with slab surface. D. Where inserts are omitted, drill through concrete slab from below and provide thru-bolt PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-3 with recessed square steel plate and nut recessed into and grouted flush with slab. Verify with structural engineer prior to start of work. 3.02 PIPE HANGERS AND SUPPORTS A. Support horizontal piping as follows: PIPE SIZE MAX. HANGER SPACING HANGER DIAMETER (Steel Pipe) 1/2 to 1-1/4 inch 7'-0" 3/8" 1-1/2 to 3 inch 10'-0" 3/8" 4 to 6 inch 10'-0" 1/2" 8 to 10 inch 10'-0" 5/8" 12 to 14 inch 10'-0" 3/4" 15 inch and over 10'-0" 7/8" (Copper Pipe) 1/2 to 1-1/4 inch 5'-0" 3/8" 1-1/2 to 2-1/2 inch 8'-0" 3/8" 3 to 4 inch 10'-0" 3/8" 6 to 8 inch 10'-0" 1/2" (Cast Iron) 2 to 3 inch 5'-0" 3/8" 4 to 6 inch 10'-0" 1/2" 8 to 10 inch 10'-0" 5/8" 12 to 14 inch 10'-0" 3/4" 15 inch and over 10'-0" 7/8" (PVC Pipe) 1-1/2 to 4 inch 4'-0" 3/8" 6 to 8 inch 4'-0" 1/2" 10 and over 4'-0" 5/8" B. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work. C. Place a hanger within 12 inches of each horizontal elbow and at the vertical horizontal transition. D. Use hangers with 1-1/2 inch minimum vertical adjustment. PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-4 E. Support horizontal cast iron pipe adjacent to each hub, with 5 feet maximum spacing between hangers. F. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. G. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. H. Support riser piping independently of connected horizontal piping. Install hangers with nut at base and above hanger; tighten upper nut to hanger after final installation adjustments. J. Portable pipe hanger systems shall be installed per manufactures instructions. 3.03 Insulated Piping: Comply with the following installation requirements. A. Clamps: Attach galvanized clamps, including spacers (if any), to piping with clamps projecting through insulation; do not exceed pipe stresses allowed by ASME B31.9. B. Saddles: Install galvanized protection saddles MSS Type 39 where insulation without vapor barrier is indicated. Fill interior voids with segments of insulation that match adjoining pipe insulation. C. 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 5 & 6 18 0.060 8 THROUGH 14 24 0.075 16 THROUGH 24 24 0.105 D. Piping 2" and larger provide galvanized sheet metal shields with calcium silicate at hangers/supports. E. Insert material shall be at least as long as the protective shield. F. Thermal Hanger Shields: Install where indicated, with insulation of same thickness as piping. 3.04 EQUIPMENT BASES AND SUPPORTS A. Provide equipment bases of concrete. B. Provide templates, anchor bolts, and accessories for mounting and anchoring equipment. C. Construct support of steel members. Brace and fasten with flanges bolted to structure. D. Provide rigid anchors for pipes after vibration isolation components are installed. 3.05 FLASHING PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-5 A. Provide flexible flashing and metal counter flashing where piping and ductwork penetrate weather or waterproofed walls, floors, and roofs. B. Flash vent and soil pipes projecting 8 inches minimum above finished roof surface with lead worked one inch minimum into hub, 8 inches minimum clear on sides with 24 x 24 inches sheet size. For pipes through outside walls, turn flanges back into wall and caulk, metal counter flash and seal. C. Flash floor drains in floors with topping over finished areas with lead, 10 inches clear on sides with minimum 36 x 36 inch sheet size. Fasten flashing to drain clamp device. D. Seal floor shower mop sink and all other drains watertight to adjacent materials. E. Provide curbs for mechanical roof installations 8 inches minimum high above roofing surface. Contact architect for all flashing details and roof construction. Seal penetrations watertight. 3.06 SLEEVES A. Set sleeves in position in formwork. Provide reinforcing around sleeves. B. Extend sleeves through floors minimum one inch above finished floor level. Caulk sleeves full depth with fire rated thermfiber and 3M caulking and provide floor plate. C. Where piping or ductwork penetrates floor, ceiling, or wall, close off space between pipe or duct and adjacent work with U.L. listed fire stopping insulation and caulk seal air tight. Provide close fitting metal collar or escutcheon covers at both sides of penetration. D. Fire protection sleeves may be flush with floor of stairways. END OF SECTION PLUMBING SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 29-6 SECTION 220553 PLUMBING SYSTEM IDENTIFICATION AND PIPE MARKING PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 15050, are included as a part of this Section as though written in full in this document. 1.02 SCOPE Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. 1.03 Refer to Architectural Sections for additional requirements. PART 2 - PRODUCTS 2.01 VALVE AND PIPE IDENTIFICATION A. Valves: 1. All valves shall be identified with a 1-1/2" diameter brass disc wired onto the handle. The disc shall be stamped with 1/2" high depressed black filled identifying numbers. These numbers shall be numerically sequenced for all valves on the job. 2. The number and description indicating make, size, model number and service of each valve shall be listed in proper operational sequence, properly typewritten. Three copies to be turned over to Owner at completion. 3. Tags shall be fastened with approved meter seal and 4 ply 0.018 smooth copper wire. Tags and fastenings shall be manufactured by the Seton Name Plate Company or approved equal. 4. All valves shall be numbered serially with all valves of any one system and/or trade grouped together. B. Pipe Marking: 1. All interior visible piping located in accessible spaces such as above accessible ceilings, equipment rooms, attic space, under floor spaces, etc., shall be identified with all temperature pipe markers as manufactured by W.H. Brady Company, 431 West Rock Ave., New Haven, Connecticut, or approved equal. 2. All exterior visible piping shall be identified with UV and acid resistant outdoor grade acrylic plastic markers as manufactured by Set Mark distributed by Seton nameplate company. Factory location 20 Thompson Road, Branford, Connecticut, or approved equal. PLUMPING SYSTEM IDENTIFICATION AND PIPE MARKING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 53-1 3. Generally, markers shall be located on each side of each partition, on each side of each tee, on each side of each valve and/or valve group, on each side of each piece of equipment, and, for straight runs, at equally spaced intervals not to exceed 75 feet. In congested area, marks shall be placed on each pipe at the points where it enters and leaves the area and at the point of connection of each piece of equipment and automatic control valve. All markers shall have directional arrows. 4. Markers shall be installed after final painting of all piping and equipment and in such a manner that they are visible from the normal maintenance position. Manufacturer's installation instructions shall be closely followed. 5. Markers shall be colored as indicated below per ANSI/OSHA Standards: SYSTEM Chilled Water Sanitary Sewer Storm Drain Domestic Water Domestic Hot Water Supply Domestic Hot Water Re -circulating Fire Protection Automatic Sprinkler Gas Condenser Water Compressed Air Pneumatic Control Oxygen Nitrogen De -ionized Water Steam COLOR Green LEGEND Chilled Water Supply Chilled Water Return Green Vent Sanitary Sewer Green Storm Drain Green Domestic Water Yellow Domestic Hot Water Supply Yellow Domestic Hot Water Return Red Fire Protection Red Fire Sprinkler Yellow Natural Gas Green Condenser Water Supply Condenser Water Return Compressed Air Pneumatic Controls Oxygen Nitrogen De -ionized Water Blue Yellow Yellow Green Green Yellow PLUMPING SYSTEM IDENTIFICATION AND PIPE MARKING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Steam Supply Steam Return Page 22 05 53-2 C. Pipe Painting: 1. All piping exposed to view shall be painted as indicated or as directed by the Architect in the field. Confirm all color selections with Architect prior to installation. 2. The entire fire protection piping system shall be painted red. 3. All piping located in mechanical rooms and exterior piping shall be painted as indicated below: System Color Storm Sewer White Sanitary Sewer Waste and Vent Light Gray Domestic Cold Water Dark Blue Domestic Hot Water Supply and Return Orange Condenser Water Supply and Return Light Green Gas Yellow Chilled Water Supply and Return Light Blue Heating Hot Water Supply and Return Reddish Orange PART 3 - EXECUTION 3.01 All labeling equipment shall be installed as per manufacturers printed installation instructions. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Contractor's price shall include all items required as per manufacturers' requirements. 3.03 All piping shall be cleaned of rust, dirt, oil and all other contaminants prior to painting. Install primer and a quality latex paint over all surfaces of pipe. END OF SECTION PLUMPING SYSTEM IDENTIFICATION AND PIPE MARKING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 05 53-3 SECTION 220700 INSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION PART 1 — GENERAL 1.01 DESCRIPTION A. This section describes general requirements, products, and methods of execution relating to excavation, backfill and compaction of inside trenches for mechanical work. Inside trenches are those which occur within an arbitrary, imaginary boundary five feet beyond the outside perimeter of the structure.SG B. Scope: Provide all trench work for mechanical work of every description and of whatever substance encountered to the depth indicated, or to provide pipe slopes and elevations shown on the drawing. Excavate and backfill utility trenches. Place and compact bedding material. Compact backfill material. C. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 APPLICABE CODES A. Local Codes and Ordinances B. Texas Safety Standards C. OSHA — Section 1926.650 1.03 SAFETY PRECAUTIONS AND PROGRAMS A. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91-696, 29 U.S.C. Secs. 651 et. seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to enforce and comply with all of these provisions of this Act. IN ADDITION, ON PROJECTS IN WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. PART 2 — BEDDING MATERIAL 2.01 BEDDING MATERIAL A. Select bedding material from trench excavation using care to separate it from unsuitable material. If suitable bedding material is not available from trench excavation, import it from sources approved by the Architect. B. Use clean sand. Maintain moisture content within a range that will allow specified compaction. Inside Utility Trench Excavation, Backfill, and Compaction COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 07 00-1 2.02 TRENCH BACKFILL A. Obtain trench backfill material from trench excavation. If sufficient suitable trench backfill material compatible with structural backfill is not available from trench excavation, import it from sources approved by Architect. B. Use granular material, free from large stones, boulders and debris. Maintain moisture content within a range that will allow specified compaction. Maximum aggregate size four inches (4"). PART 3 — EXECUTION 3.01 EXCAVATION A. Place all excavated material suitable for backfill in an orderly manner, and in conformance with safety codes. B. Dispose of all material not suitable for backfilling. C. Form bell holes so pipelines rest on continuous undisturbed soil. If larger rocks or boulders are encountered, remove them. If trenches are below specified grade, backfill to required depth with select granular materials free from debris and rock, and compact to proper grade before installing piping. 3.02 LOCATION A. Locate trenches to accommodate utilities shown on drawings B. Construct trench with adequate width to allow compaction equipment to be used at the sides of pipes. C. Make trench side slopes conform to prevailing safety code requirements. 3.03 DEWATERING A. Perform whatever work is necessary to prevent the flow and accumulation of surface or ground water in the excavation. 3.04 TIMING A. Do not backfill until underground mechanical system has been properly tested, inspected and approved. B. Coordinate with the work of others, and complete all trench work in a timely manner. 3.05 BEDDING A. Place bedding material under, around, and over the pipe in lifts not exceeding 8" in depth, B. Work material around pipe by hand methods, taking care to keep any oversize or sharp stones out of contact with the pipe, and to provide uniform support for the pipe. B. Cover pipe with bedding material to building subgrade or to a minimum 12" depth before adding other backfill. Inside Utility Trench Excavation, Backfill, and Compaction COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 07 00-2 3.06 BACKFILLING A. Continue placing backfill material until trench is completely filled to building subgrade, or as shown on drawings. B. Place backfill material in lifts not to exceed 12" in depth. 3.07 COMPACTION A. Compact all bedding material to at least 95% of maximum density, taking care not to damage the pipe. B. Compact all backfill under footings, slabs, and other structures to 95% of maximum density or more, if required by the Architect. C. Compact other areas to preclude future settlements, or at least 85% of maximum density. 3.08 FINISHING A. After completion of backfilling, dispose of excess material and smooth the surface of grade. B. Do not allow heavy equipment to be used over backfilled work that does not have sufficient cover to prevent pipe damage. 3.09 SPECIAL PRECAUTIONS A. Avoid unauthorized and unnecessary excavations. B. Minimize number and size of excavations under footings or bearing walls. C. Support footings, foundations, and walls with timbers and jacks if there appears to be any possible chance of damage, and keep such precautions in place to eliminate possible damage. D. Backfill under footings and bearing walls, using maximum compaction or concrete or proportions as specified for footings. E. Avoid damage to all existing underground services, foundations, cables, conduit lines or foundations. Repair any existing underground work accidentally damaged at no additional cost to the Owner. 3.10 UNDER EXISTING SLAB INSTALLATION A. When breaking out an existing floor slab, make a saw cut and remove concrete. When repouring concrete, compact the fill to the same specifications as the building fill. Re: Architectural/Structural. Make necessary saw cuts and patching as required. END OF SECTION Inside Utility Trench Excavation, Backfill, and Compaction COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 07 00-3 SECTION 220800 OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION PART 1 — GENERAL 1.01 DESCRIPTION OF WORK A. Related Work Specified Elsewhere: 1. Section 220500 — Basic Materials and Methods 2. Division 2 — Site Work B. Description: This section described general requirements, products, and methods of execution relating excavation, backfill, and compaction of utility trenches outside of buildings. The arbitrary line of demarcation between inside and outside of buildings occurs 5' outside the building perimeters. C. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91-696, 29 U.S.C. Secs. 651 et. seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. D. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. PART 2 — PRODUCTS 2.01 BEDDING MATERIAL A. Select bedding material from trench excavation using care to separate it from unsuitable material. If suitable bedding material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders and debris. Maximum aggregate size passing a 2" sieve opening. Maintain moisture content within a range that will allow specified compaction. 2.02 TRENCH BACKFILL A. Obtain trench backfill material from trench excavation. If sufficient suitable trench backfill material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders, and debris. Maintain moisture content within range that will allow specified compaction. Maximum aggregate size 4 inches. PART 3 — EXECUTION OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 08 00-1 3.01 EXCAVATION A. Excavate trenches to depth and grades as shown on drawings. B. Place all excavated material suitable for backfill in an orderly manner and in conformance with safety codes. C. Dispose of all material not suitable for backfill. D. Form bell holes so pipelines rest on continuous undisturbed soil. If larger rocks or boulders are encountered, remove them. If ground surface is below specified pipe grade, fill to required depth with granular materials free from debris and rock, and compact to proper grade before installing piping. 3.02 LOCATION A. Locate trenches to accommodate utilities shown on the drawings. B. Construct trench with adequate width to allow compaction equipment to be used at the side of pipes. B. Make trench side slopes conform to prevailing safety code requirements. 3.03 DE -WATERING A. Perform whatever work is necessary to prevent flow and accumulation of surface or ground water in the excavation. 3.04 TIMING A. Do not complete backfill until utility system has been properly tested, inspected, and approved. B. Coordinate with the work of others and complete all trench work in a timely manner. 3.05 BEDDING A. Place bedding material under, around, and over pipe in lifts not exceeding 8" in depth. B. Work material around pipe by hand methods, taking care to keep any oversize or sharp stones out of contact with the pipe, and provide uniform support for the pipe. C. Cover pipe with bedding material to a minimum 6" depth before adding other backfill. D. Cover water line with 18" bedding material before backfilling. 3.06 BACKFILLING A. Continue placing backfill material until trench is completely filled to finished grade, or as shown on the drawing. B. Place backfill material in lifts not to exceed 12" in depth. 3.07 COMPACTION OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 08 00-2 A. Compact all bedding material to al least 95% of maximum density, taking care not to damage the pipe. B. Compact backfill material to preclude future settlement or at least to 90% of maximum density. 3.08 FINISHING A. After completion of backfilling, dispose of excess material and smooth the surface to grade. B. Restore all surface areas to original conditions, or improve as shown on the drawings. Replace all paving, base course, gravel surfacing, sub -base, topsoil or other existing finished surface as shown on drawings. C. Clean up and finish all construction areas to original condition or better. END OF SECTION OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 08 00-3 SECTION 220900 PIPING INSULATION PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 230500, are included as a part of this Section as though written in full in this document. 1.02 SCOPE A. Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. B. Work specified elsewhere. 1. Painting. 2. Pipe hangers and supports. C. All pipes subject to freezing conditions shall be insulated. 1.03 WARRANTY A. Warrant the Work specified herein for one year against becoming unserviceable or causing an objectionable appearance resulting from either defective or nonconforming materials or workmanship. B. Defects shall include, but not be limited to, the following: 1. Mildewing. 2. Peeling, cracking, and blistering. 3. Condensation on exterior surfaces. 1.04 SUBMITTALS A. SHOP DRAWINGS: Indicate size, material, and finish. Show locations and installation procedures. Include details of joints, attachments, and clearances. B. PRODUCT DATA: Submit schedules, charts, literature, and illustrations to indicate the performance, fabrication procedures, project variations, and accessories. 1.05 DELIVERY AND STORAGE A. DELIVERY: Deliver undamaged materials in the manufacturer's unopened containers. Containers shall be clearly labeled with the insulation's flame and smoke ratings. PART 2 - PRODUCTS 2.01 It is the intent of these specifications to secure superior quality workmanship resulting in an absolutely satisfactory installation of insulation from the standpoint of both function and appearance. Particular attention shall be given to valves, fittings, pumps, etc., requiring low PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 09 00-1 temperature insulation to insure full thickness of insulation and proper application of the vapor seal. All flaps of vapor barrier jackets and/or canvas covering must be neatly and securely smoothed and sealed down. 2.02 The type of insulation and its installation shall be in strict accordance with these specifications for each service, and the application technique shall be as recommended by the manufacturer. All insulation types, together with adhesives and finishes shall be submitted and approved prior to installation. 2.03 A sample quantity of each type of insulation and each type application shall be installed and approval secured prior to proceeding with the main body of the work. Condensation caused by improper installation of insulation shall be corrected by Installing Contractor. Any damage caused by condensation shall be made good at no cost to the Owner or Architect/Engineer. 2.04 All insulation shall have composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to insulation) fire and smoke hazard as tested by Procedure ASTM E084, NFPA 255 and UL 723 not exceeding: Flame Spread 25 Smoke Developed 50 2.05 Accessories, such as adhesives, mastics and cements shall have the same component ratings as listed above. 2.06 All products or their shipping cartons shall have a label affixed, indicating flame and smoke ratings do not exceed the above requirements. 2.07 APPROVED MANUFACTURERS A. Calcium silicate materials shall be as manufactured by Johns Manville. B. Glass fiber materials shall be as manufactured by Johns Manville or Owens-Corning and shall have the same thermal properties, density, fire rating, vapor barrier, etc., as the types specified herein, subject to review by the Engineer. C. Adhesives shall be as manufactured by Childers, Foster, HB Fuller or Armstrong, and shall have the same adhesive properties, fire rating, vapor seal, etc., as the types specified herein, subject to review by the Engineer. D. Armaflex elastomeric cellular thermal insulation by Armstrong. E. Phenolic foam insulation shall be as manufactured by Kooltherm Insulation (Koolphen). F. Polyisocyanurate insulation shall be as manufactured by Dow "Trymer 2000 XP". G. Metal jacketing and fitting covers shall be as manufactured by Childers or RPR Products. 2.08 MATERIALS A. For insulation purpose piping is defined as the complete piping system including supplies and returns, pipes, valves, automatic control valve bodies, fittings, flanges, strainers, thermometer well, unions, reducing stations, and orifice assemblies. B. INTERIOR DOMESTIC WATER PIPE: provide fiberglass pipe insulation with all service jackets with self sealing lap joint. PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 09 00-2 C. EXTERIOR DOMESTIC WATER PIPE: Provide elastomeric cellular thermal, or preformed phenolic foam pipe insulation with secured metal jacketing. D. DRAIN BODIES AND DOWN SPOUTS: Insulate horizontal roof drain down spouts, underside of roof drain bodies, chilled water waste lines from drinking fountain to junction with main waste stacks, and branch lines including traps and exposed underside of floor drains receiving cooling coil condensate, same as water piping where exposed to building occupant view. When concealed, insulation may be same as specified for external duct wrap. E. CONDENSATE DRAINAGE PIPING: Fire resistant fiberglass insulation; insulation not required when piping is exposed on roof. F. REFRIGERANT PIPING: Refrigerant pipe insulation shall be model "AP -2000", fire rated for use in environmental air plenums. Apply manufacturers recommended finish and sealant for exterior applications. G. METAL JACKETING: Utilize Childers "Strap -On" jacketing. Provide preformed fitting covers for all elbows and tees. PART 3 - EXECUTION 3.01 All insulation shall be installed in accordance with the manufacturers' recommendations and printed installation instructions, including high density inserts at all hangers and pipe supports to prevent compression of insulation. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturers requirements. 3.03 Pipes located outdoors or in crawl spaces shall be insulated same as concealed piping; and in addition shall have a jacket of 0.016 inch thick, smooth aluminum with longitudinal modified Pittsburg Z -Lock seam and 2 inch overlap. Jacketing shall be easily removed and replaced without damage. All butt joints shall be sealed with gray silicone. Galvanized banding is not acceptable. 3.04 All insulated piping located over driveways shall have an aluminum shield permanently banded over insulation to protect it from damage from car antennas. 3.05 WATER PIPE INSULATION INSTALLATION A. The insulation shall be applied to clean, dry pipes with all joints firmly butted together. Where piping is interrupted by fittings, flanges, valves or hangers and at intervals not to exceed 25 feet on straight runs, an isolating seal shall be formed between the vapor barrier jacket and the bare pipe. The seal shall be by the applications of adhesive to the exposed insulation joint faces, carried continuously down to and along 4 inches of pipe and up to and along 2 inches of jacket. B. Pipe fittings and valves shall be insulated with pre -molded or shop fabricated glass fiber covers finished with two brush coats of vapor barrier mastic reinforced with glass fabric. C. All under lap surfaces shall be clean and free of dust, etc. before the SSL is sealed. These laps shall be firmly rubbed to insure a positive seal. A brush coat of vapor retarder shall be applied to all edges of the vapor barrier jacket. 3.06 FIRE RATED INSULATION PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 09 00-3 A. All pipe penetrations through walls and concrete floors shall be fire rated by applying USG Thermafiber in the space between the concrete and the pipe. B. The fire rating shall be additionally sealed by using 3M brand model CP 25 or 303 fire barrier caulk and putty. C. All fire rating material shall be insulated in accordance with manufacturer's printed instructions. PART 4 - SCHEDULES 4.01 LOW TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS BASED ON FIBERGLASS A. Exposed exterior domestic water pipe: 11/2 inch B. Interior domestic cold water pipe exposed to freezing temperatures: 1 inch C. Condensate drain lines: 3/4 inch D. Drains receiving condensate: 1 inch E. Concealed horizontal leader from roof drain: 11/2 inch blanket wrap Exposed horizontal leader from roof drain: 1 inch thick rigid with all service jackets F. Refrigerant Piping (1) 1'/2" and smaller (2) Larger than 11/2 inch 1 inch 1'/2 inch 4.02 HIGH TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS A. Domestic Hot Water and Hot Water Circulating Piping 1 inch END OF SECTION PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 09 00-4 SECTION 224100 PLUMBING PIPING AND VALVES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Pipe and pipe fittings. B. Valves. C. Sanitary sewer piping system. D. Domestic water piping system. 1.02 RELATED SECTIONS A. Section 022220 - Excavating. B. Section 022230 - Backfilling. C. Section 022250 - Trenching. D. Section 231400 - Supports and Anchors. E. Section 231900 - Mechanical Identification. F. Section 232420 - Vibration Isolation. G. Section 232600 - Piping Insulation. H. Section 224400 - Plumbing Fixtures. I. Section 224500 - Plumbing Equipment. 1.03 REFERENCES A. ANSI B31.1 - Power Piping. B. ANSI B31.9 - Building Service Piping. C. ASME - Boiler and Pressure Vessel Code. D. ASME Sec. 9 - Welding and Brazing Qualifications. E. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800. F. ASME B16.3 - Malleable Iron Threaded Fittings. G. ASME B16.4 - Cast Iron Threaded Fittings Class 125 and 250. H. ASME B16.22 - Wrought Copper and Bronze Solder -Joint Pressure Fittings ASTM A47 - Ferritic Malleable Iron Castings. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-1 J. ASTM A53 - Pipe, Steel, Black and Hot -Dipped Zinc Coated, Welded and Seamless. K. ASTM A74 - Cast Iron Soil Pipe and Fittings. L. ASTM B32 - Solder Metal. M. ASTM B42 - Seamless Copper Pipe. N. ASTM B306 - Copper Drainage Tube (DWV). O. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedule 40, 80, and 120. P. ASTM D2241 - Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR -PR). Q. ASTM D2466 - Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. R. ASTM D2564 - Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. S. ASTM D2729 - Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. T. ASTM D2846 - Chlorinated Polyvinyl Chloride (CPVC) Pipe, Fittings, Solvent Cements and Adhesives for Potable Hot Water Systems. U. ASTM F493 - Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. V AWWA C111- Rubber -Gasket Joints for Ductile Iron and Gray -Iron Pressure Pipe and Fittings. W. AWWA C651 - Disinfecting Water Mains. X. CISPI 301 - Cast Iron Soil Pipe and Fittings for Hubless Cast Iron Sanitary Systems. Y. CISPI 310 - Joints for Hubless Cast Iron Sanitary Systems. 1.04 SUBMITTALS A. Submit under provisions of Division One. B. Product Data: Provide data on pipe materials, Pipe fittings, valves, and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. 1.05 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division One. B. Record actual locations of valves. 1.06 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division One. B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.07 QUALITY ASSURANCE PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) Page 22 41 00-2 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 A. Valves: Manufacturer's name and pressure rating cast or marked on valve body. B. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations. C. Welders Certification: In accordance with ASME Sec 9. D. Foreign pipe, fittings or valves are unacceptable. E. Piping shall be labeled along entire length indicating size, class, material specification, manufacturers name and country of origin. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 5 years documented experience and must be a domestic manufacturer. B. Installer: Company specializing in performing the work of this section with minimum 5 years documented experience. 1.09 REGULATORY REQUIREMENTS A. Perform Work in accordance with plumbing and building codes having jurisdiction. B. Conform to applicable codes for the provision and installation of all required backflow prevention devices. C. Provide certificate of compliance from authority having jurisdiction indicating approval of installation of backflow prevention devices. D. No PVC pipe or fittings will be allowed for any areas where pipe is to penetrate a fire rated assembly or to be installed in a return air plenum unless the entire length of all such piping is encased within a minimum 2 hour fire rated enclosure. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Division One. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. Tape will not be allowed as an acceptable end cover. 1.11 EXTRA MATERIALS A. Furnish under provisions of Division One. B. Provide two repacking kits for each size valve. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-3 PART 2 - PRODUCTS 2.01 SANITARY SOIL WASTE AND VENT PIPING, BURIED BEYOND 5 FEET OUTSIDE OF BUILDING A. PVC Pipe: ASTM D 1785/D 2729 schedule 40; installed per ASTM D 2321. 1. Fittings: PVC, ASTM D 3311/D 2665 drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: solvent weld with ASTM D 2564 solvent cement, installed per the requirements of ASTM D 2855. ***OR*** B. PVC pipe: ASTM D 3034, SDR 35; installed per ASTM D 2321. 1. Fittings: ASTM F 1336 PVC, drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: ASTM F 477 or F 913, elastomeric gaskets or solvent weld. 2.02 SANITARY SOIL, WASTE AND VENT PIPING, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. PVC Pipe: ASTM D 1785/D 2665 schedule 40 1. Fittings: PVC, ASTM D 3311/D 2665 drainage pattern, with bell and spigot ends to be furnished by the same manufacturer as pipe or approved equal. 2. Joints: solvent weld with ASTM D 2564 solvent cement, clear, medium bodied, for sizes 3" and smaller and gray, heavy bodied, for sizes 4" and larger, mating surfaces shall be prepared with ASTM F 656 purple primer immediately prior to cement application. 2.03 SANITARY SOIL, WASTE AND VENT PIPING, WITHIN BUILDING, ABOVE GRADE A. Cast Iron Pipe: ASTM A 888, hubless, service weight. 1. Fittings: Cast iron, ASTM A 888 drainage pattern. 2. Joints: No hub, ASTM C 564 neoprene gaskets and standard stainless steel clamp and solid shield assemblies constructed of type 300 series stainless steel. Clamp assemblies shall conform to FM 1680 where required by the administrative authority. B. Copper Tubing: ASTM B 306, DWV, sizes 2" and smaller. 1. Fittings: ASME B 16.23 cast bronze, or ASME B16.29, wrought copper. 2. Joints: ASTM B 32, solder, Grade 50B. C. Brass Pipe: ASTM B 43, chrome plated. 1. Fittings: ASME B 16.23 cast bronze, chrome plated. 2. Joints: ASTM B 32, solder, Grade 50B. D. Steel Pipe: ASTM A 53, Schedule 40, galvanized, sizes 2-1/2" and smaller, for waste and vent piping only, steel soil pipes not permitted. 1. Fittings: Malleable iron, galvanized. 2. Joints: ASME B16.3 screwed. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-4 2.04 STORM WATER PIPING, WITHIN BUILDING, ABOVE GRADE A. Pipe and fittings shall be same as specified for sanitary soil, waste and vent piping system. ***OR*** B. Cast Iron Pipe: ASTM A 74 service weight. 1. Fittings: Cast iron, ASTM A 74 drainage pattern. 2. Joints: Hub and spigot, ASTM C 564 neoprene, compression type gaskets or lead and oakum. C. Cast Iron Pipe: ASTM A 888, hubless, service weight. 1. Fittings: Cast iron, ASTM A 888 drainage pattern. 2. Joints: No hub, a. Standard Service (building of two stories in height or less): CISPI 310, ASTM C 564 neoprene gaskets and standard stainless steel clamp and solid shield assemblies constructed of type 300 series stainless steel. b. Heavy duty service (building over two stories and joints 6" and larger only): CISPI 310, ASTM C 564 neoprene gaskets and wide body stainless steel clamp and solid shield assemblies constructed of type 300 series stainless steel. c. Clamp assemblies shall conform to FM 1680 where required by the administrative authority. d. Torque all clamps as indicated by manufacturer. 2.05 DOMESTIC WATER PIPING, BURIED BEYOND 5 FEET OUTSIDE OF BUILDING A. PVC Pipe: ASTM D 1785 schedule 80. 1. Fittings: ASTM D 2467 PVC. 2. Joints: ASTM D 2855, solvent weld with ASTM D 2564 solvent cement. 2.06 DOMESTIC WATER PIPE, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. Copper Tubing: ASTM B 88, Type K, soft annealed. 1. Fittings: ASME B 16.18, cast bronze, ASTM B 16.22 wrought copper alloy or ASTM B 16.26 cast bronze for flared fittings. 2. Joints: Sweat solder or flared. Note: No joints will be permitted in pressure water pipe below slab on grade. All such piping must be brought up above finished floor line a minimum of 12" before joining. Exception may be taken when pipe is fully enclosed in pressure rated sleeve and pre -approved by the Architect and Engineer. 2.07 DOMESTIC WATER PIPING, WITHIN BUILDING, ABOVE GRADE: COPPER PIPE SHALL BE RUN IN AREAS EXPOSED TO VIEW WITH NO CEILING. A. Copper Tubing: ASTM B 88, Type L, hard drawn. 1. Fittings: ASME B 16.18, cast bronze, or ASTM B 16.22 wrought copper alloy. 2. Joints: ASTM B 32, solder. ***OR*** PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-5 B. Cross-linked Polyethylene (PEX) ASTM F877 tubing for hot and cold water distribution systems. Manufactured in accordance with ASTM F876 and ASTM F877 and tested for compliance by an independent third -party agency 1. ASTM F876 cross-linked polyethylene (PEX) tube, ASTM F1807 fittings and ASTM F2159 fittings. 2. Non -barrier type. 3. Shall have a pressure and temperature rating of 160 PSI at 73°F, 100 PSI at 180°F and 80 PSI at 200°F 4. Tubing shall have a minimum of 6 months UV protection. 5. Tubing shall have a 25/50 flame and smoke developed rating as per ASTM E84. 6. Tubing shall have a 25 year warranty. 7. Tubing shall be used with copper manifolds and nipples. 2.08 FLANGES AND UNIONS A. Pipe size 2 inches and under: 1. Ferrous pipe: ANSI B16.39, 150 psig malleable iron threaded unions. 2. Copper tube and pipe: 150 psig bronze unions with soldered ends. 3. Ferrous pipe: ANSI B16.5, 150 psig forged steel flanges; screwed neck, 1/16" thick preformed neoprene gaskets. B. Pipe size 2-1/2 inches and larger: 1. Ferrous pipe: 150 psig forged steel slip-on flanges; weld neck, 1/16" thick preformed neoprene gaskets. 2. Copper tube and pipe: 150 psig slip-on bronze flanges; 1/16" thick preformed neoprene gaskets. C. Dielectric Connections: 1. Pipe size 2 inches and under: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier. 2. Pipe size 2-1/2 inch and larger: flange, connection as above, with water impervious isolation barrier. 2.09 GATE VALVES A. Manufacturers: 1. Nibco No. T-111 up to 2-1/2"; F-617-0 3" and over. 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 428 up to 2-1/2"; 465-1/2 3" and over. b. Stockham No. B-100 up to 2-1/2"; G-623 3" and over. c. Grinnell No. 3010 up to 2-1/2"; 6020A 3" and over. B. Up to and including 2-1/2" Inches: Bronze body, bronze trim, rising stem, handwheel, inside screw, solid wedge threaded ends. C. Over 3" Inches: Iron body, bronze trim, rising stem, handwheel, OS&Y, solid wedge, flanged ends. D. Provide bronze tee or cast iron square nut operator for all valves installed below ground. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-6 1. Valves 2-1/2" and smaller shall be equipped with ASTM B62 solid red bronze tee securely affixed to the valve stem. 2. Valves 3" and larger shall be equipped with a standard 2" square combination nut/socket securely affixed to the valve stem. 3. Provide owner with two extended tee handle operating wrenches for each type of valve head installed. 2.10 BALL VALVES A. Manufacturers: 1. Nibco No. T-585-70-66 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 9303-B b. Stockham Model S-216BR-1R-T c. Grinnell No. 3700-6 B. Up to and including 2 Inches: Bronze two 600 PSI piece body full port, stainless steel ball and stem, Teflon seats and stuffing box ring, lever handle and balancing stops, threaded ends with union. C. Ball valves used for balancing shall have memory stops. 2.11 SWING CHECK VALVES A. Manufacturers: 1. Nibco No. T -413-B up to 2-1/2"; F-918 3" and over. 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 37 up to 2-1/2"; 372 3" and over. b. Stockham No. B-319; up to 2-1/2"; G931 3" and over. c. Grinnell No. 3300 up to 2-1/2"; 6300A 3" and over. B. Up to and including 2-1/2 Inches: Bronze swing disc, screwed ends. C. Over 2-1/2 Inches: Iron body, bronze trim, swing disc, renewable disc and seat, flanged ends. Include outside lever and adjustable weight where required for quiet operation. 2.12 SPRING LOADED (SILENT) CHECK VALVES A. Manufacturers: 1. Nibco No. W-910 2. Other acceptable manufacturers offering equivalent products. a. Grinnell No. 402 B. Iron body, bronze trim, stainless steel spring, renewable composition disc, screwed, wafer, or flanged ends. 2.13 SOLDER A. 95.5% tin, 4% copper, 0.5% silver. B. Lead free, antimony free, zinc -free. C. Silvabrite 100, by Engelhard Corporation or approved equal. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-7 PART 3 - EXECUTION 3.01 EXAMINATION A. Coordinate and verify excavations under provisions of Division Two. B. Verify that all excavations are to the required grade, dry, and not over -excavated. 3.02 PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. B. Remove scale, oil and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Install, clean bank sand backfill in trench to a minimum of 6 inches below pipe, and to cover all piping a minimum of 12 inches above pipe. 3.03 INSTALLATION A. Install all materials in accordance with manufacturer's published instructions. B. All exposed sewer and water pipe in toilet rooms or other finished areas of the building shall be chromium plated. C. Provide non -conducting dielectric connections wherever jointing dissimilar metals. D. Route piping in orderly manner, parallel and perpendicular to building column grid lines, unless indicated otherwise on drawings, and maintain gradients. E. Install piping to conserve building space and not conflict with other trades or interfere with intended use of space. F. Group piping whenever practical at common elevations. G. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. H. Provide clearance for installation of insulation and access to valves and fittings. Valves installed beyond reasonable reach shall be provided with chain operator. I. Provide access doors where valves and operable fittings are not exposed. Access doors shall be of approved types set in locations pre -approved by submittal to the Architect. J. Establish elevations of buried piping outside the building to ensure not less than 2 feet of cover, or maximum depth of frost penetration, which ever is the greater. K. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding. L. Provide encasement for and support of utility meters in accordance with requirements of utility companies. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-8 M. Gate valves installed below grade shall be covered with an adjustable cast iron roadway box extended to grade. Cover shall be cast iron with 'water' cast on top and set flush to finished paving or 2" above finished earthen grade. Box shall be supported from undisturbed soil or concrete base and shall not introduce any stress to piping under all traffic conditions. N. Prepare pipe, fittings, supports, and accessories not pre -finished, ready for finish painting. O. Excavate in accordance with Division Two. P. Backfill in accordance with Division Two. Q. Install bell and spigot pipe with bell end upstream. R. Maintain uniformity in the installation of piping materials and joining methods. Do not mix materials types. S. Install valves with stems upright or horizontal, not inverted. T. Solder joints shall be wiped clean at each joint, remove excess metal while molten and flux residue when cooled. U. No PVC pipe or fittings will be allowed for any areas where pipe is installed in return air plenum unless the entire length of all such piping is encased within a minimum 2 hour fire rated enclosure. V. Installations of thermoplastic piping systems shall be in strict conformity to the manufacturers published instructions. Under ground drainage pipe installations shall be in conformity to ASTM D 2321. W. Installation of solvent cement joints for PVC piping shall be in strict conformity to the requirements outlined in ASTM D 2855. X. Waste nipple from wall to tapped tee shall be schedule 40 threaded galvanized steel pipe or brass or copper with threaded adapter. Y. Provide approved PVC slip by cast iron no hub adaptor at each transition from underground PVC piping to above ground cast iron pipe using standard or wide bodied no hub couplings for as specified elsewhere in this section. Transition shall be made as close as possible to floor for sanitary DWV piping systems and at test tee for storm drainage piping. Support vertical cast iron pipe from floor anchors with using riser clamp and galvanized all thread rod as specified in section 231400. 3.04 APPLICATION A. Install union downstream of all valves at equipment or apparatus connections. B. Install male adapters each side of threaded valves in copper piped system. Sweat solder adapters to tube prior to make-up of threaded connections. C. Install gate valves for shut-off and to isolate all equipment items, distinct parts of systems, or vertical risers. D. Each plumbing fixture shall have a shut-off valve on each hot water and cold water supply line. E. Each plumbing water rough -in stub out shall be fitted with a shut off valve. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-9 F. Install globe, ball or butterfly valves for throttling, bypass, or balancing (manual flow control) services. G. Ball valves installed in insulated piping shall be fitted with extended lever operators of sufficient length to raise handle above the insulation jacket material. Where valve is used for throttling service valve handle shall be equipped with adjustable memory stop device. H. Provide spring loaded, non -slam, check valves on discharge of water pumps. 3.05 ERECTION TOLERANCES A. All drainage lines in the building shall have 1/4 inch to the foot fall where possible and not less than 1/8 inch to the foot fall toward the main sewer. Pipe must be so laid that the slope will be uniform and continuous. Permission shall be secured from the Architect and Engineer before proceeding with any Work where existing conditions prevent the installation at minimum grade specified. B. Slope all water piping and arrange to drain at low points. Provide loose key operated, polished chrome, sill cock flush to wall where fixture stop will not suffice for this requirement. 3.06 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, all domestic water systems shall be complete, thoroughly flushed clean and free of all foreign matter or erection residue. B. Ensure PH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric). C. On building side of the main shut off valve, provide a 3/4" connection through which chlorine can be introduced into the water piping D. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, in sufficient quantity to obtain 50 to 80 mg/L residual free chlorine solution throughout the entire domestic water piping systems. E. Bleed water from outlets as required to ensure complete distribution and test for disinfectant residual at a minimum 15 percent of total outlets. F. Maintain disinfectant in system for 24 hours. G. If final disinfectant residual tests less than 25 mg/L, repeat treatment. H. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. I. Take samples no sooner than 24 hours after flushing, from 5 percent of outlets and from water entry, and analyze in accordance with AWWA C651. 3.07 SERVICE CONNECTIONS A. Provide new sanitary and storm sewer services connecting to existing building services or utility lines as shown on the drawings. B. Before commencing work, field verify invert elevations required for sewer connections, confirm inverts and ensure that these can be properly connected with slope for drainage and cover as required. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) Page 22 41 00-10 REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 C. Provide new domestic water service connecting to existing building services or utility lines as shown on plans. Assure connections are in compliance with requirements of the jurisdiction having authority. D. Extension of services to the building shall be fabricated from the same materials as the utility service lines or those materials specified herein. E. Should points of connection vary from those indicated on the drawings contractor shall properly allow for this in the actual connections field fabricated. 3.08 RODDING SEWERS A. All sanitary soil and waste lines, both in the building and out, shall be rodded out after completion of the installation. B. This Work shall be done, as part of the contract, to make certain that all lines are clear, and any obstruction that may be discovered shall be removed immediately. Rodding shall be accomplished by utilizing a rotary cutter, which shall be full size of pipe being cleaned. 3.09 TESTING OF PLUMBING PIPING SYSTEMS A. During the progress of the work and upon completion, tests shall be made as specified herein and as required by Authorities Having Jurisdiction, including Inspectors, Owner or Architect. The Architect or duly authorized Construction Inspector shall be notified in writing at least 2 working days prior to each test or other Specification requirement which requires action on the part of the Construction Inspector. B. Tests shall be conducted as part of this work and shall include all necessary instruments, equipment, apparatus, and service as required to perform the tests with qualified personnel. Submit proposed test procedures, recording forms, and test equipment for approval prior to the execution of testing. C. Tests shall be performed before piping of various systems have been covered or furred -in. For insulated piping systems testing shall be accomplished prior to the application of insulation. D. All piping systems shall be tested and proved absolutely tight for a period of not less than 24 hours. Tests shall be witnessed by the Architect or an authorized representative and pronounced satisfactory before pressure is removed or any water drawn off. E. Leaks, damage or defects discovered or resulting from test shall be repaired or replaced to a like new condition. Leaking pipe joints, or defective pipe, shall be removed and replaced with acceptable materials. Test shall be repeated after repairs are completed and shall continue until such time as the entire test period expires without the discovery of any leaks. F. Wherever conditions permit, each piping system shall thereafter be subjected to its normal operating pressure and temperature for a period of no less than five 5 days. During that period, it shall be kept under the most careful observation. The piping systems must demonstrate the propriety of their installation by remaining absolutely tight during this period. G. Domestic Water: 1. Pressure test at one and one half times the normal working pressure or 125 psig, which ever is the greater, for 24 hours. PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-11 H. Sanitary Soil, Waste and Vents and Storm Sewer: 1. After the rough -in soil, waste and vent and other parts of the sanitary sewer including branch laterals have been set from the lowest level, at point of connection to existing utility lines, to above the floor line, all outlets shall be temporarily plugged or capped, except as are required for testing as described herein. Ground work shall not permit the backfill of trenches to cover any joints until the completion of testing. Back fill shall be limited to mid sections of full joints of piping only. For pipe in ground the piping shall be readied as described herein and filled with water to a verifiable and visible level to 10' above the lowest portions of the system being tested. 2. On multi-level buildings only one floor level shall be tested at a time. Each floor shall be tested from a level below the structure of the floor, or the outlet of the building in the case of the lowest level, to a level of 12 inches above the floor immediately above the floor being tested, or the top of the highest vent in the case of the highest building level. The pipes for the level being tested shall be filled with water to a verifiable and visible level as described above and be allowed to remain so for 24 hours. If after 24 hours the level of the water has been lowered by leakage, the leaks must be found and stopped, and the water level shall again be raised to the level described, and the test repeated until, after a 24 hour retention period, there shall be no perceptible lowering of the water level in the system being tested. 3. Should the completion of these tests leave any reasonable question or doubt of the integrity of the installation, additional tests including peppermint smoke, or other measures shall be performed to demonstrate the reliability of these systems to the complete satisfaction of the Owner's duly authorized representative. Such tests shall be conducted and completed before any joints in plumbing are concealed or made inaccessible. 3.10 COMPLETE FUNCTIONING OF WORK A. All work fairly implied as essential to the complete functioning of the systems shown on the Drawings and Specification shall be completed as part of the work of this Division unless specifically stated otherwise. It is the intention of the Drawings and Specification to establish the type and function of systems but not to set forth each item essential to the functioning of any system. In case of doubt as to the work intended or in the event of amplification or clarification thereof, the Contractor shall call upon the Architect for Supplementary Instructions and Drawings, etc. END OF SECTION PLUMBING PIPING AND VALVES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 41 00-12 SECTION 224400 PLUMBING FIXTURES PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 230500, are included as a part of this Section as though written in full in this document. 1.02 SCOPE Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. A. WORK INCLUDED: Include the following Work in addition to items normally part of this Section: 1. Plumbing fixtures. 2. Drains and cleanouts. B. WORK SPECIFIED ELSEWHERE: 1. Piping systems. 2. Pipe valves, and fittings. 3. Plumbing systems testing. 1.03 WARRANTY A. Warrant the Work specified herein for one year against becoming unserviceable or causing an objectionable appearance resulting from either defective or nonconforming materials or workmanship. B. Defects shall include, but not be limited to, the following: 1. Noisy operation. 2. Noticeable deterioration of finish. 3. Leakage of water. 1.04 SUBMITTALS A. SHOP DRAWINGS: Indicate size, material, and finish. Show locations and installation procedures. Include details of joints, attachments, and clearances. B. PRODUCT DATA: Submit schedules, charts, literature, and illustrations to indicate the performance, fabrication procedures, product variations, and accessories. C. OPERATION AND MAINTENANCE INSTRUCTIONS: Provide pre-printed operating and maintenance instructions for each item specified. Instruct and demonstrate the proper operation and maintenance to the Owner's designated representative. PLUMBING FIXTURES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 44 00-1 1.05 DELIVERY AND STORAGE A. DELIVERY: Deliver clearly labeled, undamaged materials in the manufacturers' unopened containers. B. TIMING AND COORDINATION: Deliver materials to allow for minimum storage time at the project site. Coordinate delivery with the scheduled time of installation. C. STORAGE: Store materials in a clean, dry location, protected from weather and abuse. 1.06 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. B. Confirm and field coordinate that millwork is constructed with adequate provision for the installation of counter top lavatories and sinks. PART 2 - PRODUCTS 2.01 MATERIALS A. PLUMBING FIXTURES: 1. GENERAL: Provide plumbing fixtures as specified on drawings. The approved equal products manufacturers are as follows: a. Water closet, urinals, lavatories, bath tubs and showers: American Standard, Kohler, Eljer. b. Stainless steel sinks: Elkay, Just and Moen. c. Mop sinks: Stern -Williams, Fiat d. Faucets: American Standard, Kohler, Eljer, e. Faucets: Chicago, T&S Brass, Zurn f. Faucets: Moen, Delta Commercial, Speakman g. Shower valves: Leonard, Powers, Symmons, Chicago h. Shower Systems: Bradley, Acorn, Willoughby Flush Valves: Sloan "Royal", Zurn "AquaVantage" j. Drinking fountains: Halsey Taylor, Elkay, Haws, Oasis and Sunroc. k. Floor drains and roof drains: Zurn, J.R. Smith, Josam and Watts. I. Emergency Fixtures: Bradley, Chicago, Haws, Speakman and Encon 2. CHAIR CARRIERS: ANSI/ASME A112.6.1.; Adjustable cast iron frame, integral drain hub and vent, adjustable spud, lugs for floor and wall attachment, threaded fixture studs with nuts and washers. As manufactured by Zurn, J. R. Smith, Josam or Watts. 3. DRINKING FOUNTAIN & URINAL WALL SUPPORTS: ANSI/ASME A112.6.1; cast iron and steel frame with tubular legs, lugs for floor and wall attachment, threaded fixture studs for fixture hanger, bearing studs. As manufactured by Zurn, J. R. Smith, Josam or Watts. 4. TRAPS, STOPS AND RISERS: Heavy pattern as manufactured by McGuire, Chicago or Zurn. B. CLEANOUTS: 1. GENERAL: Provide cleanouts as shown on Drawings and as required by the city building code. 2. ACCEPTABLE MANUFACTURERS: Zurn J. R. Smith, Josam and Watts. 3. TYPES: a. FINISHED FLOOR CLEANOUTS: Provide cast iron, adjustable floor level PLUMBING FIXTURES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 44 00-2 assembly with round nickel bronze top and gasket cover. b. RESILIENT OR TILE FINISHED FLOOR CLEANOUTS: Provide cast iron, adjustable assembly with round nickel -bronze top with gasketed water tight cover and depressed top to receive flooring finish material. c. DRY WALL CLEANOUTS: Provide cast iron tee and counter sink bronze plug with square nickel bronze frame and stainless steel cover. d. Provide membrane clamp rings for slab on grade cleanouts. e. All cleanouts shall have tapered bronze plugs. f. All cleanouts outside of building on grade shall be set in a 18" x 18" x 4" thick concrete pad. PART 3 - EXECUTION 3.01 PREPARATION A. EXAMINATION OF CONDITIONS: Examine conditions affecting this Work. Report unsatisfactory conditions to the proper authority and do not proceed until those conditions have been corrected. Commencing Work implies acceptance of existing conditions as satisfactory to the outcome of this Work. 3.02 INSTALLATION A. Install fixtures in locations and heights as shown on Drawings or as directed by the Architect. B. Install materials plumb, level, securely, and in accordance with manufacturer's recommendations. C. All rough -in pipe openings, for final connections with all supply waste soil and vent systems shall be closed with caps or plugs during early stages of construction and installation. Tape shall not be considered sufficient protection. D. Rough -in fixture piping connections in accordance with minimum sizes indicated in fixture rough -in schedule for particular fixtures. E. Provide gate valves in piping serving batteries of fixtures. Label stops "Hot" and "Cold." Valves to be located above accessible ceiling. If ceiling are not accessible, provide access panels of adequate size to make valves fully accessible. F. Plumbing fixtures shall be supported by a concealed chair carrier where required to properly support the fixture specified. All carriers to be securely mounted, bolted and checked prior to concealment. G. Caulk around fixtures with best grade white silicone caulking. Do not use grout. H. All handles on supply and drainage fittings or other brass items shall be properly lined up and adjusted. Fittings shall not be left in any haphazard manner. All fixtures shall have individual chrome plated loose key cutoff stops on supply lines. Where same are not specified as a part of the fixture trim, they shall be installed as close to fixtures as possible in the hot and cold water supply. J. Install each fixture with trap, easily removable for servicing and cleaning. K. Provide chrome plated rigid or flexible supplies to fixtures with loose key stops, reducers, and escutcheons. PLUMBING FIXTURES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 44 00-3 L. Hot and cold water riser air chambers: Provide air chambers for hot and/or cold water riser located at the rough -in tee at all fixtures. The air chamber shall be of the same materials and the next larger diameter than the required rough -in supply pipe and a minimum of 24" tall. The contractor may install water hammer arrestors in lieu of air chambers. Water hammer arrestors shall be PDI Certified and sized and placed as recommended by manufacture. Provide an accessible isolation valve and proper access to arrestor for replacement. 3.03 INTERFACE WITH OTHER PRODUCTS A. Review millwork shop drawings. Confirm location and size of fixtures and openings before rough -in and installation. 3.04 ADJUSTING A. Adjust work under provisions of Division One. B. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. 3.05 CLEANING A. Clean work under provisions of Division One. B. At completion clean plumbing fixtures and equipment. 3.06 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Division One. B. Do not permit use of fixtures. 3.07 ADA ACCESSIBLE FIXTURES A. Install fixtures to heights, indicated on architectural drawings. B. Handicapped fixtures shall be installed to required heights, shall be of types suitable for, and supplied with controls properly installed, to comply with requirements as directed by ADA Accessibility of Federal Registry, Part III, Department of Justice 28 CFR 36 and comply with all state and local ADA Code requirements. C. Exposed accessible sink or lavatory p -trap and angle valve assemblies shall be insulated with the fully molded, Truebro, Handi Lay -guard insulation kit. Provide the proper model for fixtures specified. All kits shall be White or as selected by Architect. D. Wall mounted drinking fountains and coolers which protrude into passages or corridor space, whether single or paired with adjacent accessible fixture, shall be supplied with skirt or apron to lower the underside clearance of non -accessible fixture equal to that required for accessible fixture. END OF SECTION PLUMBING FIXTURES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 44 00-4 SECTION 224500 PLUMBING EQUIPMENT PART 1 - GENERAL 1.01 SECTION INCLUDES A. Water Heaters. B. In-line circulator pumps. 1.02 RELATED SECTIONS A. Section 231400 - Supports and Anchors. B. Section 232400 - Vibration Isolation. C. Section 224100 - Plumbing Piping. D. Section 261800 - Equipment Wiring Systems: Electrical characteristics and wiring connections. 1.03 REFERENCES A. ANSI/ASHRAE 90A - Energy Conservation in New Building Design. B. ASME Section VIIID - Pressure Vessels; Boiler and Pressure Vessel Codes. C. ANSI/NFPA 54 - National Fuel Gas Code. D. ANSI/NFPA 70 - National Electrical Code. E. ANSI/UL 1453 - Electric Booster and Commercial Storage Tank Water Heaters. 1.04 SUBMITTALS A. Submit under provisions of Division One. B. Shop Drawings: 1. Include heat exchanger dimensions. size of tappings, and performance data. 2. Include dimensions of tanks, tank lining methods, anchors, attachments, lifting points, tappings, and drains. C. Product Data: 1. Include dimension drawings of water heaters indicating components and connections to other equipment and piping. 2. Indicate pump type, capacity, power requirements, and affected adjacent construction. 3. Submit certified pump curves showing pump performance characteristics with pump and system operating point plotted. Include NPSH curve when applicable. 4. Provide electrical characteristics and connection requirements. D. Manufacturer's Installation Instructions. PLUMBING EQUIPMENT COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 45 00-1 1.05 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division One. B. Include operation, maintenance, and inspection data, replacement part numbers and availability, and service depot location and telephone number. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with authorities having jurisdiction. B. Provide pumps with manufacturer's name, model number, and rating/capacity identified. C. Ensure products and installation of specified products are in conformance with recommendations and requirements of the following organizations: 1. American Gas Association (AGA). 2. National Sanitation Foundation (NSF). 3. American Society of Mechanical Engineers (ASME). 4. National Board of Boiler and Pressure Vessel Inspectors (NBBPVI). 5. National Electrical Manufacturers' Association (NEMA). 6. Underwriters Laboratories (UL). D. Ensure pumps operate at specified system fluid temperatures without vapor binding and cavitation, are non -overloading in parallel or individual operation, operate within 25 percent of midpoint of published maximum efficiency curve. 1.07 REGULATORY REQUIREMENTS A. Conform to AGA NSF ANSI/NFPA 54 ANSI/NFPA 70 ANSI/UL 1453 requirements for water heaters. B. Conform to ASME Section VIIID for manufacture of pressure vessels for heat exchangers. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section Division One. B. Provide temporary inlet and outlet caps. Maintain caps in place until installation. 1.09 WARRANTY A. Provide five year warranty under provisions of Division One. B. Warranty: Include coverage of domestic water heaters, water storage tanks, and packaged water heating systems. 1.10 EXTRA MATERIALS A. Furnish under provisions of Division One. B. Provide two sets of electric heater elements. PART 2 - PRODUCTS PLUMBING EQUIPMENT COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 45 00-2 2.01 COMMERCIAL ELECTRIC WATER HEATERS A. Manufacturers: 1. PVI. 2. Other acceptable manufacturers offering equivalent products. a. A.O. Smith. b. Rheem. B. Type: Factory -assembled and wired, electric, vertical storage. C. Tank: Glass lined welded steel; 4 inch diameter inspection port, thermally insulated with minimum 2 inches glass fiber encased in corrosion -resistant steel jacket; baked -on enamel finish. D. Controls: Automatic immersion water thermostat; externally adjustable temperature range from 60 to 180 degrees F (16 to 82 degrees C), flanged or screw-in nichrome elements, high temperature limit thermostat. E. Accessories: Brass water connections and dip tube, drain valve, high-density magnesium anode, and ASME rated temperature and pressure relief valve. PART 3 - EXECUTION 3.01 WATER HEATER INSTALLATION A. Install water heaters in accordance with manufacturer's instructions and to AGA NSF ANSI/NFPA 54 UL requirements. B. Coordinate with plumbing piping and related work to achieve operating system. C. Provide secondary drain pan and route secondary drain pipe to outside the building or to a floor drain as indicated on the plans. D. Route TPR drain line to the exterior of the building and terminate 6 inches above grade. E. Provide 18 inch high galvanized stand manufactured for supporting water heaters 50 gallons and smaller. Provide 6" high concrete pad for units larger than 50 gallons. Pad shall be 6 inches larger than water heater on all sides. F. Provide polyethelene drain pan for each water heater. Drain pan must be 3 inches larger than water heater on all sides. END OF SECTION PLUMBING EQUIPMENT COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 22 45 00-3 SECTION 230001 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all Work herein. B. The Contract Drawings indicate the extent and general arrangement of the systems. If any departure from the Contract Drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore, shall be submitted to the Architect for approval as soon as practicable. No such departures shall be made without the prior written approval of the Architect. C. Notwithstanding any reference in the Specifications to any article, device, product, material, fixture, form or type of construction by name, make or catalog number, such reference shall not be construed as limiting competition; and the Contractor, in such cases, may at his option use any article, device, product, material, fixture, form or type of construction which in the judgment of the Architect, expressed in writing, is equal to that specified. 1.02 SCOPE OF WORK A. The Work included under this Contract consists of the furnishing and installation of all equipment and material necessary and required to form the complete and functioning systems in all of its various phases, all as shown on the accompanying Drawings and/or described in these Specifications. The contractor shall review all pertinent drawings, including those of other contracts prior to commencement of Work. B. This Division requires the furnishing and installing of all items Specified herein, indicated on the Drawings or reasonably inferred as necessary for safe and proper operation; including every article, device or accessory (whether or not specifically called for by item) reasonably necessary to facilitate each system's functioning as indicated by the design and the equipment specified. Elements of the work include, but are not limited to, materials, labor, supervision, transportation, storage, equipment, utilities, all required permits, licenses and inspections. All work performed under this Section shall be in accordance with the Project Manual, Drawings and Specifications and is subject to the terms and conditions of the Contract. C. The approximate locations of Mechanical (HVAC) and Plumbing items are indicated on the Drawings. These Drawings are not intended to give complete and accurate details in regard to location of outlets, apparatus, etc. Exact locations are to be determined by actual measurements at the building, and will in all cases be subject to the Review of the Owner or Engineer, who reserves the right to make any reasonable changes in the locations indicated without additional cost to the Owner. D. Items specifically mentioned in the Specifications but not shown on the Drawings and/or items shown on Drawings but not specifically mentioned in the Specifications shall be installed by the Contractor under the appropriate section of work as if they were both specified and shown. E. All discrepancies between the Contract Documents and actual job -site conditions shall be reported to the Owner or Engineer so that they will be resolved prior to the bidding, where this cannot be done at least 7 working days prior to bid; the greater or more costly of the BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-1 discrepancy shall be bid. All labor and materials required to perform the work described shall be included as part of this Contract. F. It is the intention of this Section of the Specifications to outline minimum requirements to furnish the Owner with a turn -key and fully operating system in cooperation with other trades. G. It is the intent of the above "Scope" to give the Contractor a general outline of the extent of the Work involved; however, it is not intended to include each and every item required for the Work. Anything omitted from the "Scope" but shown on the Drawings, or specified later, or necessary for a complete and functioning heating, ventilating and air conditioning system shall be considered a part of the overall "Scope". H. The Contractor shall rough -in fixtures and equipment furnished by others from rough -in and placement drawings furnished by others. The Contractor shall make final connection to fixtures and equipment furnished by others. 1.03 SCHEMATIC NATURE OF CONTRACT DOCUMENTS A. The contract documents are schematic in nature in that they are only to establish scope and a minimum level of quality. They are not to be used as actual working construction drawings. The actual working construction drawings shall be the approved shop drawings. B. All duct or pipe or equipment locations as indicated on the documents do not indicate every transition, offset, or exact location. All transitions, offsets clearances and exact locations shall be established by actual field measurements, coordination with the structural, architectural and reflected ceiling plans, and other trades. Submit shop drawings for approval. C. All transitions, offsets and relocations as required by actual field conditions shall be performed by the contractor at no additional cost to the owner. D. Additional coordination with electrical contractor may be required to allow adequate clearances of electrical equipment, fixtures and associated appurtenances. Contractor to notify Architect and Engineer of unresolved clearances, conflicts or equipment locations. 1.04 SITE VISIT AND FAMILIARIZATION A. Before submitting a bid, it will be necessary for each Contractor whose work is involved to visit the site and ascertain for himself the conditions to be met therein in installing his work and make due provision for same in his bid. It will be assumed that this Contractor in submitting his bid has visited the premises and that his bid covers all work necessary to properly install the equipment shown. Failure on the part of the Contractor to comply with this requirement shall not be considered justification for the omission or faulty installation of any work covered by these Specifications and Drawings. B. Understand the existing utilities from which services will be supplied; verify locations of utility services, and determine requirements for connections. C. Determine in advance that equipment and materials proposed for installation fit into the confines indicated. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-2 1.05 WORK SPECIFIED IN OTHER SECTIONS A. Finish painting is specified. Prime and protective painting are included in the work of this Division. B. Owner and General Contractor furnished equipment shall be properly connected to Mechanical (HVAC) and Plumbing systems. C. Furnishing and installing all required Mechanical (HVAC) and Plumbing equipment control relays and electrical interlock devices, conduit, wire and J -boxes are included in the Work of this Division. 1.06 PERMITS, TESTS, INSPECTIONS A. Arrange and pay for all permits, fees, tests, and all inspections as required by governmental authorities. 1.07 DATE OF FINAL ACCEPTANCE A. The date of final acceptance shall be the date of owner occupancy, or the date all punch list items have been completed or final payment has been received. Refer to Division One for additional requirements. B. The date of final acceptance shall be documented in writing and signed by the architect, owner and contractor. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. B. Deliver products to the project at such time as the project is ready to receive the equipment, pipe or duct properly protected from incidental damage and weather damage. C. Damaged equipment, duct or pipe shall be promptly removed from the site and new, undamaged equipment, pipe and duct shall be installed in its place promptly with no additional charge to the Owner. 1.09 NOISE AND VIBRATION A. The heating, ventilating and air conditioning systems, and the component parts there of, shall be guaranteed to operate without objectionable noise and vibration. B. Provide foundations, supports and isolators as specified or indicated, properly adjusted to prevent transmission of vibration to the Building structure, piping and other items. C. Carefully fabricate ductwork and fittings with smooth interior finish to prevent turbulence and generation or regeneration of noise. D. All equipment shall be selected to operate with minimum of noise and vibration. If, in the opinion of the Architect, objectionable noise or vibration is produced or transmitted to or through the building structure by equipment, piping, ducts or other parts of the Work, the Contractor shall rectify such conditions without extra cost to the Owner. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-3 1.10 APPLICABLE CODES A. Obtain all required permits and inspections for all work required by the Contract Documents and pay all required fees in connection thereof. B. Arrange with the serving utility companies for the connection of all required utilities and pay all charges, meter charges, connection fees and inspection fees, if required. C. Comply with all applicable codes, specifications, local ordinances, industry standards, utility company regulations and the applicable requirements of the following nationally accepted codes and standards: 1. Air Moving & Conditioning Association, AMCA. 2. American Standards Association, ASA. 3. American Society of Heating, Refrigerating, and Air -Conditioning Engineers, Inc., ASHRAE. 4. American Society of Mechanical Engineers, ASME. 5. American Society of Plumbing Engineers, ASPE. 6. American Society of Testing Materials, ASTM. 7. American Water Works Association, AWWA. 8. National Bureau of Standards, NBS. 9. National Fire Protection Association, NFPA. 10. Sheet Metal & Air Conditioning Contractors' National Association, SMACNA. 11. Underwriters' Laboratories, Inc., UL. 12. International Energy Conservation Code, IECC. D. Where differences existing between the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, the more stringent or costly application shall govern. Promptly notify the Engineer in writing of all differences. E. When directed in writing by the Engineer, remove all work installed that does not comply with the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, correct the deficiencies, and complete the work at no additional cost to the Owner. 1.11 DEFINITIONS AND SYMBOLS A. General Explanation: A substantial amount of construction and Specification language constitutes definitions for terms found in other Contract Documents, including Drawings which must be recognized as diagrammatic and schematic in nature and not completely descriptive of requirements indicated thereon. Certain terms used in Contract Documents are defined generally in this article, unless defined otherwise in Division 1. B. Definitions and explanations of this Section are not necessarily either complete or exclusive, but are general for work to the extent not stated more explicitly in another provision of the Contract Documents. C. Indicated: The term "Indicated" is a cross-reference to details, notes or schedules on the Drawings, to other paragraphs or schedules in the Specifications and to similar means of recording requirements in Contract Documents. Where such terms as "Shown", "Noted", "Scheduled", "Specified" and "Detailed" are used in lieu of "Indicated", it is for the purpose of helping the reader locate cross-reference material, and no limitation of location is intended except as specifically shown. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-4 D. Directed: Where not otherwise explained, terms such as "Directed", "Requested", "Accepted", and "Permitted" mean by the Architect or Engineer. However, no such implied meaning will be interpreted to extend the Architect's or Engineer's responsibility into the Contractor's area of construction supervision. E. Reviewed: Where used in conjunction with the Engineer's response to submittals, requests for information, applications, inquiries, reports and claims by the Contractor the meaning of the term "Reviewed" will be held to limitations of Architect's and Engineer's responsibilities and duties as specified in the General and Supplemental Conditions. In no case will "Reviewed" by Engineer be interpreted as a release of the Contractor from responsibility to fulfill the terms and requirements of the Contract Documents. F. Furnish: Except as otherwise defined in greater detail, the term "Furnish" is used to mean supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. G. Install: Except as otherwise defined in greater detail, the term "Install" is used to describe operations at the project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. H. Provide: Except as otherwise defined in greater detail, the term "Provide" is used to mean "Furnish and Install", complete and ready for intended use, as applicable in each instance. Installer: Entity (person or firm) engaged by the Contractor or its subcontractor or Sub -contractor for performance of a particular unit of work at the project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. It is a general requirement that such entities (Installers) be expert in the operations they are engaged to perform. J. Imperative Language: Used generally in Specifications. Except as otherwise indicated, requirements expressed imperatively are to be performed by the Contractor. For clarity of reading at certain locations, contrasting subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or when so noted by other identified installers or entities. K. Minimum Quality/Quantity: In every instance, the quality level or quantity shown or specified is intended as minimum quality level or quantity of work to be performed or provided. Except as otherwise specifically indicated, the actual work may either comply exactly with that minimum (within specified tolerances), or may exceed that minimum within reasonable tolerance limits. In complying with requirements, indicated or scheduled numeric values are either minimums or maximums as noted or as appropriate for the context of the requirements. Refer instances of uncertainty to Owner or Engineer via a request for information (RFI) for decision before proceeding. L. Abbreviations and Symbols: The language of Specifications and other Contract Documents including Drawings is of an abbreviated type in certain instances, and implies words and meanings which will be appropriately interpreted. Actual word abbreviations of a self explanatory nature have been included in text of Specifications and Drawings. Specific abbreviations and symbols have been established, principally for lengthy technical terminology and primarily in conjunction with coordination of Specification requirements with notations on Drawings and in Schedules. These are frequently defined in Section at first instance of use or on a Legend and Symbol Drawing. Trade and industry association names and titles of generally recognized industry standards are frequently abbreviated. Singular BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-5 words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of Contract Documents so indicate. Except as otherwise indicated, graphic symbols and abbreviations used on Drawings and in Specifications are those recognized in construction industry for indicated purposes. Where not otherwise noted symbols and abbreviations are defined by 2004 ASHRAE Fundamentals Handbook, ASME and ASPE published standards. 1.12 DRAWINGS AND SPECIFICATIONS A. These Specifications are intended to supplement the Drawings and it will not be the province of the Specifications to mention any part of the work which the Drawings are competent to fully explain in every particular and such omission is not to relieve the Contractor from carrying out portions indicated on the Drawings only. B. Should items be required by these Specifications and not indicated on the Drawings, they are to be supplied even if of such nature that they could have been indicated thereon. In case of disagreement between Drawings and Specifications, or within either Drawings or Specifications, the better quality or greater quantity of work shall be estimated and the matter referred to the Architect or Engineer for review with a request for information and clarification at least 7 working days prior to bid opening date for issuance of an addendum. C. The listing of product manufacturers, materials and methods in the various sections of the Specifications, and indicated on the Drawings, is intended to establish a standard of quality only. It is not the intention of the Owner or Engineer to discriminate against any product, material or method that is equal to the standards as indicated and/or specified, nor is it intended to preclude open, competitive bidding. The fact that a specific manufacturer is listed as an acceptable manufacturer should not be interpreted to mean that the manufacturers' standard product will meet the requirements of the project design, Drawings, Specifications and space constraints. D. The Architect or Engineer and Owner shall be the sole judge of quality and equivalence of equipment, materials and methods. E. Products by other reliable manufacturers, other materials, and other methods, will be accepted as outlined, provided they have equal capacity, construction, and performance. However, under no circumstances shall any substitution by made without the written permission of the Architect or Engineer and Owner. Request for prior approval must be made in writing 10 days prior to the bid date without fail. F. Wherever a definite product, material or method is specified and there is not a statement that another product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method is the only one that shall be used without prior approval. G. Wherever a definite material or manufacturer's product is specified and the Specification states that products of similar design and equal construction from the specified list of manufacturers may be substituted, it is the intention of the Owner or Engineer that products of manufacturers that are specified are the only products that will be acceptable and that products of other manufacturers will not be considered for substitution without approval. H. Wherever a definite product, material or method is specified and there is a statement that "OR EQUAL" product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method or an "OR EQUAL" product, material or method may be used if it complies with the specifications and is submitted for review to the Engineer as outline herein. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-6 Where permission to use substituted or alternative equipment on the project is granted by the Owner or Engineer in writing, it shall be the responsibility of the Contractor or Subcontractor involved to verify that the equipment will fit in the space available which includes allowances for all required Code and maintenance clearances, and to coordinate all equipment structural support, plumbing and electrical requirements and provisions with the Mechanical (HVAC) and Plumbing Design Documents and all other trades, including Division 16. J. Changes in architectural, structural, electrical, mechanical, and plumbing requirements for the substitution shall be the responsibility of the bidder wishing to make the substitution. This shall include the cost of redesign by the affected designer(s). Any additional cost incurred by affected subcontractors shall be the responsibility of this bidder and not the owner. K. If any request for a substitution of product, material or method is rejected, the Contractor will automatically be required to furnish the product, material or method named in the Specifications. Repetitive requests for substitutions will not be considered. L. The Owner or Engineer will investigate all requests for substitutions when submitted in accordance with above and if accepted, will issue a letter allowing the substitutions. M. Where equipment other than that used in the design as specified or shown on the Drawings is substituted (either from an approved manufacturers list or by submittal review), it shall be the responsibility of the substituting Contractor to coordinate space requirements, building provisions and connection requirements with his trades and all other trades and pay all additional costs to other trades, the Owner, the Architect or Engineer, if any, due to the substitutions. N. The electrical design and electrical drawings are based on the equipment and/or electric motors of the type, size and electrical characteristics shown and specified on the mechanical drawings. Any change in equipment and/or motor size or type brought on directly or indirectly by a substitution or mechanical equipment having characteristics requiring a change, shall be the responsibility of the Mechanical Contractor and the entire cost of such change, including conduit, wiring, motor starting equipment, etc., shall be paid for by the Mechanical Contractor at no additional charge, unless the substitution was initiated by the Owner. Submittals must clearly show and deviations. Mechanical Contractor is responsible for coordinating any required changes with the Electrical Contractor, prior to Electrical Contractors ordering of panels and associated equipment. 1.13 SUBMITTALS A. Coordinate with Division 1 for submittal timetable requirements, unless noted otherwise within thirty (30) days after the Contract is awarded the Contractor shall submit a minimum of eight (8) complete bound sets of shop drawings and complete data covering each item of equipment or material. The first submittal of each item requiring a submittal must be received by the Architect or Engineer within the above thirty day period. The Architect or Engineer shall not be responsible for any delays or costs incurred due to excessive shop drawing review time for submittals received after the thirty (30) day time limit. The Architect and Engineer will retain one (1) copy each of all shop drawings for their files. Where full size drawings are involved, submit one (1) print and one (1) reproducible sepia or mylar in lieu of eight (8) sets. All literature pertaining to an item subject to Shop Drawing submittal shall be submitted at one time. A submittal shall not contain information from more than one Specification section, but may have a section subdivided into items or equipment as listed in each section. The Contractor may elect to submit each item or type of equipment separately. Each submittal shall include the following items enclosed in a suitable binder: BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-7 1. A cover sheet with the names and addresses of the Project, Architect, MEP Engineer, General Contractor and the Subcontractor making the submittal. The cover sheet shall also contain the section number covering the item or items submitted and the item nomenclature or description. 2. An index page with a listing of all data included in the Submittal. 3. A list of variations page with a listing all variations, including unfurnished or additional required accessories, items or other features, between the submitted equipment and the specified equipment. If there are no variations, then this page shall state "NO VARIATIONS". Where variations affect the work of other Contractors, then the Contractor shall certify on this page that these variations have been fully coordinated with the affected Contractors and that all expenses associated with the variations will be paid by the submitting Contractor. This page will be signed by the submitting Contractor. 4. Equipment information including manufacturer's name and designation, size, performance and capacity data as applicable. All applicable Listings, Labels, Approvals and Standards shall be clearly indicated. 5. Dimensional data and scaled drawings as applicable to show that the submitted equipment will fit the space available with all required Code and maintenance clearances clearly indicated and labeled at a minimum scale of 1/4" = 1'-0", as required to demonstrate that the alternate or substituted product will fit in the space available. 6. Identification of each item of material or equipment matching that indicated on the Drawings. 7. Sufficient pictorial, descriptive and diagrammatic data on each item to show its conformance with the Drawings and Specifications. Any options or special requirements or accessories shall be so indicated. All applicable information shall be clearly indicated with arrows or another approved method. 8. Additional information as required in other Sections of this Division. 9. Certification by the General Contractor and Subcontractor that the material submitted is in accordance with the Drawings and Specifications, signed and dated in long hand. Submittals that do not comply with the above requirements shall be returned to the Contractor and shall be marked "REVISE AND RESUBMIT". B. Refer to Division 1 for additional information on shop drawings and submittals. C. Equipment and materials submittals and shop drawings will be reviewed for compliance with design concept only. It will be assumed that the submitting Contractor has verified that all items submitted can be installed in the space allotted. Review of shop drawings and submittals shall not be considered as a verification or guarantee of measurements or building conditions. D. Where shop drawings and submittals are marked "REVIEWED", the review of the submittal does not indicate that submittals have been checked in detail nor does it in any way relieve the Contractor from his responsibility to furnish material and perform work as required by the Contract Documents. E. Shop drawings shall be reviewed and returned to the Contractor with one of the following categories indicated: 1. REVIEWED: Contractor need take no further submittal action, shall include this submittal in the O&M manual and may order the equipment submitted on. 2. REVIEWED AS NOTED: Contractor shall submit a letter verifying that required exceptions to the submittal have been received and complied with including additional accessories or coordination action as noted, and shall include this submittal and compliance letter in the O&M manual. The contractor may order the BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-8 equipment submitted on at the time of the returned submittal providing the Contractor complies with the exceptions noted. 3. NOT APPROVED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is not approved, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or drawings. Contractor shall not order equipment that is not approved. Repetitive requests for substitutions will not be considered. 4. REVISE AND RESUBMIT: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked revise and resubmit, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or provide as noted on previous shop drawings. Contractor shall not order equipment marked revise and resubmit. Repetitive requests for substitutions will not be considered. 5. CONTRACTOR'S CERTIFICATION REQUIRED: Contractor shall resubmit submittal on material, equipment or method of installation. The Contractor's stamp is required stating the submittal meets all conditions of the contract documents. The stamp shall be signed by the General Contractor. The submittal will not be reviewed if the stamp is not placed and signed on all shop drawings. 6. MANUFACTURER NOT AS SPECIFIED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked manufacturer not as specified, the Contractor will automatically be required to furnish the product, material or method named in the specifications. Contractor shall not order equipment where submittal is marked manufacturer not as specified. Repetitive requests for substitutions will not be considered. F. Materials and equipment which are purchased or installed without shop drawing review shall be at the risk of the Contractor and the cost for removal and replacement of such materials and equipment and related work which is judged unsatisfactory by the Owner or Engineer for any reason shall be at the expense of the Contractor. The responsible Contractor shall remove the material and equipment noted above and replace with specified equipment or material at his own expense when directed in writing by the Architect or Engineer. G. Shop Drawing Submittals shall be complete and checked prior to submission to the Engineer for review. H. Submittals are required for, but not limited to, the following items: 1. Pipe Material and Specialties. 2. Pipe Fabrication Drawings. 3. Basic Materials. 4. Variable Air Volume Boxes. 5. Air Handling Units. 6. Cooling Towers. 7. Chillers. 8. Air Cooled Condensing Units. 9. Water Treatment. 10. Expansion Compensation. 11. Variable Frequency Drives. 12. Noise and Vibration Controls. 13. Plumbing Fixtures and Specialties. 14. Plumbing Equipment. 15. Sanitary DWV Fittings, Pipe and Accessories. 16. Domestic Hot and Cold Water Pipe, Fittings and Accessories. 17. HVAC Pipe and Duct Insulation. 18. Hydronic and Plumbing Valves. 19. Hydronic Piping and Accessories. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-9 20. Hydronic Pumps. 21. Roof -Top NC Units. 22. Heating Water Boiler. 23. Portable Pipe Hanger and Equipment Supports. 24. Duct Specialties. 25. Duct Fabrication Drawings. 26. Air Distribution Devices. 27. Fan Coil Units. 28. Filters. 29. Fans. 30. Fire Dampers and Fire Smoke Dampers. 31. Temperature Controls and Control Sequences. 32. Test, Adjust and Balance Reports. 33. Testing, Adjusting and Balancing Contractor Qualifications. 34. Coordination Drawings. Refer to other Division 22 and 23 sections for additional shop drawing requirements. Provide samples of actual materials and/or equipment to be used on the Project upon request of the Owner or Engineer. J. Contractor to submit Mechanical/Electrical equipment coordination sheet with equipment submittal for all AHU's, ACCU's, and Fans. Reference chart at end of section. Provide copy to electrical subcontractor. 1.14 COORDINATION DRAWINGS A. Prepare coordination drawings to a scale of 1/4"=1'-0" or larger; detailing major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Indicate the proposed locations of pipe, duct, equipment, and other materials. Include the following: a. Wall and type locations. b. Clearances for installing and maintaining insulation. c. Locations of light fixtures and sprinkler heads. d. Clearances for servicing and maintaining equipment, including tube removal, filter removal, and space for equipment disassembly required for periodic maintenance. e. Equipment connections and support details. f. Exterior wall and foundation penetrations. g. Routing of storm and sanitary sewer piping. h. Fire -rated wall and floor penetrations. Sizes and location of required concrete pads and bases. j. Valve stem movement. k. Structural floor, wall and roof opening sizes and details. 2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction. 3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations. 4. Prepare reflected ceiling plans to coordinate and integrate installations, air distribution devices, light fixtures, communication systems components, and other ceiling -mounted items. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-10 B. This Contractor shall be responsible for coordination of all items that will affect the installation of the work of this Division. This coordination shall include, but not be limited to: voltage, ampacity, capacity, electrical and piping connections, space requirements, sequence of construction, building requirements and special conditions. C. By submitting shop drawings on the project, this Contractor is indicating that all necessary coordination has been completed and that the systems, products and equipment submitted can be installed in the building and will operate as specified and intended, in full coordination with all other Contractors and Subcontractors. 1.15 RECORD DOCUMENTS A. Prepare record documents in accordance with the requirements in Special Project Requirements, in addition to the requirements specified in Division 22 and 23, indicate the following installed conditions: 1. Duct mains and branches, size and location, for both exterior and interior; locations of dampers, fire dampers, duct access panels, and other control devices; filters, fuel fired heaters, fan coils, condensing units, and roof -top A/C units requiring periodic maintenance or repair. 2. Mains and branches of piping systems, with valves and control devices located and numbered, concealed unions located, and with items requiring maintenance located (i.e., traps, strainers, expansion compensators, tanks, etc.). Valve location diagrams, complete with valve tag chart. Indicate actual inverts and horizontal locations of underground piping. 3. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 4. Approved substitutions, Contract Modifications, and actual equipment and materials installed. 5. Contract Modifications, actual equipment and materials installed. B. Engage the services of a Land Surveyor or Professional Engineer registered in the state in which the project is located as specified herein to record the locations and invert elevations of underground installations. C. The Contractor shall maintain a set of clearly marked black line record "AS -BUILT" prints on the job site on which he shall mark all work details, alterations to meet site conditions and changes made by "Change Order" notices. These shall be kept available for inspection by the Owner, Architect or Engineer at all times. D. Refer to Division 1 for additional requirements concerning record drawings. If the Contractor does not keep an accurate set of as -built drawings, the pay request may be altered or delayed at the request of the Architect. Mark the drawings with a colored pencil. Delivery of as -built prints and reproducibles is a condition of final acceptance. E. The record prints shall be updated on a daily basis and shall indicate accurate dimensions for all buried or concealed work, precise locations of all concealed pipe or duct, locations of all concealed valves, controls and devices and any deviations from the work shown on the Construction Documents which are required for coordination. All dimensions shall include at least two dimensions to permanent structure points. F. Submit three prints of the tracings for approval. Make corrections to tracings as directed and delivered "Auto Positive Tracings" to the architect. "As -Built" drawings shall be furnished in addition to shop drawings. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-11 G. When the option described in paragraph F., above is not exercised then upon completion of the work, the Contractor shall transfer all marks from the submit a set of clear concise set of reproducible record "AS -BUILT" drawings and shall submit the reproducible drawings with corrections made by a competent draftsman and three (3) sets of black line prints to the Architect or Engineer for review prior to scheduling the final inspection at the completion of the work. The reproducible record "AS -BUILT" drawings shall have the Engineers Name and Seal removed or blanked out and shall be clearly marked and signed on each sheet as follows: CERTIFIED RECORD DRAWINGS DATE: (NAME OF GENERAL CONTRACTOR) BY: (SIGNATURE) (NAME OF SUBCONTRACTOR) BY: (SIGNATURE) 1.16 OPERATING MANUALS A. Prepare maintenance manuals in accordance with Division 1 and in addition to the requirements specified in Division 1, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.17 CERTIFICATIONS AND TEST REPORTS A. Submit a detailed schedule for completion and testing of each system indicating scheduled dates for completion of system installation and outlining tests to be performed and schedule date for each test. This detailed completion and test schedule shall be submittal at least 90 days before the projected Project completion date. B. Test result reporting forms shall be submitted for review no later than the date of the detailed schedule submitted. C. Submit 4 copies of all certifications and test reports to the Architect or Engineer for review adequately in advance of completion of the Work to allow for remedial action as required to correct deficiencies discovered in equipment and systems. D. Certifications and test reports to be submitted shall include, but not be limited to those items outlined in Section of Division 22 and 23. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-12 1.18 MAINTENANCE MANUALS A. Coordinate with Division 1 for maintenance manual requirements, unless noted otherwise bind together in "D ring type" binders by National model no. 79-883 or equal, binders shall be large enough to allow '/" of spare capacity. Three (3) sets of all approved shop drawing submittals, fabrication drawings, bulletins, maintenance instructions, operating instructions and parts exploded views and lists for each and every piece of equipment furnished under this Specification. All sections shall be typed and indexed into sections and labeled for easy reference and shall utilize the individual specification section numbers shown in the Mechanical Specifications as an organization guideline. Bulletins containing information about equipment that is not installed on the project shall be properly marked up or stripped and reassembled. All pertinent information required by the Owner for proper operation and maintenance of equipment supplied by Division 22 and 23 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins. B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition to the requirements specified in Division 22 and 23, include the following information for equipment items: 1. Identifying names, name tags designations and locations for all equipment. 2. Valve tag lists with valve number, type, color coding, location and function. 3. Reviewed shop drawing submittals with exceptions noted compliance letter. 4. Fabrication drawings. 5. Equipment and device bulletins and data sheets clearly highlighted to show equipment installed on the project and including performance curves and data as applicable, i.e., description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and model numbers of replacement parts. 6. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 7. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions, servicing instructions and lubrication charts and schedules. 8. Equipment and motor name plate data. 9. Wiring diagrams. 10. Exploded parts views and parts lists for all equipment and devices. 11. Color coding charts for all painted equipment and conduit. 12. Location and listing of all spare parts and special keys and tools furnished to the Owner. 13. Furnish recommended lubrication schedule for all required lubrication points with listing of type and approximate amount of lubricant required. C. Refer to Division 1 for additional information on Operating and Maintenance Manuals. D. Operating and Maintenance Manuals shall be turned over to the Owner or Engineer a minimum of 14 working days prior to the beginning of the operator training period. 1.19 OPERATOR TRAINING A. The Contractor shall furnish the services of factory trained specialists to instruct the Owner's operating personnel. The Owner's operator training shall include 12 hours of on site training in three 4 hour shifts. B. Before proceeding with the instruction of Owner Personnel, prepare a typed outline in triplicate, listing the subjects that will be covered in this instruction, and submit the outline for BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-13 review by the Owner. At the conclusion of the instruction period obtain the signature of each person being instructed on each copy of the reviewed outline to signify that he has a proper understanding of the operation and maintenance of the systems and resubmit the signed outlines. C. Refer to other Division 22 and 23 Sections for additional Operator Training requirements. 1.20 FINAL COMPLETION A. At the completion of the work, all equipment and systems shall be tested and faulty equipment and material shall be repaired or replaced. Refer to Sections of Division 22 and 23 for additional requirements. B. Clean and adjust all air distribution devices and replace all air filters immediately prior to final acceptance. C. Touch up and/or refinish all scratched equipment and devices immediately prior to final acceptance. 1.21 CONTRACTOR'S GUARANTEE A. Use of the HVAC and Plumbing systems to provide temporary service during construction period will not be allowed without permission from the Owner in writing and if granted shall not be cause warranty period to start, except as defined below. B. Contractor shall guarantee to keep the entire installation in repair and perfect working order for a period of one year after its completion and final acceptance, and shall furnish free of additional cost to the Owner all materials and labor necessary to comply with the above guarantee throughout the year beginning from the date of issue of Substantial Completion, Beneficial Occupancy by the Owner or the Certificate of Final Payment as agreed upon by all parties. C. This guarantee shall not include cleaning or changing filters except as required by testing, adjusting and balancing. D. All air conditioning compressors shall have parts and labor guarantees for a period of not less than 5 years beyond the date of final acceptance. E. Refer to Sections in Division 22 and 23 for additional guarantee or warranty requirements. 1.22 TRANSFER OF ELECTRONIC FILES A. Project documents are not intended or represented to be suitable for reuse by Architect/Owner or others on extensions of this project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at Architect/Owner's risk and without liability or legal exposure to Engineer or its consultants from all claims, damages, losses and expense, including attorney's fees arising out of or resulting thereof. B. Because data stored in electric media format can deteriorate or be modified inadvertently, or otherwise without authorization of the data's creator, the party receiving the electronic files agrees that it will perform acceptance tests or procedures within sixty (60) days of receipt, after which time the receiving party shall be deemed to have accepted the data thus transferred to be acceptable. Any errors detected within the sixty (60) day acceptance period will be corrected by the party delivering the electronic files. Engineer is not responsible for BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-14 maintaining documents stored in electronic media format after acceptance by the Architect/Owner. C. When transferring documents in electronic media format, Engineer makes no representations as to the long term compatibility, usability or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of the Project. D. Any reuse or modifications will be Contractor's sole risk and without liability or legal exposure to Architect, Engineer or any consultant. E. The Texas Board of Architectural Examiners (TBAE) has stated that it is in violation of Texas law for persons other than the Architect of record to revise the Architectural drawings without the Architect's written consent. It is agreed that "MEP" hard copy or computer-generated documents will not be issued to any other party except directly to the Architect/Owner. The contract documents are contractually copyrighted and cannot be used for any other project or purpose except as specifically indicated in AIA B-141 Standard Form of Agreement between Architect and Owner. If the client, Architect/Owner, or developer of the project requires electronic media for "record purposes", then an AutoCAD based compact disc ("CD") will be prepared. The "CD" will be submitted with all title block references intact and will be formatted in a "plot" format to permit the end user to only view and plot the drawings. Revisions will not be permitted in this configuration. F. At the Architect/Owner's request, Engineer will prepare one "CD" of electronic media to assist the contractor in the preparation of submittals. The Engineer will prepare and submit the "CD" to the Architect/Owner for distribution to the contractor. All copies of the "CD" will be reproduced for a cost of reproduction fee of Five Hundred Dollars ($500.00) per "CD". The "CD" will be prepared and all title blocks, names and dates will be removed. The "CD" will be prepared in a ".dwg" format to permit the end user to revise the drawings. G. This Five Hundred Dollars ($500.00) per "CD" cost of reproduction will be paid directly from the Contractor to the Engineer. The "CD" will be prepared only after receipt of the Five Hundred Dollars ($500.00). The Five Hundred Dollars ($500.00) per "CD" cost of reproduction is to only recover the cost of the manhours necessary to reproduce the documents. It is not a contractual agreement between the Contractor and Engineer to provide any engineering services, nor any other service. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials and equipment manufactured by a domestic United States manufacturer. B. Access Doors: Provide access doors as required for access to equipment, valves, controls, cleanouts and other apparatus where concealed. Access doors shall have concealed hinges and screw driver cam locks. C. All access panels located in wet areas such as restrooms, locker rooms, shower rooms, kitchen and any other wet areas shall be constructed of stainless steel. D. Access Doors: shall be as follows: BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-15 1. Plastic Surfaces: Milcor Style K. 2. Ceramic Tile Surface: Milcor Style M. 3. Drywall Surfaces: Milcor Style DW. 4. Install panels only in locations approved by the Architect. PART 3 - EXECUTION 3.01 ROUGH -IN A. Verify final locations for rough -ins with field measurements and with the requirements of the actual equipment to be connected via reviewed submittals. B. Refer to equipment specifications in Divisions 2 through 16 for additional rough -in requirements. 3.02 MECHANICAL INSTALLATIONS A. General: Sequence, coordinate, and integrate the various elements of mechanical systems, materials, and equipment. Comply with the following requirements: 1. Coordinate mechanical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction, to allow for mechanical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in poured -in-place concrete and other structural components, as they are constructed. 5. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. 6. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. 7. Coordinate connection of mechanical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 8. Install systems, materials, and equipment to conform with architectural action markings on submittal, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, resolve conflicts and route proposed solution to the Architect for review. 9. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components, where installed exposed in finished spaces. 10. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to an accessible location and label. 11. Install access panel or doors where units are concealed behind finished surfaces. Access panels and doors are specified. 12. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 13. Provide roof curbs for all roof mounted equipment. Coordinate with roof construction for pitched roof. Provide roof curb to match roof slope. Refer to architectural drawings and details. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-16 14. The equipment to be furnished under this Specification shall be essentially the standard product of the manufacturer. Where two or more units of the same class of equipment are required, these units shall be products of a single manufacturer; however, the component parts of the system need not be the product of the same manufacturer. 15. The architectural and structural features of the building and the space limitations shall be considered in selection of all equipment. No equipment shall be furnished which will not suit the arrangement and space limitations indicated. 16. Lubrication: Prior to start-up, check and properly lubricate all bearings as recommended by the manufacturer. 17. Where the word "Concealed" is used in these Specifications in connection with insulating, painting, piping, ducts, etc., it shall be understood to mean hidden from sight as in chases, furred spaces or suspended ceilings. "Exposed" shall be understood to mean the opposite of concealed. 18. Identification of Mechanical Equipment: a. Mechanical equipment shall be identified by means of nameplates permanently attached to the equipment. Nameplates shall be engraved laminated plastic or etched metal. Shop drawings shall include dimensions and lettering format for approval. Attachments shall be with escutcheon pins, self -tapping screws, or machine screws. b. Tags shall be attached to all valves, including control valves, with nonferrous chain. Tags shall be brass and at least 1-1/2 inches in diameter. Nameplate and tag symbols shall correspond to the identification symbols on the temperature control submittal and the "as -built" drawings. 3.03 CUTTING AND PATCHING A. Protection of Installed Work: During cutting and patching operations, protect adjacent installations. B. Perform cutting, fitting, and patching of mechanical equipment and materials required to: 1. Uncover Work to provide for installation of ill-timed Work. 2. Remove and replace defective Work. 3. Remove and replace Work not conforming to requirements of the Contract Documents. 4. Remove samples of installed Work as specified for testing. 5. Install equipment and materials in existing structures. 6. Upon written instructions from the Engineer, uncover and restore Work to provide for Engineer/Owner's observation of concealed Work, without additional cost to the Owner. 7. Patch existing finished surfaces and building components using new materials matching existing materials and experienced Installers. Patch finished surfaces and building components using new materials specified for the original installation and experienced Installers; refer to the materials and methods required for the surface and building components being patched; Refer to Section "DEFINITIONS" for definition of "Installer." C. Cut, remove and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to removal of mechanical piping, mechanical ducts and HVAC units, plumbing fixtures and trim, and other mechanical items made obsolete by the new Work. D. Protect the structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-17 E. Provide and maintain temporary partitions or dust barriers adequate to prevent the spread of dust and dirt to adjacent areas. 3.04 WORK SEQUENCE, TIMING, COORDINATION WITH OWNER A. The Owner will cooperate with the Contractor, however, the following provisions must be observed: 1. A meeting will be held at the project site, prior to any construction, between the Owner's Representative, the General Contractor, the Sub -Contractors and the Engineer to discuss Contractor's employee parking space, access, storage of equipment or materials, and use of the Owner's facilities or utilities. The Owner's decisions regarding such matters shall be final. 2. During the construction of this project, normal facility activities will continue in existing buildings until renovated areas are completed. Plumbing, fire protection, lighting, electrical, communications, heating, air conditioning, and ventilation systems will have to be maintained in service within the occupied spaces of the existing building. 3.05 DEMOLITION AND WORK WITHIN EXISTING BUILDINGS A. In the preparation of these documents every effort has been made to show the approximate locations of, and connections to the existing piping, duct, equipment and other apparatus related to this phase of the work. However, this Contractor shall be responsible for verifying all of the above information. This Contractor shall visit the existing site to inspect the facilities and related areas. This Contractor shall inspect and verify all details and requirements of all the Contract Documents, prior to the submission of a proposal. All discrepancies between the Contract Documents and actual job -site conditions shall be resolved by his contractor, who shall produce drawings that shall be submitted to the Architect/Engineer for review. All labor and materials required to perform the work described shall be apart of this Contract. B. All equipment and/or systems noted on the Drawings "To Remain" shall be inspected and tested on site to certify its working condition. A written report on the condition of all equipment to remain, including a copy of the test results and recommended remedial actions and costs shall be made by this Contractor to the Architect/Engineer for review. C. All equipment and/or systems noted on the Drawings "To Be Removed" shall be removed including, associated pipe and duct pipe and duct hangers and/or line supports. Where duct or pipe is to be capped for future or end of line use, it shall be properly tagged with its function or service appropriately identified. Where existing equipment is to be removed or relocated and has an electric motor or connection, the Electrical Contractor shall disconnect motor or connection, remove wiring to a safe point and this Contractor shall remove or relocate motor or connection along with the equipment. D. During the construction and remodeling, portions of the Project shall remain in service. Construction equipment, material tools, extension cords, etc., shall be arranged so as to present minimum hazard or interruption to the occupants of the building. None of the construction work shall interfere with the proper operation of the existing facility or be so conducted as to cause harm or danger to persons on the premises. All fire exits, stairs or corridors required for proper access, circulation or exit shall remain clear of equipment, materials or debris. The General Contractor shall maintain barricades, other separations in corridors and other spaces where work is conducted. E. Certain work during the demolition phase of construction may require overtime or night time shifts or temporary evacuation of the occupants. Coordinate and schedule all proposed down time at least seventy-two (72) hours in advance in writing. BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-18 F. Any salvageable equipment as determined by the Owner, shall be delivered to the Owner, and placed in storage at the location of his choice. All other debris shall be removed from the site immediately. G. Equipment, piping or other potential hazards to the working occupants of the building shall not be left overnight outside of the designated working or construction area. H. Make every effort to minimize damage to the existing building and the owner's property. Repair, patch or replace as required any damage that might occur as a result of work at the site. Care shall be taken to minimize interference with the Owner's activities during construction and to keep construction disrupted areas to a minimum. Corporate with the Owner and other trades in scheduling and performance of the work. Include in the contract price all rerouting of existing pipe, duct, etc., and the reconnecting of the existing equipment and plumbing fixtures as necessitated by field conditions to allow the installation of the new systems regardless of whether or not such rerouting, reconnecting or relocating is shown on the drawings. Furnish all temporary pipe, duct, controls, etc., as required to maintain heating, cooling, ventilation and plumbing services for the existing areas with a minimum of interruption. J. All existing plumbing fixtures, pipe, duct, materials, equipment, controls and appurtenances not included in the remodel or alteration areas are to remain in place. K. Pipe, duct, equipment and controls serving mechanical, plumbing and owner's equipment, etc., which is to remain but which is served by pipe, duct, equipment and controls that are disturbed by the remodeling work, shall be reconnected in such a manner as to leave this equipment in proper operating condition. L. It is the intention of this Section of the Specifications to outline minimum requirements to furnish the Owner with a turn -key and operating system in cooperation with other trades with a minimum of disruption or downtime. M. Refer to Architectural "Demolition and/or Alteration" plans for actual location of walls, ceiling, etc., being removed and/or remodeled. END OF SECTION Mech/Elec. Equipment Coordination Sheet Mark # Unit Type Manufacturer's Recomm. Fuse Size (MOCP) Mark # Unit Type Manufacturer's Recomm. Fuse Size (MOCP) BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-19 BASIC MATERIALS AND METHODS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 00 01-20 SECTION 230529 SUPPORTS AND ANCHORS PART 1 - GENERAL 1.01 WORK INCLUDED A. Pipe, and equipment hangers, supports, and associated anchors. B. Sleeves and seals. C. Flashing and sealing equipment and pipe stacks. 1.02 RELATED WORK A. Section 23 24 00 - Vibration Isolation. B. Section 23 26 00 — Mechanical Piping Insulation. C. Section 23 53 00 — Refrigerant Piping 1.03 REFERENCES A. ANSI/ASME B31.1 - Power Piping. B. NFPA 13 - Standard for the Installation of Sprinkler Systems. C. NFPA 14 - Standard for the Installation of Standpipe and Hose Systems. 1.04 SUBMITTALS A. Submit shop drawings and product data under provisions of Division One. B. Indicate hanger and support framing and attachment methods. PART 2 - PRODUCTS 2.01 PIPE HANGERS AND SUPPORTS A. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch Malleable iron, adjustable swivel, split ring. B. Hangers for Pipe Sizes 2 to 4 Inches Carbon steel, adjustable, clevis. C. Hangers for Pipe Sizes 6 Inches and over: Adjustable steel yoke, cast iron roll, double hanger. D. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods; cast iron roll and stand for pipe sizes 6 inches and over. E. Wall Support for Pipe Sizes to 3 Inches: Cast iron hook. F. Wall Support for Pipe Sizes 4 Inches and over: adjustable steel yoke and cast iron roll. G. Vertical Support: Steel riser clamp. SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-1 H. Floor Support for Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, locknut nipple, floor flange, and concrete pier or steel support. I. Floor Support for Pipe Sizes 6 Inches and over: Adjustable cast iron roll and stand, steel screws, and concrete pier or steel support. J. Roof Pipe Supports and Hangers: Galvanized Steel Channel System as manufactured by Portable Pipe Hangers, Inc. or approved equal. For pipes 2-1/2" and smaller— Type PP10 with roller For pipes 3" through 8" — Type PS For multiple pipes — Type PSE - Custom K. Copper Pipe Support and Hangers: Electro -galvanized with thermoplastic elastomer cushions; Unistrut "Cush -A -Clamp" or equal. Hangers: Plastic coated; Unistrut or equal. L. For installation of protective shields refer to specification section 231400-3.03. M. Shields for Vertical Copper Pipe Risers: Sheet lead. N. Pipe Rough -In Supports in Walls/Chases: Provide preformed plastic pipe supports, Sioux Chief "Pipe Titan" or equal. 2.02 HANGER RODS A. Galvanized Hanger Rods: Threaded both ends, threaded one end, or continuous threaded. 2.03 INSERTS A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods. 2.04 FLASHING A. Metal Flashing: 20 gage galvanized steel. B. Lead Flashing: 4 lb./sq. ft. sheet lead for waterproofing; 1 Ib./sq. ft. sheet lead for soundproofing. C. Caps: Steel, 20 gage minimum; 16 gage at fire resistant elements. D. Coordinate with roofing contractor/architect for type of flashing on metal roofs. 2.05 EQUIPMENT CURBS A. Fabricate curbs of hot dipped galvanized steel. 2.06 SLEEVES A. Sleeves for Pipes Through Non -fire Rated Floors: Form with 18 gage galvanized steel, tack welded to form a uniform sleeve. B. Sleeves for Pipes Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Form with steel pipe, schedule 40. SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-2 C. Sleeves for Pipes Through Fire Rated and Fire Resistive Floors and Walls, and Fireproofing: Prefabricated fire rated steel sleeves including seals, UL listed. D. Sleeves for Round Ductwork: Form with galvanized steel. E. Sleeves for Rectangular Ductwork: Form with galvanized steel. F. Fire Stopping Insulation: Glass fiber type, non-combustible, U.L. listed. G. Caulk: Paintable 25 -year acrylic sealant. H. Pipe Alignment Guides: Factory fabricated, of cast semi -steel or heavy fabricated steel, consisting of bolted, two -section outer cylinder and base with two -section guiding spider that bolts tightly to pipe. Length of guides shall be as recommended by manufacturer to allow indicated travel. 2.07 FABRICATION A. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. B. Design hangers without disengagement of supported pipe. C. Design roof supports without roof penetrations, flashing or damage to the roofing material. 2.08 FINISH A. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. PART 3 - EXECUTION 3.01 INSERTS A. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. Coordinate with structural engineer for placement of inserts. B. Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches. C. Where concrete slabs form finished ceiling, provide inserts to be flush with slab surface. D. Where inserts are omitted, drill through concrete slab from below and provide thru-bolt with recessed square steel plate and nut recessed into and grouted flush with slab. Verify with structural engineer prior to start of work. 3.02 PIPE HANGERS AND SUPPORTS A. Support horizontal piping as follows: PIPE SIZE MAX. HANGER SPACING HANGER DIAMETER (Steel Pipe) 1/2 to 1-1/4 inch 7'-0" 3/8" SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-3 1-1/2 to 3 inch 10'-0" 4 to 6 inch 10'-0" 8 to 10 inch 10'-0" 12 to 14 inch 10'-0" 15 inch and over 10'-0" (Copper Pipe) 1/2 to 1-1/4 inch 5'-0" 1-1/2 to 2-1/2 inch 8'-0" 3 to 4 inch 10'-0" 6 to 8 inch 10'-0" (Cast Iron) 2 to 3 inch 5'-0" 4 to 6 inch 10'-0" 8 to 10 inch 10'-0" 12 to 14 inch 10'-0" 15 inch and over 10'-0" (PVC Pipe) 1-1/2 to 4 inch 4'-0" 6 to 8 inch 4'-0" 10 and over 4'-0" 3/8" 1/2" 5/8" 3/4" 7/8" 3/8" 3/8" 3/8" 1/2" 3/8" 1/2" 5/8" 3/4" 7/8" 3/8" 1/2" 5/8" B. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work. C. Place a hanger within 12 inches of each horizontal elbow and at the vertical horizontal transition. D. Use hangers with 1-1/2 inch minimum vertical adjustment. E. Support horizontal cast iron pipe adjacent to each hub, with 5 feet maximum spacing between hangers. F. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. G. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. H. Support riser piping independently of connected horizontal piping. I. Install hangers with nut at base and above hanger; tighten upper nut to hanger after final SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-4 installation adjustments. J. Portable pipe hanger systems shall be installed per manufactures instructions. 3.03 Insulated Piping: Comply with the following installation requirements. A. Clamps: Attach galvanized clamps, including spacers (if any), to piping with clamps projecting through insulation; do not exceed pipe stresses allowed by ASME B31.9. B. Saddles: Install galvanized protection saddles MSS Type 39 where insulation without vapor barrier is indicated. Fill interior voids with segments of insulation that match adjoining pipe insulation. C. 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 5 & 6 18 0.060 8 THROUGH 14 24 0.075 16 THROUGH 24 24 0.105 D. Piping 2" and larger provide galvanized sheet metal shields with calcium silicate at hangers/supports. E. Insert material shall be at least as long as the protective shield. F. Thermal Hanger Shields: Install where indicated, with insulation of same thickness as piping. 3.04 EQUIPMENT BASES AND SUPPORTS A. Provide equipment bases of concrete. B. Provide templates, anchor bolts, and accessories for mounting and anchoring equipment. C. Construct support of steel members. Brace and fasten with flanges bolted to structure. D. Provide rigid anchors for pipes after vibration isolation components are installed. 3.05 FLASHING A. Provide flexible flashing and metal counter flashing where piping and ductwork penetrate weather or waterproofed walls, floors, and roofs. B. Flash vent and soil pipes projecting 8 inches minimum above finished roof surface with lead worked one inch minimum into hub, 8 inches minimum clear on sides with 24 x 24 inches sheet size. For pipes through outside walls, turn flanges back into wall and caulk, metal counter flash and seal. C. Flash floor drains in floors with topping over finished areas with lead, 10 inches clear on sides with minimum 36 x 36 inch sheet size. Fasten flashing to drain clamp device. SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-5 D. Seal floor shower mop sink and all other drains watertight to adjacent materials. E. Provide curbs for mechanical roof installations 8 inches minimum high above roofing surface. Contact architect for all flashing details and roof construction. Seal penetrations watertight. 3.06 SLEEVES A. Set sleeves in position in formwork. Provide reinforcing around sleeves. B. Extend sleeves through floors minimum one inch above finished floor level. Caulk sleeves full depth with fire rated thermfiber and 3M caulking and provide floor plate. C. Where piping or ductwork penetrates floor, ceiling, or wall, close off space between pipe or duct and adjacent work with U.L. listed fire stopping insulation and caulk seal air tight. Provide close fitting metal collar or escutcheon covers at both sides of penetration. D. Fire protection sleeves may be flush with floor of stairways. END OF SECTION SUPPORTS AND ANCHORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 05 29-6 SECTION 23 17 00 MOTORS AND MOTOR CONTROLLERS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 23 00 01, are included as a part of this Section as though written in full in this document. 1.02 SCOPE A. Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. B. WORK SPECIFIED ELSEWHERE: 1. Painting 2. Automatic temperature controls. 3. Power control wiring to motors and equipment. 1.03 WARRANTY Warrant the Work specified herein for one year and motors for five years beginning on data of substantial completion against becoming unserviceable or causing an objectionable appearance resulting from either defective or nonconforming materials and workmanship. 1.04 SUBMITTALS A. SHOP DRAWINGS: Indicate size material, and finish. Show locations and installation procedures. Include details of joints, attachments, and clearances. B. PRODUCT DATA: Submit schedules, charts, literature, and illustrations to indicate the performance, fabrication procedures variations, and accessories. C. MOTOR NAMEPLATE INFORMATION: Manufacturer's name, address, utility and operating data. D. Refer to Division One for additional information. 1.05 DELIVERY AND STORAGE A. DELIVERY: Deliver clearly labeled, undamaged materials in the manufacturers' unopened containers. B. TIME AND COORDINATION: Deliver materials to allow for minimum storage time at the project site. Coordinate delivery with the scheduled time of installation. C. STORAGE: Store materials in a clean, dry location, protected from weather and abuse. PART 2 - PRODUCTS MOTORS AND MOTOR CONTROLLERS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 17 00-1 2.01 ELECTRIC MOTORS A. APPROVED MANUFACTURERS: Provide motors by a single manufacturer as much as possible. 1. Baldur 2. Marathon 3. Siemens -Allis 4. General Electric 5. U.S. Motor B. TEMPERATURE RATING: Provide insulation as follows: 1. CLASS B: 40 degrees C maximum. 2. CLASS F: a. Between 40 degrees C and 65 degrees C maximum. b. Totally enclosed motors. C. STARTING CAPABILITY: As required for service indicated five starts minimum per hour. D. PHASES AND CURRENT: Verify electrical service compatibility with motors to be used. 1. UP TO 1/2 HP: Provide permanent split, capacitor -start single phase with inherent overload protection. 2. 3/4 HP AND LARGER: Provide squirrel -cage induction polyphone. 3. Provide two separate windings on 2 -speed poly -phase motors. 4. Name plate voltage shall be the same as the circuit's normal voltage, serving the motor. E. SERVICE FACTOR: 1.15 for polyphone; 1.35 for single phase. F. FRAMES: U -frames 1.5 hp. and larger. G. BEARINGS: Provide sealed re -graspable ball bearings; with top mounted ale mite lubrication fittings and bottom side drains minimum average life 100,000 hours typically, and others as follows: 1. Design for thrust where applicable. 2. PERMANENTLY SEALED: Where not accessible for greasing. 3. SLEEVE -TYPE WITH OIL CUPS: Light duty fractional hp. motors or polyphone requiring minimum noise level. H. ENCLOSURE TYPE: Provide enclosures as follows: 1. CONCEALED INDOOR: Open drip proof. 2. EXPOSED INDOOR: Guarded. 3. OUTDOOR TYPICAL: Type II. TEC. 4. OUTDOOR WEATHER PROTECTED: Type I. TEA. I. OVERLOAD PROTECTION: Built-in sensing device for stopping motor in all phase legs and signaling where indicated for fractional horse power motors. J. NOISE RATING: "Quiet" except where otherwise indicated. K. EFFICIENCY: Minimum full load efficiency listed in the following table, when tested in accordance with IEEE Test Procedure 112A, Method B, including stray load loss measure. MOTORS AND MOTOR CONTROLLERS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 17 00-2 Motor Horsepower NEMA Efficiency INDEX Letter Minimum Efficiency 1800 RPM Synchronous Speed 7.5-10 F 89.5 15-20 E 91.0 25-30 E 92.4 40 D 93.0 50 C 93.0 60 C 93.6 75 C 94.1 100-125 B 94.5 150-200 B 95.0 1200 RPM Synchronous Speed 3-5 G 87.5 7.5 G 89.5 10 F 89.5 15 F 90.2 20 E 90.2 25-30 E 91.7 40-50 D 93.0 60 D 93.6 75 C 93.6 100-125 C 94.1 150-200 B 95.0 2.02 MOTOR CONTROLLERS (STARTERS) A. All motor controllers (for equipment furnished under Division 23) shall be furnished under Division 23 and installed under Division 16 unless otherwise noted on the plans. B. Motor starters shall be furnished as follows. 1. GENERAL: Motor starters shall be Square D Company Class 8536 across -the - line magnetic type, full -voltage, non -reversing (FAVOR) starter. All starters shall be constructed and tested in accordance with the latest NEMA standards, sizes and horsepower. ICE sizes are not acceptable. Starters shall be mounted in a general purpose dead front, painted steel enclosure and surface -mounted. Provide size and number of poles as shown and required by equipment served. Provide two speed, two winding or two speed, single winding motor starter as required for two speed motors. 2. CONTACTS: Magnetic starter contacts shall be double break solid silver alloy. All contacts shall be replaceable without removing power wiring or removing starter from panel. The starter shall have straight -through wiring. 3. OPERATING COILS: Operating coils shall be 120 volts and shall be of molded construction. When the coil fails, the starter shall open and shall not lock in the closed position. 4. OVERLOAD RELAYS: Provide manual reset, trip -free Class 20 overload relays in each phase conductor in of all starters. Overload relays shall be melting alloy type with visual trip indication. All 3 phase and single phase starters shall have one overload relay in each underground conductor. Relay shall not be field adjustable from manual to automatic reset. Provide 6 overload relays for two speed motor starters. 5. PILOT LIGHTS: Provide a red running pilot light for all motor starters. Pilot lights shall be mounted in the starter enclosure cover. Pilot lights shall be operated MOTORS AND MOTOR CONTROLLERS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 17 00-3 from an interlock on the motor starter and shall not be wired across the operating coil. 6. CONTROLS: Provide starters with HAND -OFF -AUTOMATIC switches. Coordinate additional motor starter controls with the requirements of Division 23. Motor starter controls shall be mounted in the starter enclosure cover. 7. CONTROL POWER TRANSFORMER: Provide a single-phase 480 volt control power transformer with each starter for 120 volt control power. Connect the primary side to the line side of the motor starter. The primary side shall be protected by a fuse for each conductor. The secondary side shall have one leg fused and one leg grounded. Arrange transformer terminals so that wiring to terminals will not be located above the transformer. 8. AUXILIARY CONTACTS: Each starter shall have one normally open and one normally closed convertible auxiliary contact in addition to the number of contacts required for the "holding interlock", remote monitoring, and control wiring. In addition, it shall be possible to field -install three more additional auxiliary contacts without removing existing wiring or removing the starter from its enclosure. 9. UNIT WIRING: Unit shall be completely pre -wired to terminals to eliminate any interior field wiring except for line and load power wiring and HVAC control wiring. 10. ENCLOSURES: All motor starter enclosures shall be NEMA 1, general purpose enclosures or NEMA -3R if mounted exposed to high moisture conditions. Provide NEMA 4X when located by cooling towers. 11. POWER MONITOR: Provide a square "D" 8430 MPS phase failure and under - voltage relay, base and wiring required for starters serving motors 5 horsepower and larger. Set the under -voltage setting according to minimum voltage required for the motor to operate within its range. C. APPROVED MANUFACTURERS: Controller numbers are based on first named manufacturer. Provide one of the following manufacturer's. 1. Siemens. 2. Square D. 3. General Electric. 4. Cerus. 2.03 COMBINATION MOTOR STARTERS A. GENERAL: Combination motor starters shall consist of a magnetic starter and a fusible or non -fusible disconnect switch in a dead front, painted steel NEMA 1 enclosure unless otherwise noted and shall be surface -mounted. Size and number of poles shall as shown and required by equipment served. Combination motor starters shall be as specified for motor starters in Paragraph 2.01/B, except as modified herein. B. DISCONNECT SWITCH: Disconnect switches shall be as specified in Section 264900. C. APPROVED MANUFACTURERS: Controller numbers are based on first named manufacturer. Provide one of the following manufacturer's. 1. Siemens. 2. Square D. 3. General Electric. 4. Cerus. PART 3 - EXECUTION 3.01 All equipment shall be installed in accordance with the manufacturers' recommendations and printed installation instructions. MOTORS AND MOTOR CONTROLLERS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 17 00-4 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Contractors' price shall include all items required as per manufacturers' requirements. 3.03 INSTALLATION A. GENERAL: Install in a professional manner. Any part or parts not meeting this requirement shall be replaced or rebuilt without extra expense to Owner. B. Install rotating equipment in static and dynamic balance. C. Provide foundations, supports, and isolators properly adjusted to allow minimum vibration transmission within the building. D. Correct objectionable noise or vibration transmission in order to operate equipment satisfactorily as determined by the Engineer. END OF SECTION MOTORS AND MOTOR CONTROLLERS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 17 00-5 SECTION 23 24 00 SOUND AND VIBRATION CONTROL PART 1 - GENERAL 1.01 WORK INCLUDED A. Vibration and sound control products. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of Contract including General and Supplementary Conditions and Division One specification sections, apply to work of this section B. This section is Division -23 Basic Materials and Methods section, and is part of each Division -23 section making reference to vibration control products specified herein. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of vibration control products, of type, size, and capacity required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Vibration and sound control products shall conform to ASHRAE criteria for average noise criteria curves for all equipment at full load conditions. C. Except as otherwise indicated, sound and vibration control products shall be provided by a single manufacturer. 1.04 SUBMITTALS A. SHOP DRAWINGS: Indicate size, material, and finish. Show locations and installation procedures. Include details of joints, attachments, and clearances. B. PRODUCT DATA: Submit schedules, charts, literature, and illustrations to indicate the performance, fabrication procedures, product variations, and accessories. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Amber/Booth Company, Inc. B. Mason Industries, Inc. C. Noise Control, Inc. 2.02 GENERAL A. Provide vibration isolation supports for equipment, piping and ductwork, to prevent transmission of vibration and noise to the building structures that may cause discomfort to the occupants. SOUND AND VIBRATION CONTROL COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 24 00-1 B. Model numbers of Amber/Booth products are included for identification. Products of the additional manufacturers will be acceptable provided they comply with all of the requirements of this specification. 2.03 FLOOR MOUNTED AIR HANDLING UNITS A. Provide Amber/Booth XLW-2, style C aluminum housed isolators sized for 2" static deflection. Cast iron or steel housings may be used provided they are hot -dip galvanized after fabrication B. If floor mounted air handling units are furnished with internal vibration isolation option, provide 2" thick Amber/Booth type NRC ribbed neoprene pads to address high frequency breakout and afford additional unit elevation for condensate drains. Ribbed neoprene pads shall be located in accordance with the air handling unit manufacturer's recommendations. 2.04 SUSPENDED AIR HANDLING UNITS A. Provide Amber/Booth type BSWR-2 combination spring and rubber -in -shear isolation hanger sized for 2" static deflection. B. If suspended air handling units are furnished with internal vibration isolation option, furnish Amber/Booth type BRD rubber -in -shear or NR AMPAD 3/8" thick neoprene pad isolation hangers sized for approximately 1/2" deflection to address high frequency break-out. 2.05 SUSPENDED FANS AND FAN COIL UNITS A. Provide Amber/Booth type BSS spring hangers sized for 1" static deflection. 2.06 PIPING A. Provide spring and rubber -in -shear hangers, Amber/Booth type BSR in mechanical equipment rooms, for a minimum distance of 50 feet from isolated equipment for all chilled water and hot water piping 1-1/2" diameter and larger. Springs shall be sized for 1" deflection. B. Floor supported piping is required to be isolated with Amber/Booth type SW -1 open springs sized for 1" deflection. C. Furnish line size flexible connectors at supply and return of pumps. 2.07 CORROSION PROTECTION A. All vibration isolators shall be designed and treated for resistance to corrosion. B. Steel components: PVC coated or phosphated and painted with industrial grade enamel. Nuts, bolts, and washers: zinc -electroplated. SOUND AND VIBRATION CONTROL COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 24 00-2 PART 3 - EXECUTION 3.01 All equipment shall be installed in accordance with the manufacturer's recommendations and printed installation instructions. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturers requirements. 3.03 If internal isolation option is used on air handling units, the mechanical contractor shall verify proper adjustment and operation of isolators prior to start-up. All shipping brackets and temporary restraint devices shall be removed. 3.04 The vibration isolation supplier shall certify in writing that he has inspected the installation and that all external isolation materials and devices are installed correctly and functioning properly. END OF SECTION SOUND AND VIBRATION CONTROL COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 24 00-3 SECTION 23 26 00 PIPING INSULATION PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 23 00 01, are included as a part of this Section as though written in full in this document. 1.02 SCOPE A. Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. B. Work specified elsewhere. 1. Painting. 2. Pipe hangers and supports. C. All pipes subject to freezing conditions shall be insulated. 1.03 WARRANTY A. Warrant the Work specified herein for one year against becoming unserviceable or causing an objectionable appearance resulting from either defective or nonconforming materials or workmanship. B. Defects shall include, but not be limited to, the following: 1. Mildewing. 2. Peeling, cracking, and blistering. 3. Condensation on exterior surfaces. 1.04 SUBMITTALS A. SHOP DRAWINGS: Indicate size, material, and finish. Show locations and installation procedures. Include details of joints, attachments, and clearances. B. PRODUCT DATA: Submit schedules, charts, literature, and illustrations to indicate the performance, fabrication procedures, project variations, and accessories. 1.05 DELIVERY AND STORAGE A. DELIVERY: Deliver undamaged materials in the manufacturer's unopened containers. Containers shall be clearly labeled with the insulation's flame and smoke ratings. PART 2 - PRODUCTS 2.01 It is the intent of these specifications to secure superior quality workmanship resulting in an absolutely satisfactory installation of insulation from the standpoint of both function and appearance. Particular attention shall be given to valves, fittings, pumps, etc., requiring low PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 26 00-1 temperature insulation to insure full thickness of insulation and proper application of the vapor seal. All flaps of vapor barrier jackets and/or canvas covering must be neatly and securely smoothed and sealed down. 2.02 The type of insulation and its installation shall be in strict accordance with these specifications for each service, and the application technique shall be as recommended by the manufacturer. All insulation types, together with adhesives and finishes shall be submitted and approved prior to installation. 2.03 A sample quantity of each type of insulation and each type application shall be installed and approval secured prior to proceeding with the main body of the work. Condensation caused by improper installation of insulation shall be corrected by Installing Contractor. Any damage caused by condensation shall be made good at no cost to the Owner or Architect/Engineer. 2.04 All insulation shall have composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to insulation) fire and smoke hazard as tested by Procedure ASTM E084, NFPA 255 and UL 723 not exceeding: Flame Spread 25 Smoke Developed 50 2.05 Accessories, such as adhesives, mastics and cements shall have the same component ratings as listed above. 2.06 All products or their shipping cartons shall have a label affixed, indicating flame and smoke ratings do not exceed the above requirements. 2.07 APPROVED MANUFACTURERS A. Calcium silicate materials shall be as manufactured by Johns Manville. B. Glass fiber materials shall be as manufactured by Johns Manville or Owens-Corning and shall have the same thermal properties, density, fire rating, vapor barrier, etc., as the types specified herein, subject to review by the Engineer. C. Adhesives shall be as manufactured by Childers, Foster, HB Fuller or Armstrong, and shall have the same adhesive properties, fire rating, vapor seal, etc., as the types specified herein, subject to review by the Engineer. D. Armaflex elastomeric cellular thermal insulation by Armstrong. E. Phenolic foam insulation shall be as manufactured by Kooltherm Insulation (Koolphen). F. Polyisocyanurate insulation shall be as manufactured by Dow "Trymer 2000 XP". G. Metal jacketing and fitting covers shall be as manufactured by Childers or RPR Products. 2.08 MATERIALS A. For insulation purpose piping is defined as the complete piping system including supplies and returns, pipes, valves, automatic control valve bodies, fittings, flanges, strainers, thermometer well, unions, reducing stations, and orifice assemblies. B. CONDENSATE DRAINAGE PIPING: Fire resistant fiberglass insulation; insulation not required when piping is exposed on roof. PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 26 00-2 C. REFRIGERANT PIPING: Refrigerant pipe insulation shall be model "AP -2000", fire rated for use in environmental air plenums. Apply manufacturers recommended finish and sealant for exterior applications. D. METAL JACKETING: Utilize Childers "Strap -On" jacketing. Provide preformed fitting covers for all elbows and tees. PART 3 - EXECUTION 3.01 All insulation shall be installed in accordance with the manufacturers' recommendations and printed installation instructions, including high density inserts at all hangers and pipe supports to prevent compression of insulation. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturers requirements. 3.03 Pipes located outdoors or in crawl spaces shall be insulated same as concealed piping; and in addition shall have a jacket of 0.016 inch thick, smooth aluminum with longitudinal modified Pittsburg Z -Lock seam and 2 inch overlap. Jacketing shall be easily removed and replaced without damage. All butt joints shall be sealed with gray silicone. Galvanized banding is not acceptable. 3.04 All insulated piping located over driveways shall have an aluminum shield permanently banded over insulation to protect it from damage from car antennas. 3.05 FIRE RATED INSULATION A. All pipe penetrations through walls and concrete floors shall be fire rated by applying USG Thermafiber in the space between the concrete and the pipe. B. The fire rating shall be additionally sealed by using 3M brand model CP 25 or 303 fire barrier caulk and putty. C. All fire rating material shall be insulated in accordance with manufacturer's printed instructions. PART 4 - SCHEDULES 4.01 LOW TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS BASED ON FIBERGLASS A. Condensate drain lines: 3/4 inch B. Refrigerant Piping (1) 11/2" and smaller 1 inch (2) Larger than 1% inch 11/2 inch END OF SECTION PIPING INSULATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 26 00-3 SECTION 235300 REFRIGERANT PIPING PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 23 00 01, are included as a part of this Section as though written in full in this document. 1.02 SCOPE Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. PART 2 - PRODUCTS 2.01 GENERAL Provide for the systems as shown. Submit shop drawings of piping systems showing all traps, pipe sizes, and accessories; drawing to be marked "Approved", and signed by a representative of the Application Engineering Department of the condensing unit manufacturer. Pipe sizes shall be as recommended by unit manufacturer. Refer to piping schematic on drawings. 2.02 MATERIAL A. PIPE: Copper ACR tubing. B. FITTINGS: Wrought copper streamlined sweat fitting. C. SOLDER: Sil-Fos, except on valves use solder recommended by valve manufacturer. 2.03 ACCESSORIES All accessories shall be UL listed and rated in accordance with ARI Standard 710. A. On systems 7-1/2 tons and larger, each separate refrigerant circuit shall have a separate filter dryer. Each filter dryer shall have a replaceable core and a three valve bypass. The filter drier shall be full line size and installed in the refrigerant liquid line. The filter shall have a minimum 4-3/4 inches diameter shell with removable flange and gasket. Flange shall be tapped for 1/4 inch FPT access valve. Size filter -drier for maximum 2.0 psi pressure drop at evaporator operating temperature. Similar to Mueller Brass Company model Drymaster micro -guard refillable filter series SD -485 through SD19217 or Sporlan catch-all. B. On systems less than 7-1/2 tons, the filter dryer shall be the sealed type sizes as above. One drier per refrigerant circuit. C. Liquid -Moisture Indicator shall be installed in liquid refrigerant line full line size similar to Mueller Brass Company model "Vuemaster" with soldered ends. D. Thermostatic expansion valve shall have adjustable super heat and be as manufactured by Sporlan. REFRIGERANT PIPING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 53 00-1 2.04 EVACUATION Evacuate moisture completely by applying a commercial vacuum pump for a minimum of 24 hours. Moisture indicator shall indicate a completely moisture -free condition at time of final inspection. The vacuum pump shall run until the system indicates a maximum of 35 degrees FDB. The system shall be flushed with the operating refrigerant and the vacuum pump connected and rerun to repeat the evacuation. Evaluation shall be performed under supervision of the Engineer. 2.05 FREON AND OIL A. Contractor shall leave the refrigeration system with a full charge of freon and oil and shall be responsible for the maintenance of a full charge of freon and oil in the systems for a period of one year from date of acceptance. B. Should any leaks in the refrigeration system occur during the guarantee period, the Contractor shall eliminate such leaks and recharge system to a full charge of freon and oil at no cost to the Owner. PART 3 - EXECUTION 3.01 All equipment and piping shall be installed in accordance with the manufacturer's recommendations and printed installation instructions. A. All pipe joints and pipe fittings shall be properly cleaned prior to brazing. B. An inert gas purge (e.g. nitrogen) shall be used during brazing to prevent oxides, which can contaminate system. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturer's requirements. END OF SECTION REFRIGERANT PIPING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 53 00-2 SECTION 23 67 10 AIR COOLED CONDENSING UNITS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 23 00 01, are included as a part of this Section as though written in full in this document. 1.02 SCOPE Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. PART 2 - PRODUCTS 2.01 AIR-COOLED CONDENSING UNITS A. Air-cooled condensing unit shall be designed for use with split system having a remote direct -expansion (DX) cooling coil mounted in evaporator fan unit. Capacity shall be as called for on the drawings when matched to the appropriate evaporator coil. B. Condensing unit shall consist of high -efficiency hermetic compressor, air-cooled condenser with quiet fan, factory wired controls, R -410a refrigerant and refrigeration circuit and valves. C. Cabinet shall be heavy -gauge galvanized steel with bonding primer and baked -enamel finish coat. The entire cabinet shall be protected from rust. D. Compressor shall be protected from excessive current and temperatures and shall be provided with a thermostatically controlled crankcase heater to operate only when needed for protection of the compressor. Compressor shall be spring -mounted on rubber isolators. Compressor shall be located in compartment isolated from condenser fan and coil. Provide a high-capacity dryer in the system to remove moisture and dirt. E. Condenser fan shall be directly connected to a weather -protected, quiet, high -efficiency motor. Fan guard shall be provided and shall be protected from rust by PVC finish. Condenser coil shall be aluminum fin with copper tube. F. Connections for refrigerant suction and liquid lines shall be extended outside the cabinet and provided with service valves with gauge connections. G. Power connections shall be made to the connectors located inside the electrical connection box. H. Standard operating and safety controls shall include high-pressure switch, low pressure switch, compressor overload service, and solid-state timed -off control. All components (parts and labor) of the sealed refrigeration circuit shall be warranted by the manufacturer for five years. AIR COOLED CONDENSING UNITS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 67 10-1 2.02 AUXILIARY EQUIPMENT A. Auxiliary equipment shall consist of refrigerant lines prepared for the unit involved. These lines shall be cleaned, dried, and pressurized at the factory. B. Low ambient kit to allow operation at outside temperature below 35 deg. F (2 deg. C) shall be provided. C. Expansion valve shall be provided with the evaporator coil. D. Provide thermostat to match the requirements of the job. Thermostat shall provide subbase with Heat -Cool -Off and Fan On -Auto switch. See section on controls for other related requirements. E. Provide polyethylene structural base designed for that service and intended to support the unit and eliminate vibration transmission. F. Provide hard -start kit with unit. G. Provide guards for condenser coils. 2.03 ACCEPTABLE MANUFACTURERS A. Condensing unit shall be the make and model number shown on the drawings or acceptable equivalents by Lennox, Carrier, York, or Trane. PART 3 - EXECUTION 3.01 All HVAC equipment shall be installed as per manufacturers printed installation instructions. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturers requirements. 3.03 INSTALLATION A. Install the condensing unit on proper foundation as shown on the drawings, and in location that will not restrict the air entry or discharge from the unit. B. Install refrigerant lines as recommended by the manufacturer, taking care not to lose the refrigerant charge contained in the lines, or allow air to enter the lines or equipment. Locate the lines in such a way as to not obstruct access to the condensing unit or other equipment. Lines located under ground or under concrete shall be installed in a PVC pipe conduit for protection. C. Provide electrical connections as required by the applicable codes. Provide control wiring required. All power wiring and control wiring shall be in conduit and located so as not to obstruct access to the unit or other equipment. 3.04 TESTING A. Operate the condensing unit and the system to assure that unit is operating properly and without excessive noise and vibration. B. Read and record the power draw and the refrigeration suction and liquid pressures as required by Balancing and Test, Section 23 99 00. END OF SECTION AIR COOLED CONDENSING UNITS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 67 10-2 SECTION 238540 DX" FAN COIL UNIT PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Mechanical Basic Materials and Methods, Section 23 00 01, are included as a part of this Section as though written in full in this document. 1.02 SCOPE Scope of the Work shall include the furnishing and complete installation of the equipment covered by this Section, with all auxiliaries, ready for owner's use. PART 2 - PRODUCTS 2.01 FAN COIL UNITS Fan coil units shall be factory built, manufactured as scheduled on drawings. Carrier, York, Trane or McQuay shall be considered as equal, if they comply with the specification and schedule. Special Note: Contractor shall field verify exact clearances required for air handling units. Units shall be field located as required and shop drawings shall indicate final location for approval by Architect/Engineer. A. Furnish and install fan coil units of the type, capacities, ratings and drive motor horsepower shown on the drawings. B. Units shall be factory fabricated, draw-thru type, and shall have fan section, cooling coil section, condensate drain pan, adjustable blower drive with motor on resilient mounted base, vee -belts with guard, filter section, and mixing box (if scheduled) assembled as integrated air handling units. C. REQUIREMENTS: 1. Mill -galvanized steel, rigidly framed, braced, and reinforced; access panels each side of unit; minimum panel ga. - 18; minimum weight formed framing member 14 ga. 2. Fan section, cooling coil section, and outlet frame throats shall be internally insulated at the factory with 1" thick, 3/4 PCF density, Neoprene coated fiberglass cemented in place with water -proof adhesive, having fire -retardant characteristics in accordance with NFPA 90A. 3. Drain pan shall be not lighter than 14 ga.; extend completely under the coil section and be all -galvanized, foam insulated pan with drain connections. 4. When the fan coil unit is installed above an accessible ceiling, the unit shall incorporate a secondary drain pan. The secondary pan shall be fabricated from galvanized sheet metal, 16 gauge minimum with cross breaking sloped towards a drain. The sides shall be a minimum 2" tall and the corners shall be soldered watertight. The top edge shall have a 1/4" hem to provide additional rigidity and the secondary pan shall be supported at a minimum of six points. The pan shall extend on all sides a minimum of 3" beyond the sides of the unit casing. Route the secondary drain piping to a conspicuous location or install a float switch at the low point in the secondary pan. The secondary pan should be sloped a minimum DX" FAN COIL UNIT COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 85 40-1 of 1/8" per foot and supported so that the unit is not in contact with the bottom of the secondary pan. 5. The fan section, including wheels, shafts, bearings, drive, etc., shall be statically and dynamically balanced as an assembly, and the shaft shall not pass through the first critical speed, while accelerating from rest to operating speed. Submittal data shall state the first critical shaft speed. Shaft bearings shall be of vacuum de -gassed steel, and shall be selected for 200,000 hours average life. 6. Coil shall be as hereinafter specified. 2.02 COILS A. Cooling coils shall be cartridge type and, when mounted in air handling units, shall be removable from either end. Coils shall be constructed of copper tubes with aluminum fins and shall be designed for even distribution of air across the face of the coils; air shall not pass around coil frames: Coils shall have same end connection for DX or chilled water piping. B. DX refrigerant coils shall be counter -flow refrigerant to air, shall have inlet and outlet connections permanently marked shall have thermostatic expansion valves with adjustable super heat. C. Maximum face velocity across cooling coils shall be 500 FPM, unless noted otherwise on schedule. PART 3 - EXECUTION 3.01 All HVAC equipment shall be installed as per manufacturers printed installation instructions. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturers requirements. END OF SECTION DX" FAN COIL UNIT COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 85 40-2 SECTION 23 86 00 POWER VENTILATORS PART 1 - GENERAL 1.01 WORK INCLUDED A. Centrifugal roof ventilators. B. Ceiling and inline ventilators. 1.02 RELATED SECTIONS A. Section 23 00 01 — Mechanical Basic Materials and Methods B. Section 23 17 00 — Motors and Motor Controllers C. Section 23 24 00 — Sound and Vibration Control D. Section 23 95 10 — Controls E. Section 23 99 00 — Testing, Adjusting and Balancing 1.03 QUALITY ASSURANCE A. UL Compliance: Fans shall be designed, manufactured, and tested in accordance with UL 705 "Power Ventilators." B. UL Compliance: Fans and components shall be UL listed and labeled. C. Nationally Recognized Testing Laboratory Compliance (NRTL): Fans and components shall be NRTL listed and labeled. The term "NRTL" shall be as defined in OSHA Regulation 1910.7. D. NEMA Compliance: Motors and electrical accessories shall comply with NEMA standards. E. Electrical Component Standard: Components and installation shall comply with NFPA 70 "National Electrical Code." F. Sound Power Level Ratings: Comply with AMCA Standard 301 "Method for Calculating Fan Sound Ratings From Laboratory Test Data." Test fans in accordance with AMCA Standard 300 "Test Code for Sound Rating." Fans shall be licensed to bear the AMCA Certified Sound Ratings Seal. G. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests and ratings in accordance with AMCA Standard 210/ASHRAE Standard 51 - Laboratory Methods of Testing Fans for Rating. 1.04 SUBMITTALS 1. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections: 2. Product data for selected models, including specialties, accessories, and the following: POWER VENTILATORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 86 00-1 a. Certified fan performance curves with system operating conditions indicated. b. Certified fan sound power ratings. c. Motor ratings and electrical characteristics plus motor and fan accessories. d. Materials gages and finishes including color charts. e. Dampers, including housings, linkages, and operators. f. Full color paint samples. 3. Shop drawings from manufacturer detailing equipment assemblies and indicating dimensions, weights, required clearances, components, and location and size of field connections. 4. Coordination drawings, in accordance with Division 23 Section "Basic Materials and Methods", for roof penetration requirements and for reflected ceiling plans drawn accurately to scale and coordinating penetrations and units mounted above ceiling. Show the following: a. Roof framing and support members relative to duct penetrations. b. Ceiling suspension members. c. Method of attaching hangers to building structure. d. Size and location of initial access modules for acoustical tile. e. Ceiling -mounted items including light fixtures, diffusers, grilles, speakers, sprinkler heads, access panels, and special moldings. 6. Wiring diagrams that detail power, signal, and control wiring. Differentiate between manufacturer -installed wiring and field- installed wiring. 7. Product certificates, signed by manufacturer, certifying that their products comply with specified requirements. 8. Maintenance data for inclusion in Operating and Maintenance Manual specified in Division 1 and Division 23 Section "Basic Materials and Methods". 1.05 DELIVERY, STORAGE, AND HANDLING A. Fans shall be stored and handled in accordance with the unit manufacturer's instructions. B. B. Lift and support units with the manufacturer's designated lifting or supporting points. C. Disassemble and reassemble units as required for movement into the final location following manufacturer's written instructions. D. Deliver fan units as a factory -assembled unit to the extent allowable by shipping limitations, with protective crating and covering. 1.06 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. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. ACME, Inc. B. Loren Cook Company POWER VENTILATORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 86 00-2 C. Greenheck Fan Corporation D. Substitutions under provisions of Division One. 2.02 GENERAL DESCRIPTION A. Provide fans that are factory fabricated and assembled, factory tested, and factory finished with indicated capacities and characteristics. B. Fans and Shafts shall be statically and dynamically balanced and designed for continuous operation at the maximum rated fan speed and motor horsepower. C. Provide factory baked -enamel finish coat after assembly. Color shall be verified during the submittal process. 2.03 CEILING AND INLINE VENTILATORS A. Ceiling and inline ventilators shall be direct drive or belt drive as indicated, centrifugal blower type. Fan wheel shall be constructed of galvanized steel and shall be dynamically balanced. The housing shall be constructed of minimum 20 gauge corrosion resistant galvanized steel and acoustically insulated for quiet operation. Blower and motor assembly shall be easily removable from the housing without disturbing the ductwork. The motor shall be permanently lubricated with built-in thermal overload protection and shall be factory tested prior to shipment. The ceiling ventilators shall be furnished standard with a powder - painted white steel grille. B. Ventilators shall be certified and licensed to bear the AMCA Seal for Air and Sound Performance. Ventilator performance shall be based on tests and procedures performed in accordance with AMCA publication 211 and comply with the requirements of the AMCA Certified Ratings Program. Fan sound power level ratings shall be based on tests and procedures performed in accordance with AMCA publication 311 and comply with the requirements of the AMCA Certified Ratings Program. Ventilators shall be UL listed and CSA certified. C. Accessories: The following accessories are required. 1. Dampers: a. Aluminum backdraft damper. b. Motor -operated volume control damper. c. U.L. listed ceiling radiation damper for ceiling fans comply with NFPA Standard 90A rated for 3 hours. 2. Disconnect Switch: Nonfusible type with thermal overload protection. 3. Speed Controls: Fan mounted, solid state speed controller. 3.01 Install in accordance with manufacturer's instructions. 3.02 All items required for a complete and proper installation are not necessarily indicated on the plans or in the specifications. Provide all items required as per manufacturer's requirements. END OF SECTION POWER VENTILATORS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 86 00-3 SECTION 23 88 10 AIR DISTRIBUTION DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED A. Ceiling air diffusers. B. Wall registers and grilles. C. Louvers. D. Other air devices indicated on drawings and schedules. 1.02 RELATED SECTIONS A. Section 23 00 01 — Mechanical Basic Materials and Methods B. Section 23 89 00 — Metal Ductwork C. Section 23 91 00 — Ductwork Accessories D. Section 23 99 00 — Testing, Adjusting and Balancing 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of air distribution devices of types and capacities required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Codes and Standards: 1. ARI Compliance: Test and rate air distribution devices in accordance with ARI 650 "Standard for Air Outlets and Inlets". 2. ASHRAE Compliance: Test and rate air distribution devices in accordance with ASHRAE 70 "Method of Testing for Rating the Air Flow Performance of Outlets and Inlets". 3. AMCA Compliance: Test and rate louvers in accordance with AMCA 500 "Test Method for Louvers, Dampers and Shutters". 4. AMCA Seal: Provide louvers bearing AMCA Certified Rating Seal. 5. NFPA Compliance: Install air distribution devices in accordance with NFPA 90A "Standard for the Installation of Air Conditioning and Ventilating Systems". 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical product data for air distribution devices including the following: 1. Schedule of air distribution devices indicating drawing designation, room location, number furnished, model number, size, and accessories furnished. 2. Data sheet for each type of air distribution devices, and accessory furnished; indicating construction, finish, and mounting details. AIR DISTRIBUTION DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 88 10-1 3. Performance data for each type of air distribution devices furnished, including aspiration ability, temperature and velocity traverses; throw and drop; and noise criteria ratings. Indicate selections on data. B. Shop Drawings: Submit manufacturer's assembly -type shop drawing for each type of air distribution devices, indicating materials and methods of assembly of components. C. Maintenance Data: Submit maintenance data, including cleaning instructions for finishes, and spare parts lists. Include this data, product data, and shop drawings in maintenance manuals; in accordance with requirements of Division 1. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver air distribution devices wrapped in factory -fabricated fiber -board type containers. Identify on outside of container type of outlet or inlet and location to be installed. Avoid crushing or bending and prevent dirt and debris from entering and settling in devices. B. Store air distribution devices in original cartons and protect from weather and construction work traffic. Where possible, store indoors; when necessary to store outdoors, store above grade and enclose with waterproof wrapping. 1.06 WARRANTY A. Warrant the installation of the Work specified herein for one year against becoming unserviceable or causing an objectionable appearance resulting from defective or nonconforming workmanship. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Titus Company B. Metalaire Industries, Inc. C. Nailor Industries D. Krueger E. Substitutions under provisions of Division One. 2.02 GENERAL DESCRIPTION A. Unless otherwise indicated, provide manufacturer's standard air devices when shown of size, shape, capacity, type and accessories indicated on drawings and schedules, constructed of materials and components as indicated and as required for complete installation and proper air distribution. B. Provide air devices that have, as minimum, temperature and velocity traverses, throw and drop, and noise criteria ratings for each size device and listed in manufacturer's current data. C. Unless noted otherwise on drawings, the finish shall be #26 white. The finish shall be an anodic acrylic paint, baked at 315°F for 30 minutes. The pencil hardness must be HB to H. The paint must pass a 100 hour ASTM D117 Corrosive Environments Salt Spray Test without creepage, blistering, or deterioration of film. The paint must pass a 250 hour ASTM -870 AIR DISTRIBUTION DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 88 10-2 Water Immersion Test. The paint must also pass the ASTM D-2794 Reverse Impact Cracking Test with a 50 inch pound force applied. D. Provide air device with border styles that are compatible with adjacent ceiling or wall system, and that are specially manufactured to fit into the wall construction or ceiling module with accurate fit and adequate support. Refer to architectural construction drawings and specifications for types of wall construction and ceiling systems. E. Provide integral volume damper with roll formed steel blades where indicated on drawings or schedules. Dampers shall be opposed blade design with a screw driver slot or a concealed lever operator for adjustment through the face of the air device. F. Air devices designated for fire rated systems shall be pre -assembled with UL classified radiation damper and thermal blanket. Fire rated air devices shall be shipped completely assembled; one assembly per carton. Each assembly shall be enclosed in plastic shrink wrap with installation instructions. 2.03 LOUVERS A. Except as otherwise indicated, provide manufacturer's standard louvers where shown; of size, shape, capacity and type indicated; constructed of materials and components as indicated, and as required for complete installation. B. Provide louvers that have minimum free area, and maximum pressure drop of each type as listed in manufacturer's current data, complying with louver schedule. C. Provide louvers with frame and sill styles that are compatible with adjacent substrate, and that are specifically manufactured to fit into construction openings with accurate fit and adequate support, for weatherproof installation. Refer to architectural construction drawings and specifications for types of substrate. D. Louvers shall be constructed of aluminum extrusions, ASTM B 221, Alloy 6063-T5. Weld units or use stainless steel fasteners. E. Louver Screens: On inside face of exterior louvers, provide 1/2" square mesh anodized aluminum wire bird screens mounted in removable extruded aluminum frames. F. Acceptable Manufacturers: 1. Ruskin Manufacturing Company 2. Greenheck Company 3. Louvers and Dampers, Inc. 4. Substitutions under provisions of Division One. PART 3 — EXECUTION 3.01 All interior surfaces of all air devices shall be painted flat black. 3.02 See floor plans for type, neck size and CFM of air for all air distribution devices. 3.03 Install all air distribution devices as detailed on plans and in accordance with manufacturer's recommendations. END OF SECTION AIR DISTRIBUTION DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 88 10-3 SECTION 23 89 00 METAL DUCTWORK PART 1 - GENERAL 1.01 WORK INCLUDED A. Low pressure ductwork. B. Casings. C. Duct cleaning. 1.02 RELATED SECTIONS A. Section 23 00 01 — Mechanical Basic Material and Methods. B. Section 23 14 00 - Supports and Anchors. C. Section 23 29 00 - Duct Insulation. D. Section 23 91 00 - Ductwork Accessories. E. Section 23 88 10 - Air Distribution Devices. F. Section 23 99 00 - Testing, Adjusting and Balancing. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of metal ductwork products of types, materials and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer's Qualifications: Firms with least 3 years of successful installation experience on projects with metal ductwork systems similar to that required for project. C. Codes and Standards: 1. SMACNA Standards: Comply with latest SMACNA's "HVAC Duct Construction Standards, Metal and Flexible" for fabrication and installation of metal ductwork. 2. ASHRAE Standards: Comply with ASHRAE Handbook, Equipment Volume, Chapter 1 "Duct Construction", for fabrication and installation of metal ductwork. 3. NFPA Compliance: Comply with NFPA 90A "Standard for the Installation of Air Conditioning and Ventilating Systems", NFPA 90B "Standard for the Installation of Warm Air Heating and Air Conditioning Systems", and NFPA 96 Standard. 4. IECC 2000: Comply with 2000 International Energy Conservation Code. 1.04 GENERAL DESCRIPTION A. Extent of metal ductwork is indicated on drawings and in schedules, and by requirements of this section. 1.05 SUBMITTALS METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-1 A. Submit shop drawings, duct fabrication standards and product data under provisions of Division One. B. Indicate duct fittings, particulars such as gages, sizes, welds, and configuration prior to start of work. C. The contract documents are schematic in nature and are to be used only for design intent. The contractor shall prepare sheet metal shop drawings, fully detailed and drawn to scale, indicating all structural conditions, all plumbing pipe and light fixture coordination, and all offsets and transitions as required to permit the duct to fit in the space allocated and built. All duct revisions required as a result of the contractor not preparing fully detailed shop drawings will be performed at no additional cost. 1.06 DEFINITIONS A. Duct Sizes: Inside clear dimensions. For lined ducts, maintain indicated clear size inside lining. Where offsets or transitions are required, the duct shall be the equivalent size based on constant friction rate. B. Low Pressure: Three pressure classifications: 1/2 inch WG positive or negative static pressure and velocities less than 2,000 fpm; 1 inch WG positive or negative static pressure and velocities less than 2,500 fpm, and 2 inch WG positive or negative static pressure and velocities less than 2,500 fpm. C. Medium Pressure: Three pressure classifications: 3 inch WG positive or negative static pressure and velocities less than 4,000 fpm, 4 inch WG positive static pressure and velocities greater than 2,000 fpm, and 6 inch WG positive static pressure and velocities greater than 2,000 fpm and; D. High Pressure: 10 inch WG positive static pressure and velocities greater than 2,000 fpm. 1.07 DELIVERY, STORAGE, AND HANDLING A. Protection: Protect shop -fabricated and factory -fabricated ductwork, accessories and purchased products from damage during shipping, storage and handling. Prevent end damage and prevent dirt and moisture from entering ducts and fittings, use sheet metal end caps on any lined duct exposed to the weather and use 3 mil vinyl wrap with duct tape on end pieces where stored inside. B. Storage: Where possible, store ductwork inside and protect from weather. Where necessary to store outside, store above grade and enclose with waterproof wrapping. PART 2- PRODUCTS 2.01 DUCTWORK MATERIALS A. Exposed Ductwork Materials: Where ductwork is indicated to be exposed to view in occupied spaces, provide materials which are free from visual imperfections including pitting, seam marks, roller marks, stains and discolorations, and other imperfections, including those which would impair painting. METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-2 B. Sheet Metal.: Except as otherwise indicated, fabricate ductwork from galvanized sheet steel complying with ASTM A 527, lockforming quality, with G 90 zinc coating in accordance with ASTM A 525; and mill phosphatized for exposed locations. C. Stainless Steel Sheet: Where indicated, provide stainless steel complying with ASTM A167; Type 316; with No. 4 finish where exposed to view in occupied spaces, No. 1 finish elsewhere. Protect finished surfaces with mill -applied adhesive protective paper, maintained through fabrication and installation. D. Aluminum Sheet: Where indicated, provide aluminum sheet complying with ASTM B 209, Alloy 3003, Temper H14. 2.02 MISCELLANEOUS DUCTWORK MATERIALS A. General: Non combustible and conforming to UL 181, Class 1 air duct materials. B. Flexible Ducts: Flexmaster U.S.A., Inc. Type 8M or approved equal, corrosive resistant galvanized steel formed and mechanically locked to inner fabric with factory wrapped insulation blanket with aluminum vapor barrier and an R-6 thermal conductance. Flexible duct shall have reinforced metalized outer jacket comply with UL 181, Class 1 air duct. Equivalent manufactures are Thermaflex. C. Sealants: Hard -Cast "iron grip" or approved equal, non -hardening, water resistant, fire resistive and shall not be a solvent curing product. Sealants shall be compatible with mating materials, liquid used alone or with tape or heavy mastic. D. Ductwork Support Materials: Except as otherwise indicated, provide hot -dipped galvanized steel fasteners, anchors, rods, straps, trim and angles for support of ductwork. 1. For exposed stainless steel ductwork, provide matching stainless steel support materials. 2. For aluminum ductwork, provide aluminum support materials. 2.03 LOW PRESSURE DUCTWORK A. Fabricate and support in accordance with latest SMACNA Low Pressure Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated. B. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts. No variation of duct configuration or sizes permitted except by approved shop drawings. Obtain engineer's approval prior to using round duct in lieu of rectangular duct. C. Construct T's, bends, and elbows with radius of not less than 1-1/2 times width of duct on centerline. Where not possible and where rectangular elbows are used, provide airfoil - turning vanes. Where acoustical lining is indicated, provide turning vanes of perforated metal with glass fiber insulation. D. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible. Divergence upstream of equipment shall not exceed 30 degrees; convergence downstream shall not exceed 45 degrees. METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-3 E. Use crimp joints with bead for joining round duct sizes 6 inch smaller with crimp in direction of airflow. F. Use double nuts and lock washers on threaded rod supports. 2.04 CASINGS A. Fabricate casings in accordance with SMACNA Low Pressure Duct Construction Standards and SMACNA High Pressure Duct Construction Standards and construct for operating pressures indicated. B. Mount floor mounted casings on 4 inch high concrete curbs. At floor, rivet panels on 8 inch centers to angles. Where floors are acoustically insulated, provide liner of 18 gage galvanized expanded metal mesh supported at 12 inch centers, turned up 12 inches at sides with sheet metal shields. C. Reinforce doorframes with steel angles tied to horizontal and vertical plenum supporting angles. Install hinged access doors where indicated or required for access to equipment for cleaning and inspection. Provide clear wire glass observation ports, minimum 6 X 6 inch size. D. Fabricate acoustic casings with reinforcing turned inward. Provide 16 gage back facing and 22 gage perforated front facing with 3/32 inch diameter holes on 5/32 inch centers. Construct panels 3 inches thick packed with 4.5 lb./cubic foot minimum glass fiber media, on inverted channels of 16 gage. PART 3 - EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS A. Obtain manufacturer's inspection and acceptance of fabrication and installation of ductwork at beginning of installation. B. Provide openings in ductwork where required to accommodate thermometers and controllers. Provide pitot tube openings where required for testing of systems, complete with metal can with spring device or screw to ensure against air leakage. Where openings are provided in insulated ductwork, install insulation material inside a metal ring. C. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. D. Connect terminal units to medium or high pressure ducts with four feet maximum length of flexible duct. Do not use flexible duct to change direction. E. Connect diffusers or troffer boots to low pressure ducts with 6 feet maximum, 4 feet minimum, length of flexible duct. Hold in place with strap or clamp. F. During construction provide temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. G. The interior surface of all ductwork shall be smooth. No sheet metal parts, tabs, angles, or anything else may project into the ducts for any reason, except as specified to be so. All seams and joints shall be external. METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-4 H. All ductwork located exposed on roof shall be "crowned" to prevent water from ponding. Ref: Insulation for additional requirements. I. Where ducts pass through floors, provide structural angles for duct support. Where ducts pass through walls in exposed areas, install suitable sheet metal escutcheons as closers. J. All angles shall be carried around all four sides of the duct or group of ducts. Angles shall overlap corners and be welded or riveted. K. All ductwork shall be fabricated in a manner to prevent the seams or joints being cut for the installation of grilles, registers, or ceiling outlets. 3.02 INSTALLATION OF FLEXIBLE DUCTS A. Determine the minimum length of flexible duct needed for each connection. Excess flex causing tight bends and increased pressure drops are not acceptable. Do not exceed 6'- 0" extended length. B. Install in accordance with Section III of SMACNA's, "HVAC Construction Standards, Metal and Flexible". C. Cut outer vapor barrier and insulation. Fold back insulation and outer vapor barrier to expose inner core. Using sheet metal snips, cut the inner core. D. Connect the inner core to the tap or collar by pulling it a minimum of 1" over the collar. E. Where collars are less than 1" in length, i.e. diffusers, connect a separate collar to the existing collar and proceed as described in 3.02.0 above. F. Wrap the core twice with UL181 Tape over the collar. Secure the connection by placing a clamp over the tap or collar, UL listed Panduit clamps for collars with beads and Stainless Steel clamps for collars without beads are acceptable. G. Roll the insulation and vapor barrier back over the collar or tap as described in 3.02.0 above and wrap twice with UL181 Tape. H. Secure the outer vapor barrier with a clamp as described in 3.02.F above if desired. I. For Medium to High Pressure applications, use duct sealer for 3.02.F and 3.02.G in lieu of UL181 Tape. J. Flexible duct shall be hung with proper support to minimize sagging and snaking between supports. Maximum of 4'-0" between supports. Hanger material will be a minimum of 1 1/2" wide. K. Supports will be used before all vertical 90° bends to prevent sagging and ensure a 1.5 center line turn radius of flexible duct. 3.03 REQUIREMENTS FOR UNIT CASINGS A. Set plenum doors 6 to 12 inches above floor. Arrange door swings so that fan static pressure holds door in closed position. METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-5 3.04 DUCTWORK APPLICATION SCHEDULE AIR SYSTEM MATERIAL Low Pressure Supply Steel Return and Relief Steel General Exhaust Steel Outside Air Intake Steel 3.05 DUCTWORK HANGERS AND SUPPORTS A. All ductwork shall be properly suspended or supported from the building structure. Hangers shall be galvanized steel straps or hot -dipped galvanized rod with threads pointed after installation. Strap hanger shall be attached to the bottom of the ductwork, provide a minimum of two screws one at the bottom and one in the side of each strap on metal ductwork. The spacing, size and installation of hangers shall be in accordance with the recommendations of the latest SMACNA edition. B. All duct risers shall be supported by angles or channels secured to the sides of the ducts at each floor with sheet metal screws or rivets. The floor supports may also be secured to ducts by rods, angles or flat bar to the duct joint or reinforcing. Structural steel supports for duct risers shall be provided under this Division. 3.06 AIR DUCT LEAKAGE: (From SMACNA Duct Standards 3rd Edition) Test all ductwork (designed to handle over 1000 CFM) as follows: A. Test apparatus The test apparatus shall consist of: 1. A source of high pressure air --a portable rotary blower or a tank type vacuum cleaner. 2. A flow measuring device consisting of straightening vanes and an orifice plate mounted in a straight tube with properly located pressure taps. Each orifice assembly shall be accurately calibrated with its own calibration curve. Pressure and flow readings shall be taken with U-tube manometers. B. Test Procedures 1. Test for audible leaks as follows: 2. Close off and seal all openings in the duct section to be tested. Connect the test apparatus to the duct by means of a section of flexible duct. a. Start the blower with its control damper closed. b. Gradually open the inlet damper until the duct pressure reaches 1.5 times the standard designed duct operating pressure. c. Survey all joint for audible leaks. Mark each leak and repair after shutting down blower. Do not apply a retest until sealants have set. 3. After all audible leaks have been sealed, the remaining leakage should be measured with the orifice section of the test apparatus as follows: METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-6 a. Start blower and open damper until pressure in duct reaches 50% in excess of designed duct operating pressure. b. Read the pressure differential across the orifice on manometer No. 2. If there is no leakage, the pressure differential will be zero. c. Total allowable leakage shall not exceed one (1) percent of the total system design air flow rate. When partial sections of the duct system are tested, the summation of the leakage for all sections shall not exceed the total allowable leakage. d. Even though a system may pass the measured leakage test, a concentration of leakage at one point may result in a noisy leak which, must be corrected. 4. Test Witness a. Air duct leakage test shall be witnessed by Owner/Engineer. b. The Architect or duly authorized construction inspector shall be notified in writing at least 2 working days prior to each test. 3.07 DUCT SYSTEM CLEANING A. Duct system cleaning shall be performed in accordance with the current published standards of ASHRAE and NADCA. B. Duct system cleaning method used shall incorporate the use of vacuum collection devices that are operated continuously during cleaning. A vacuum device shall be connected to the downstream end of the section being cleaned through a predetermined opening. The vacuum collection device must be of sufficient power to render all areas being cleaned under negative pressure, such that containment of debris and the protection of the indoor environment is assured. C. All vacuum devices exhausting air inside the building shall be equipped with HEPA filters (minimum efficiency), including hand-held vacuums and wet -vacuums. D. All vacuum devices exhausting air outside the facility shall be equipped with Particulate Collection including adequate filtration to contain debris removed from the HVAC system. Such devices shall exhaust in a manner that will not allow contaminants to re-enter the facility. Release of debris outdoors must not violate any outdoor environmental standards, codes or regulations. E. Fibrous glass thermal or acoustical insulation elements present in any equipment or ductwork shall be thoroughly cleaned with HEPA vacuuming equipment, while the HVAC system is under constant negative pressure, and not permitted to get wet in accordance with applicable NADCA and NAIMA standards and recommendations. F. Duct cleaning method used shall not damage the integrity of the ductwork, nor damage porous surface materials such as liners inside the ductwork or system components. G. Replace the fiberglass material if there is any evidence of damage, deterioration, delamination, friable material, mold or fungus growth, or moisture such that fibrous glass materials cannot be restored by cleaning or resurfacing with an acceptable insulation repair coating. H. Clean external surfaces of foreign substances which might cause corrosive deterioration of metal or, where ductwork is to be painted, might interfere with painting or cause paint deterioration. METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-7 I. Strip protective paper from stainless ductwork surfaces, and repair finish wherever it has been damaged. J. Temporary Closure: At ends of ducts which are not connected to equipment or air distribution devices at time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent entrance of dust and debris until time connections are to be completed. K. Cleaning Report: Contractor shall provide a report to the Owner indicating the completion of duct cleaning per specification and areas of the duct system found to be damaged and/or in need of repair. 3.08 DUCT JOINTS AND SEAMS A. Seal all non -welded duct joints and seams with duct sealant as indicated. "All longitudinal and transverse joints, seams and connections in metallic and non- metallic ducts shall be constructed as per specified in SMACNA HVAC Duct Construction Standards -Metal and Flexible and SMACNA Fibrous Glass Duct Construction Standards or NAIMA Fibrous Glass Duct Construction Standards. All longitudinal and transverse joints, seams and connections shall be sealed in accordance with the International Enerqv Conservation Code." END OF SECTION METAL DUCTWORK COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 89 00-8 SECTION 23 91 00 DUCTWORK ACCESSORIES PART 1 - GENERAL 1.01 WORK INCLUDED A. Volume control dampers. B. Round Duct Taps. C. Fire dampers. D. Combination fire and smoke dampers. E. Back draft dampers. F. Air turning devices. G. Flexible duct connections. H. Duct access doors. Duct test holes. 1.02 RELATED WORK A. Section 23 24 00 - Vibration Isolation. B. Section 23 89 00 - Ductwork. 1.03 REFERENCES A. NFPA 90A - Installation of Air Conditioning and Ventilating Systems. B. SMACNA - Low Pressure Duct Construction Standards. C. UL 33 - Heat Responsive Links for Fire -Protection Service. D. UL 555 - Fire Dampers and Ceiling Dampers. 1.04 SUBMITTALS A. Submit shop drawings and product data under provisions of Division One. B. Provide shop drawings for shop fabricated assemblies indicated, including volume control dampers duct access doors duct test holes. Provide product data for hardware used. C. Submit manufacturer's installation instructions under provisions of Section 01300, for fire dampers and combination fire and smoke dampers. DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-1 PART 2 PRODUCTS 2.01 VOLUME CONTROL DAMPERS A. Fabricate in accordance with SMACNA Low Pressure Duct Construction Standards, and as indicated. B. Fabricate splitter dampers of material same gauge as duct to 24 inches size in either direction, and two gauges heavier for sizes over 24 inches. C. Fabricate splitter dampers of double thickness sheet metal to streamline shape. Secure blade with continuous hinge or rod. Operate with minimum 1/2 inch diameter rod in self aligning, universal joint, action flanged bushing, with set screw. D. Fabricate single blade dampers for duct sizes to 9-1/2 x 24 inch. E. Fabricate multi -blade damper of opposed blade pattern with maximum blade sizes 12 x 72 inch. 1. Assemble center and edge crimped blades in prime coated or galvanized channel frame with suitable hardware. 2. On outside air, return air, and all other dampers required to be low leakage type, provide galvanized blades and frames, seven inches wide maximum, with replaceable vinyl, EPDM, silicone rubber seals on blade edges and stainless steel side seals. Provide blades in a double sheet corrugated type construction for extra strength. Provide hat channel shape frames for strength and blade linkage enclosure to keep linkage out of the air stream. Construction leakage not to exceed 1/2%, based on 2,000 fpm and 4 inch static pressure. F. Except in round ductwork 12 inches and smaller, provide end bearings. On multiple blade dampers, provide oil -impregnated nylon or sintered bronze bearings. G. Provide locking, indicating quadrant regulators on single and multi -blade dampers. Where rod lengths exceed 30 inches provide regulator at both ends. H. On insulated ducts mount quadrant regulators on stand-off mounting brackets, bases, or adapters. 2.02 ROUND DUCT TAPS A. Taps to trunk duct for round flexible duct shall be spin -in fitting with locking quadrant butterfly damper, model no. FLD-B03 by Flexmaster or approved equal. 2.03 ACCEPTABLE MANUFACTURERS - FIRE DAMPERS AND COMBINATION FIRE AND SMOKE DAMPERS A. Greenheck B. Louvers and Dampers Inc. C. Ruskin. D. Nailor Industries. DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-2 2.04 FIRE DAMPERS A. Fabricate in accordance with NFPA 90A and UL 555, and as indicated. B. Provide curtain type dampers of galvanized steel with interlocking blades. Provide stainless steel closure springs and latches for horizontal installations. Configure with blades out of air stream. C. Fabricate multiple blade fire dampers per U.L. with 16 gauge minimum galvanized steel frame and blades, oil -impregnated bronze or stainless steel sleeve bearings and plated steel axles, 1/8 x 1/2 inch plated steel concealed linkage, stainless steel closure spring, blade stops, and lock. D. Fusible links, UL 33, shall separate at 160 degrees F. Provide adjustable link straps for combination fire/balancing dampers. 2.05 COMBINATION FIRE AND SMOKE DAMPERS A. Fabricate in accordance with NFPA 90A, UL555 and UL 555S, and as indicated. B. Provide factory sleeve for each damper. Install damper operator on exterior of sleeve and link to damper operating shaft. C. Fabricate with multiple blades with 16 gauge galvanized steel frame and blades, oil -impregnated bronze or stainless steel sleeve bearings and plated steel axles, stainless steel jamb seals, 1/8 x 1/2 inch plated steel concealed linkage, stainless steel closure spring, blade stops, and lock, and 1/2 inch actuator shaft. 1. Operators shall be spring return electric type suitable to operate on 120 V AC, 60 cycle. 2. Operators shall be UL listed and labeled. D. See smoke dampers for details and accessories to be included 2.06 SMOKE DAMPERS A. Fabricate in accordance with NFPA 90A and UL 555S, and as indicated. D. Motorized Smoke Dampers: Curtain type, normally open with power on, close automatically when power is interrupted, UL -listed and labeled damper and damper operator. E. Electro thermal Link: Fusible link which melts when subject to local heat of 165 degrees F and from external electrical impulse; UL listed and labeled. F. Each smoke damper and combination fire/smoke damper shall be equipped with end position indicators for remote indication of damper blade position. G. Furnish each smoke damper with a duct mounted smoke detector and sensing tube for proper operation of smoke damper. Duct smoke detectors shall be of the photoelectronic type. Sensing tube shall run the entire width of the duct and comply with manufactures instructions. Smoke detector and sensing tube shall be furnished and factory installed by the damper manufacture. 2.07 ACCEPTABLE MANUFACTURERS - BACKDRAFT DAMPERS DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-3 A. Greenheck B. American Warming and Vent. C. Louvers and Dampers Inc. D. Ruskin. E. Substitutions: Under provisions of Division One. 2.08 BACKDRAFT DAMPERS. A. Gravity back draft dampers, size 18 x 18 inches or smaller, furnished with air moving equipment, may be air moving equipment manufacturers standard construction. B. Fabricate multi -blade, parallel action gravity balanced back draft dampers of 16 gauge galvanized steel, or extruded aluminum, with blades of maximum 6 inch width, with felt or flexible vinyl sealed edges, linked together in rattle -free manner with 90 degree stop, steel ball bearings, and plated steel pivot pin; adjustment device to permit setting for varying differential static pressure. 2.09 ACCEPTABLE MANUFACTURERS - AIR TURNING DEVICES A. Young Regulator. B. Titus. C. Tuttle and Bailey. D. Substitutions: Under provisions of Division One. 2.10 AIR TURNING DEVICES A. On duct sizes less than 12 x 12, multi -blade device with blades aligned in short dimension; steel or aluminum construction; with individually adjustable blades, mounting straps. B. Multi -blade device with radius blades attached to pivoting frame and bracket, steel or aluminum construction, with worm drive mechanism with 18 inch long removable key operator. 2.11 ACCEPTABLE MANUFACTURERS - FLEXIBLE DUCT CONNECTIONS A. Metaledge. B. Ventglass. C. Substitutions: Under provisions of Division One. 2.12 FLEXIBLE DUCT CONNECTIONS TO AIR MOVING EQUIPMENT A. Fabricate in accordance with SMACNA Low Pressure Duct Construction Standards, and as indicated. B. UL listed fire -retardant neoprene coated woven glass fiber fabric to NFPA 90A, minimum DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-4 density 20 oz per sq yd, approximately 6 inches wide, crimped into metal edging strip. 2.13 ACCEPTABLE MANUFACTURERS - DUCT ACCESS DOORS A. Greenheck B. American Warming and Vent. C. Ruskin. D. Titus. E. Substitutions: Under provisions of Division One. 2.14 DUCT ACCESS DOORS A. Fabricate in accordance with SMACNA Low Pressure Duct Construction Standards and as indicated. B. Review locations prior to fabrication. C. Fabricate rigid and close -fitting doors of galvanized steel with sealing gaskets and quick fastening locking devices. For insulated ductwork, install minimum one inch thick insulation with sheet metal cover. Insulation shall be replaceable without field cutting or patching. D. Access doors smaller than 12 inches square may be secured with sash locks. E. Provide two hinges and two sash locks for sizes up to 18 inches square, three hinges and two compression latches with outside and inside handles for sizes up to 24 x 48 inches. Provide an additional hinge for larger sizes. F. Access doors with sheet metal screw fasteners are not acceptable. 2.15 DUCT TEST HOLES A. Cut or drill temporary test holes in ducts as required. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist -on metal caps. B. Permanent test holes shall be factory fabricated, air tight flanged fittings with screw cap. Provide extended neck fittings to clear insulation. PART 3 EXECUTION 3.01 INSTALLATION A. Install accessories in accordance with manufacturer's instructions. B. Balancing Dampers 1. Provide at points on low pressure supply, return, and exhaust systems where branches are taken from larger ducts and as required for air balancing. Use splitter dampers only where indicated. 2. All regulators mounted on externally insulated ductwork shall have 16 gauge elevated platforms at least 1/8 inch higher than the thickness of the insulation. Damper shaft shall have Ventlock No. 607 bearing mounted on ductwork within DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-5 elevated platform. If duct is inaccessible the operating handle shall be extended and the regulator installed on the face of the wall or ceiling. Where regulators are exposed in finished parts of the building, they shall be flush type, Ventlock No. 666. All regulators shall be manufactured by Ventlock, or approved equal. 3. All dampers in lined ductwork shall have bushing to prevent damper damage to liner. C. Provide fire dampers at locations indicated, where ducts and outlets pass through fire rated components, and where required by authorities having jurisdiction. Install with required perimeter mounting angles, sleeves, breakaway duct connections, corrosion resistant springs, bearings, bushings and hinges. D. Demonstrate re -setting of fire dampers to authorities having jurisdiction and Owner's representative. E. Provide back draft dampers on exhaust fans or exhaust ducts nearest to outside and where indicated. F. Provide flexible duct connections immediately adjacent to equipment in ducts associated with fans and motorized equipment. Provide at least one inch slack at all flexible duct connections. G. Provide duct access doors for inspection and cleaning before and after filters, coils, fans, automatic dampers, at fire dampers, and elsewhere as indicated. Provide minimum 8 x 8 inch size for hand access, 18 x 18 inch size for shoulder access, and as indicated. H. Provide duct test holes where indicated and required for testing and balancing purposes. END OF SECTION DUCTWORK ACCESSORIES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 91 00-6 SECTION 23 99 00 TESTING, ADJUSTING, AND BALANCING PART1- GENERAL 1.01 GENERAL REQUIREMENTS A. Conditions of the contract and general requirements in Division 1 apply to work specified in all section of Division 23. B. All Division 23 specification sections, drawings, and general provisions of the contract apply to work of this section, as do other documents referred to this section. C. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. D. Requirements for submittals, shop drawings, and substitutions, Division 1, Section 013000 and 016000, apply to work specified in all sections of Division 23. 0 E. The basic Materials and Methods, Section 230500, are included as a part of this Section as though written in full in this document. 1.02 REFERENCES AND STANDARDS A. The publications listed below from a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. ASSOCIATED AIR BALANCE CONCIL (AABC) (2002) National Standards for Testing Adjusting Balancing of Environmental Systems NATIONAL EVROMENTAL BALANCING BUREAU (NEBB) (1998) National Standards for Testing Adjusting Balancing of Environmental Systems (1994) Procedural Standards for the Measurement and Assessment of Sound and Vibration B. TAB shall be preformed in accordance with the requirements of the standard under which the TAB Firm's qualifications are approved, i.e., AABC or NEBB procedural standards, unless otherwise specifies herein. All recommendations and suggested practices contained in the TAB standard shall be considered mandatory. The provisions of the TAB Standard, including checklists, report forms, etc. Shall, as nearly as practical, be used to satisfy the Contract requirements. The TAB standard shall be used for all aspects of TAB, including qualifications, for the TAB Firm and Specialist and calibration of TAB instruments. Where the instrument manufacturer calibration recommendations are more stringent than those listed in the TAB Standard, the manufacture's recommendations shall be adhered to. All quality assurance provisions of the TAB Standard such as performance guarantees shall be part of this contract. For systems or system components not covered in the TAB standard TAB procedures shall be developed by the TAB Specialist. Where new procedures, requirements, etc. applicable to the Contact requirements have been published or adopted by the body responsible for the TAB Standard used (AABC or TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-1 NEBB), the requirements and recommendations contained in these procedures and requirements shall be considered mandatory. C. The TAB contractor shall submit all questions regarding interpretations and questions regarding these standards in writing or as required by documents to the NE team who shall provide formal reply in ka reasonable time. Decisions of the NE team shall be final. 1.03 DEFINITIONS AND SIMILAR TERMS A. In some instances, terminology differs between the Contract TAB Standard primarily because the intent of this section is to use the industry standards specified, along with the additional requirements listed herein to produce optimal results. The following table of similar terms is provided for clarification only. Contract requirements take precedent the corresponding AABC or NEBB where differences. CONTRACT TERM AABC TERM NEBB TERM TAB Standard National Standard Testing and Balancing Heating, Ventilating, and Air Conditioning System Procedural Standards for Testing Adjusting Environmental System TAB Specialist TAB Engineer TAB Supervisor System Readiness Construction Phase Field Readiness Check Inspection Check & Preliminary Field Procedures 1.04 QUALIFICATIONS A. The TAB of the air conditioning systems will be performed by an independent, impartial technical firm whose operations are limited only to the field of professional TAB, and is not a part or subsidiary of any other project contractor or subcontractor, to include, but not limited to General Contractor, and Mechanical; Contractor. The TAB work will be done under the direct supervision of qualified Professional Engineer employed as a full time employee of TAB firm. B. The TAB agency shall be either a member of AABC or certified by the NEBB and certified in all categories and functions where measurements or performance are specified on the plans and specifications. C. QUALIFICATIONS OF CONTRACTOR PERSONAL: Submit evidence to show that the people who shall be in charge of correcting deficiencies for balancing the systems are qualified. The Owner and Engineer reserve the right to require that the originally approved personal be replaced with other qualified personnel if, in the Owner and Engineer's opinion, the original personnel are not qualified to properly place the system in condition for balancing. D. QUALIFICATIONS OF TAB FIRM The certification shall be maintained for the entire duration of specified herein. If, for any reason, the firm losses subject certification during this period, the Contractor shall immediately execute each certifying agency's applicable Performance Guaranty, then immediately notify the Contracting Officer and submit another TAB firm for approval, at no additional cost to Project Owner, Architect, Engineer, or their designated representatives. Any firm that has been the subject to disciplinary action by either the AABC or the NEBB TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-2 within the five years preceding the contract award shall not be eligible to perform any duties related to the HVAC systems including TAB. All work specified in this section and in other related sections to be performed by the TAB firm shall be considered invalid if the TAB firm losses its certification prior to contract completion and must be performed by an approved successor, at no additional cost to Project Owner, Architect, Engineer, or their designated representative. The TAB firm shall have an occupied office within 100 miles of the project site. E. QUALIFICATIONS OF TAB FIRM PERSONAL: 1. A minimum of one registered Professional Engineer, licensed in the State the work is performed, is required to be in permanent employment of the firm. 2. The TAB Specialist shall be either a member of AABC or an experienced technician of the firm certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason the Specialist losses subject certification during this period, the Contractor shall immediately execute each certifying agency's applicable Performance Guaranty, then immediately notify the Contracting Officer and submit another TAB Specialist for approval, at no additional cost to Project Owner, Architect, Engineer, or their designated representatives. Any individual that has been the subject of disciplinary action by either the AABC or the NEBB within the five years preceding the contract award shall not be eligible performed any duties related to the HVAC systems, including TAB. All work specified in this section and other related sections to be performed by the TAB Specialist shall be considered invalid if the TAB Specialist losses certification prior to the contract completion and must be performed by an approved successor, at no additional cost to the Project Owner, Architect, Engineer, or their designated representatives. 3. Personal used on the job site shall be either Professional Engineers or technicians, who shall have been permanent, full time employees of the firm for a minimum of six months prior to the start of work for that specified project. 4. Evidence shall be submitted to show that the personal who actually balanced the systems are qualified. Evidence showing that the personnel have passed the tests required by the Associated Air Balance Council (AABC) or National Environmental Balancing Bureau (NEBB) shall be required. F. ACCEPTABLE TAB FIRMS SHALL INCLUDE: 1. Engineering Air Balance Company (210-736-9494) 2. PHI Service Agency (210-224-1665) 3. Precisionaire of Texas (281-499-09610) 4. Testing Specialties Inc. (210-492-8885) 1.05 SCOPE OF WORK A. The General (Prime) Contractor will contract with a professional TAB firm under the provisions of paragraph 1.04 of this section. B. The TAB firm will be responsible for inspecting, adjusting, balancing, and logging the data on the performance of fans, dampers in the duct system, and air distribution devices. The TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-3 Contactor and the various subcontractors of the equipment installed shall cooperate with the TAB firm to furnish necessary data on the design and proper applications of the system components and provide labor ad material required to eliminate deficiencies or poor performance. D. The work included in this section consists of furnishing labor, instruments, and tools required in testing, adjusting, and balancing the HVAC systems, as described in these specifications or shown on accompanying drawings. Services shall include checking equipment performance, taking specified measurements, recording and reporting the results. The items requiring testing, adjusting, and balancing include the following (as applicable to contract drawings): AIR SYSTEMS Air Handling Units Packaged Units Exhaust Fans VAV Terminal Units Diffusers, Registers, & Grilles Coils (Air Temperature HYDRONIC SYSTEMS Pumps Chillers Coils ( Air Temperature) 1.06 SUBMITTALS AND RELATED DOCUMENTS: A. The name of the selected AABC or NEBB certified firm shall be submitted to the Engineer for approval within 30 days after contract award. B. Within 30 days after the award of contract, the TAB firm shall submit for approval an organizational chart and proof of current certification which shall identify all AABC or NEBB certified Supervisors or Specialist. The TAB firm shall submit a company resumes listing personal and project experience in air and hydronic system balancing. TAB firm will also provide information showing successful completion for three similar scope projects for which the firm is being contracted. C. Within 30 days after the award of contract, the TAB firm will submit for approval the name of the TAB Specialist and/or Professional Engineer, who will have direct supervision of all TAB related labor through completion of project. D. Within 30 days after the award of contract the TAB firm shall submit TAB procedures and agenda proposed to be used. E. Within 30 days after the award of contract, but prior to TAB field measurements, the TAB firm shall submit sample report forms, sample report forms, which shall include minimum data required by either the AABC or NEBB National Standards. F. Within 15 days of notification of approval of TAB firm and TAB Specialist by engineer, TAB firm shall conduct a Design Review of contract drawings and submit a Design Review report. G. Proposed date and time for execution of Systems Readiness Inspection shall be submitted no later than 7 days prior to inspection. A copy of the Systems Readiness Inspection Report TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-4 shall be signed by the TAB Specialist and shall bear the seal of the Professional Society or National Association used as the TAB Standard. H. Proposed date and time to begin field measurements, making adjusting, ext., for the TAB report, shall be submitted with the Systems Readiness Inspection Report. Six (6) copies of the completed TAB Report shall be submitted for approval no later than 7 days after the execution of TAB. All copies of TAB Report shall be signed by the TAB Specialist and shall bear the seal of the Professional Society or National Association used as the TAB Standard. J. Proposed date and time to begin TAB Completion Verification, shall be submitted with the TAB Report. Six (6) copies of TAB Completion Verification Report shall be submitted no later than 7 days after execution of TAB verification. K. Proposed date and time for execution of Opposite Season Inspection shall be submitted no later than 7 days prior to inspection. 1.07 INSTRUMENTATION A. All instruments used for measurements shall be accurate and calibrated. TAB firm shall submit list of all instruments, to include gauges, thermometers, flow measuring hoods, and other balancing devices to be used in balancing the system. The list will indicate name of equipment, function, model number, serial number, date of the last calibration, and date calibration is due. TAB firm shall submit copies of calibration certificates for all test instruments used showing all devices were properly calibrated before proceeding with system balancing. All instruments will be within one year of calibration for duration of the project. If duration of project exceeds the tenure of instrument calibration, then said instrument must be recalibrated, and copy of calibration certificate sent to Engineer, before the instrument is placed into continued use. 1.08 TAB PREPARATION AND COORDINATION A. It is the intent of this specification section to provide for a completely tested, adjusted, and balanced (TAB) installation without overlaps or omissions between the installing contractor and the TAB contractor. The installing contractors are those who perform the installation of this work and make all preparations for the TAB contractor who performs the testing, adjusting, and balancing described herein. B. The contactor Manager or General Contractor performing the General construction work shall coordinate the work of the contractors performing the Mechanical, Electrical, Automatic Temperature Control, and TAB work to provide complete properly tested, adjusted, and balanced systems. The Construction Manager or General Manager shall require and provide a start-up report for each piece of equipment furnished. C. The contractor performing the HVAC work shall coordinate all Mechanical work, including Sheet Metal work and Automatic Temperature Controls, to provide a complete, properly tested adjusted and balanced system throughout. He shall furnish progress reports regarding this phase of the work on a regular basis as directed. At such time as the systems are started up, the Contractor performing the Mechanical work shall provide TAB Contractor with documentation that the duct systems have been tested to the satisfaction of the Duct Leak Test Specifications. The Mechanical Contractor shall insure that all comments are installed and operating, and the major components such as fans, pumps, refrigeration machines, and the like are capable of producing the scheduled capacity requirements. The requirement does not relieve the Mechanical Contractor of any other requirements specified elsewhere. Should any of these components or systems not be capable of producing these TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-5 requirements, he shall make corrections within the limits of his responsibility or as otherwise authorized and shall certify in writing that the systems are ready for final testing and balancing by the Tab contractor. D. The contractor performing the Electrical work shall work coordinate all electrical work to provide complete, properly tested, adjusted and balanced mechanical systems throughout the project. He shall furnish progress reports on a regular basis as directed. He shall certify in writing when each system is electrically operable, including the check for proper rotation of equipment. E. The Contractor performing the Automatic Temperature Controls work shall coordinate all controls work to provide complete, properly tested, adjusted and balanced mechanical systems throughout the project. He shall furnish progress reports on a regular basis as directed. He shall certify in writing when each system is operational from an Automatic Temperature Controls standpoint. This contractor shall also provide to TAB contractor all necessary submittal information, software, and/or personal complete, properly tested, adjusted and balanced mechanical systems. F. The TAB contractor shall from the award of contract, begin preparation. PART 2 -PRODUCTS (NOT USED) PART 3- EXECUTION 3.01 SERVICES OF THE CONTRACTOR A. The drawing and specifications have indicated valves, dampers, and miscellaneous adjustment devices for the purpose of adjustment to obtain optimum operating conditions, install these devices in a manner that leaves them accessible, provide access as requested by the TAB firm. B. Have systems complete and in operational readiness prior to notifying the TAB firm the project is ready for their services, and certify in writing to the Construction Manager that such a condition exists. C. As a part of the Work of this Section, make changes in the sheaves, belts, and dampers or the addition of dampers required for correct balance of new work as required by TAB firm, at no additional cost to owner. D. Fully examine the existing system to be balanced, to determine, whether or not sufficient volume dampers, balancing valves, thermometers, gauges, pressure in the duct systems, means of determining water flow, and other means of taking data needed for proper water and air balancing are existing. Submit to the Engineer in writing a listing of omitted items considered necessary to balance existing systems. Submit the list and proposal as a cost add item. E. Verify that fresh air louvers are free of blockage, coils are clean and fresh air ducts to each air handling unit has individually adjustable volume regulating dampers. F. Provide correct, repair, or replace deficient items or conditions found during the testing, adjusting, and balancing period. G. In order that systems may be properly tested, balanced, and adjusted as specified, operate the systems at no expense for the Owner at the length of time necessary to properly verify their completion and readiness for TAB period. TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-6 H. Project Contract completion schedules shall allow time for allowance to permit the successful completion of TAB services to Owner's final inspection and expectance. Complete, operational readiness, prior to commencement of TAB services, shall include the following services of the Contractor: 1. Construction status of building shall permit the closing of doors, window, ceilings, installed and penetrations complete, to obtain project operating conditions. 2. AIR DISTRIBUTION SYSTEMS: a. Verify installation for conformity to design. Supply, return, and exhaust ducts terminated and pressure tested for leakage as specified. b. Volume and fire dampers properly located and functional. Dampers serving requirements of minimum and maximum outside air, return and relief shall provide tight closure and full opening, smooth and free operation. c. Supply return, exhaust and transfer grilles, registers and diffusers. d. Air handling systems, units and associated apparatus, such as heating and cooling coils, filter sections, access doors, ect., shall be blanked and sealed to eliminate excessive bypass or leakage of air. e. Fans (supply and exhaust) operating and verified for freedom from vibrations, proper fan rotation and belt tension; overload heater elements shall be of proper size and rating ; record motor amperage and voltage and verify that these functions do not exceed nameplate ratings. f. Furnish or revise fan drives or motors as necessary to attain the specified air volumes. 3. WATER CIRCLULATING SYSTEMS a. Position valves pertinent to system design and require operation to permit full flow of water through system components. Operate hydronic systems under full flow conditions until circulating water is clean. Remove and clean strainers as required during this cycle of operation. b. Record each existing pump motor amperage and voltage, for retrofit. Readings shall not exceed nameplate rating. c. Verify, on new equipment, electrical starter overload heater elements to be of proper size and rating. d. Ensure that water circulating systems shall be full of water and free of air; expansion tanks set for proper water level, and air vents installed at high points of systems and operating freely. Advise Owner of deficiencies. e. Check and set operating temperatures of heat exchangers to design requirements. 4. AUTOMATIC CONTROLS a. Verify that control components are installed in accordance with project documents and functional, electrical interlocks, damper sequences, air and water resets, fire and freeze stats. b. Controlling instruments shall be functional and set for design operating conditions. Factory pre -calibration of room thermostats and pneumatic equipment will not be acceptable. c. The temperature shall be regulation shall be adjusted for proper relationship between the controlling instruments and calibrated by the TAB Contractor. Advise Owner of deficiencies or malfunctions. 3.02 SERVICES OF THE TAB FIRM A. The TAB firm will act as liaison between the Owner, Engineer, and Contractor and inspect the installation of mechanical piping system, sheet metal work, temperature controls and other component parts of the heating, air conditioning and ventilating systems being retrofitted, repaired, or added under this Contract. The re -inspection of the Work will cover that part related to proper arrangement and adequate provision for the testing and balancing and will be done when the Work is 80 percent complete. TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-7 B. Upon completion of the installation and start —up of the mechanical equipment, to check, adjust, and balance system components to obtain optimum conditions in each conditioned space in the building. Prepare and submit to the Owner complete reports on the balance and operations of the systems. C. Measurements and recorded readings of air, water and electricity that appear in the TAB reports will be done by the permanently employed technicians or engineers of the TAB firm. D. Make an inspection in the building during the opposite season from that in which the initial adjustments were made. At the time, make necessary modifications to the initial adjustments required to produce optimum operation of system components to effect the proper conditions as indicated on the Drawings. At time of opposite season check-out, the Owner's representative will be notified before readings and adjustments are made. E. In fan systems, the air quantities indicated on the Drawings may be varied as required to secure a maximum temperature variation of two degrees with each separately controlled space, but the total air quantity indicated for each zone must be obtained. It shall be the obligation of the Contractor to furnish or revise fan drive and motors if necessary, without cost to the Owner, to attain the specified air volumes. F. The various existing water circulating systems shall be cleaned, filled, purged, of air, and put into operation before hydronic balancing. 3.03 PROFESSIONAL REPORT A. Before the final acceptance of the report is made the TAB will furnish the Owner the following data to be approved by the Owner and Engineer. 1. Summary of main supply, return and exhaust duct pilot tube traverses and fan settings indicating minimum value required to achieve specified air volumes. 2. A listing of the measured air quantities at each outlet corresponding to the temperature tabulation as developed by the Engineer and TAB firm. 3. Air quantities at each return and exhaust air handling device. 4. Static pressure readings entering and leaving each supply fan exhaust fan, filter, coil, balancing dampers and other components of the systems included in the retrofit Work. These readings will be related to performance curves in terms of the CFM handled if available, 5. Motor current readings at each equipment motor on load side of capacitors. The voltages at the time of the reading shall be listed. 6. The final report shall certify test methods and instrumentation used, final velocity reading obtained, temperatures, pressure drops, RPM of equipment, amperage of motors, air balancing problems encountered, recommendations and uncompleted punch list items. The test results will be recorded on standard forms. 7. A summary of actual operating conditions shall be included with each system outlining normal and ventilation cycles of operation. The final report will act as a reference of actual operating conditions for the Owner's operating personal. 3.03 BALANCING AIR CONDITIONING SYSTEM A. GENERAL 1. Place all equipment into full operation, and shall continue the operating during each working day of balancing and testing. If the air conditioning system is balanced during OFF -Peak cooling seasons Balancing Contractor shall return to rebalance air side system as required to put system in proper balance at that time. TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-8 2. The contractor shall submit detailed balancing and recording forms for approval. After the approval by the Architect, prepare complete set of forms for recording test data on each system. All Work shall be done under the supervision of Registered Professional Engineer. All instruments used shall be accurately calibrated to within 1% of scale and maintained in good working order. 3. Upon completion of the balancing and testing, the Balancing Contractor shall compile the test data in report forms, and forward five copies to the Architect for evaluation 4. The final report shall contain logged results of all tests, including such data as a. Tabulation of air volume at each outlet. b. Outside dry bulb and wet bulb temperature. c. Inside dry bulb and wet bulb temperature in each conditioned space room or area. d. Actual fan capacities and static pressures. Motor current and voltage readings at each fan. B. AIR SYSTEMS: Perform the following operations as applicable to system balance and test: 1. Check fan rotation. 2. Check filters (balancing shall be done with clean filters). 3. Test and adjust blower rpm to design requirements. 4. Test and record motor full load amperes. 5. Test and record system static pressures, suction and discharge. 6. Test and adjust system for design cfm, return air and outside air (+2%). Change out fan sheaves as required to balance system. 7. Test and record entering air temperatures, db and wb. 8. Test and record leaving air temperature, db and wb 9. Adjust all zones to design cfm (+2%). 10. Test and adjust each diffuser, grille, and register to within 5% of design. D. DX SYSTEMS: 1. Test and record suction and discharge pressures at each compressor and record ambient air temperature entering the condensing coils. 2. Test and record unit full load amps and voltage. 3. Test and record staging and unloading of unit required by sequence of operation or drawing schedule. E. Automatic temperature controls shall be calibrated and all thermostats and dampers, adjusted so that the control system is in proper operating condition, subject to approval of the Architect. F. The Air Balance Contractor shall report to Engineer all air distribution devices or other equipment that operate noisily so that corrective measures may be implemented by the Contractor at no additional cost to the owner. END OF SECTION TESTING, ADJUSTING, AND BALANCING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 Page 23 99 00-9 SECTION 260100 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE: A. The Contractor shall execute all work as hereinafter specified, as shown on the drawings or as necessary to provide complete and functioning systems. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the specifications or drawings. 1.02 LAWS AND ORDINANCES: A. All work and materials shall conform to the requirements of the federal, state, and local laws and ordinances having jurisdiction at the jobsite. The installation shall be in strict accordance with the latest edition of the National Electrical Code (NEC). The Contractor at no increase in contract price shall make all modifications to the work, which may be required by an authority having legal jurisdiction over the work. 1.03 LICENSES, FEES AND PERMITS: A. The Contractor shall have a Master Electrician license issued by or acceptable to the city in which the work is to be performed. Additionally, and at all times while work is being performed, for every five or less craftsman working on the project site, at least one craftsman shall have a Journeyman Electrician license issued by or acceptable to the city in which the work is to be performed. A city electrical construction permit will be required for this project. 1.04 THE DRAWINGS AND SPECIFICATIONS: A. The drawings and specifications shall be interpreted together, and any and all work included in either, though not in both, shall be part of the contracted work. The drawings are diagrammatic but shall be followed as closely as actual construction of the project and existing job site conditions will permit. Any changes due to equipment supplied, conflict with the work of other trades or to make this work conform to the National Electrical Code shall be made by the Contractor at no increase in contract price. 1.05 SITE CONDITIONS: A. Before submitting his bid, the Contractor shall visit the site and familiarize himself with all existing conditions and his bid shall be based on accepting conditions as they exist. 1.06 MATERIALS AND EQUIPMENT: ELECTRICAL GENERAL PROVISIONS 26 01 00 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 A. All materials and equipment furnished by the Contractor shall be new. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such materials and equipment. Where two or more units of the same item are required, they shall be products of a single manufacturer. The Contractor shall unload and properly store all electrical materials and equipment delivered to the jobsite. 1.07 UTILITY CONNECTIONS AND SERVICE: A. The Contractor shall make arrangements for connection with the electrical utility company that will serve the jobsite and shall comply with all the rules, regulations and requirements of the utility company. The Contractor shall examine the site, confer with the utility company and verify the requirements for connections prior to bidding the work. The Contractor shall verify with the utility company the exact location of service tie-in points, cable routes, etc. Failure of the Contractor to contact the utility company and obtain such information prior to bidding the work shall not be considered as a basis for additional compensation. Where outages to existing electrical service are required, the Contractor shall coordinate the timing and duration of such outages with Owner's representative. B. The Contractor shall furnish and install a meter enclosure for the utility company meter. The enclosure and installation shall be in accordance with utility company requirements. 1.08 SAFETY: A. It shall be the responsibility of the electrical Contractor to initiate, maintain, and supervise all safety precautions required by local, state, and federal laws, including OSHA. 1.09 SUBMITTALS: A. Submittals for Approval: 1. Submit in accordance with Section 013000 except as otherwise stated herein. 2. Within 30 calendar days after award of contract, the Contractor shall furnish seven (7) sets of drawings and data as described herein for Engineer approval. No item of equipment or material shall be ordered or shipped to the job site until the Engineer has given written approval of the submittal data. 3. The submittal data shall be bound in a 3 -ring binder with dividers. The binder shall include a cover and a table of contents with the contractors name as well as the name of the project. All data shall be divided by specification section. 4. The submittal data for each item shall include descriptive literature, performance data, shop drawings technical literature and any other necessary data to readily identify that the equipment will meet the requirements of the drawings and specifications. 5. One complete submittal of drawings and data shall be made for all required items. Partial or incomplete submittals will be returned without comment. All copies furnished shall be manufacturer's original copies of good quality, ELECTRICAL GENERAL PROVISIONS 26 01 00 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 legible photocopies or blue line prints. Copies transmitted by facsimile machine are not acceptable. 6. Submittal documents shall be job specific. Where manufacturer's standard drawings or catalog sheets are provided, they shall be marked to show specifically what is being furnished. Drawings shall be marked to show Owner's name, plant location, project description and equipment designation. 7. Substitutions for specified products shall be in compliance with Paragraph 1 10. 8. The Contractor shall review all manufacturers' submittals for completeness, accuracy and compliance with project specifications before submitting to Engineer. 9. The Engineer will review the complete submittal package and return five (5) sets to the Contractor with individual items marked in one of the following three forms: Reviewed as submitted Reviewed with comments Disapproved Items that are disapproved shall be corrected as required and shall be resubmitted to the Engineer for approval. B. Approval of submittals, etc. shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. C. Submittal of Record Data: 1. Record Data: Provide seven (7) sets of record data books containing information listed below. The material shall be bound into appropriately sized 3 ring binders, organized with dividers and index sheets. The binders shall be appropriately labeled with the Owner's name, project name and location. The data books shall include: a. Certified as -built shop drawings for all fabricated equipment. b. Approved product data for all items required in Paragraph 1.09A. c. Spare parts lists d. Test records. 2. Record Drawings: Provide one (1) set of project drawings marked neatly and legibly in colored pencil to show any significant deviation between actual conditions and original design layout. 3. Operation and Maintenance Data: Provide seven (7) sets of manufacturer's operation and maintenance data on equipment and components. The data shall be organized into loose-leaf binders with dividers and master index. 1.10 SUBSTITUTIONS: A. Requirements for Substitutions: It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's ELECTRICAL GENERAL PROVISIONS 26 01 00 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 product is mentioned. Written request for substitutions of equivalent products will be considered provided all the following conditions are met. Substitutions for specified products will not be permitted unless all of the following conditions are met: 1. Written request shall be received in the Engineer's office ten (10) days prior to the day of bid opening. Requests after ten days prior to the day of bid opening will not be considered. 2. Request shall include complete technical data, i.e. product data sheets, curve, ratings, etc. 3. Request shall include a complete written comparison of differences and similarities between the proposed and specified product. Provide a written comparison for each substitution being requested. 4. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. 5. If modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings if necessary. B. Approval: If the above has been complied with, and in the Engineer's opinion the product proposed for substitution is equivalent to that mentioned, the product will be approved for substitution and all prospective bidders will be so notified. 111 PROTECTION: A. All new work, equipment and materials shall be protected at all times to prevent damage or breakage, either in transit, storage, installation or testing. All openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemical or mechanical injury. This shall include the erection of all required temporary shelters, cribbing of any apparatus above floor construction and covering of apparatus in incomplete buildings with tarpaulins or other protective covering. Temporary electric heaters shall be installed to keep apparatus dry. All rotating equipment and/or machinery shall be properly lubricated and rotated on a regular basis. All electrical materials and equipment damaged during handling, storage, and installation, until the Owner has accepted the project, shall be repaired or replaced by the Contractor with no increase in contract price. 1.12 COORDINATION: A. The Contractor shall not hinder and/or delay any work being accomplished by other construction companies at or near the general construction site; nor shall the Contractor impede normal operation of the Owner at any time except as otherwise indicated. 1.13 WORKMANSHIP: ELECTRICAL GENERAL PROVISIONS 26 01 00 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 A. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. The Engineer reserves the right to direct the removal or replacement of any item which, in his opinion, does not present a reasonably neat or workmanlike appearance, providing that same can be properly installed in an orderly way by usual methods for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified. 1.14 EQUIPMENT BY OTHERS: A. This Contractor shall make electrical connections to equipment installed by other trades. The mechanical contractor shall install all motor driven equipment and motors furnished under this contract. 1. The Contractor shall verify the electrical requirements of equipment and appliances furnished by others with data provided by the successful vendor or vendors. The Contractor shall provide the proper sized circuits, circuit breakers, starters, disconnect switches, receptacles, etc. as required to connect this equipment. If changes are required to electrical systems shown on the drawings, the Contractor shall make these changes at no additional cost to Owner. 1.15 CUTTING AND REPAIRING: A. The Contractor shall coordinate the work to eliminate cutting of the construction except as specified. Where it becomes necessary to cut through the construction to permit the installation of work or the repair of defective work, it shall be done by mechanics skilled in the trade of erecting the type of work involved. The Contractor without additional compensation shall pay the cost of cutting and repairing. No cutting shall be done to any structural members unless the Engineer grants specific permission, in writing. 1.16 SLEEVES, INSERTS, SUPPORTS, ANCHOR BOLTS, FLASHING AND FOUNDATIONS: A. Furnish and install all sleeves, inserts, supports, anchor bolts, flashing, counter flashing and foundations required for the proper installation of the proposed work. 1.17 CLEANING: A. All debris resulting from the construction shall be removed from the project site daily. Upon completion of the project, unused materials and equipment shall be removed from the project site. All visible labels, dirt overspray, paint, grease, and stains shall be removed from all electrical equipment. Labels indicating testing laboratory approval or giving parts numbers shall be left in place. 1.18 TESTING: ELECTRICAL GENERAL PROVISIONS 26 01 00 - 5 Collier Pool Renovations (Bond 2012) Project No. E14008 A. The Contractor shall test the entire wiring system for proper voltage level and balance, and for short circuits and grounds in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. This Contractor shall make all corrections to accomplish such. 1.19 INSPECTIONS: A. The Contractor shall cooperate with and provide assistance to the Engineer or the Engineer's Inspector in making periodic and final inspections of the work. This assistance shall include, but not necessarily be limited to, the furnishing of labor, tools, etc. to operate equipment and demonstrate its proper functioning. Also included shall be the removal of outlet, junction box and panel covers, etc. as necessary for the Engineer to inspect the work. 1.20 GUARANTEE: A. Any defects from imperfect or improper materials or faults arising from improper workmanship that may appear within a period of twelve (12) months from the date of final acceptance of the system shall be amended and made good by the Contractor at his own cost. Any defects or faults shall be attended to within ten (10) days after receiving written notice from the Engineer. Failure to promptly attend to said defects or faults shall be sufficient cause for the Owner to correct the problem with the Owner's forces or the forces of others and invoice the Contractor for any and all charges, including management and overhead, related to correcting said problem. END OF SECTION ELECTRICAL GENERAL PROVISIONS 26 01 00 - 6 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 260600 GROUNDING PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Solid grounding of electrical systems, equipment, machine frames, enclosures, appliances and structures. 2. Basic requirements for grounding for protection of life, equipment, circuits, and systems. 3. Grounding requirements specified in this Section may be supplemented in other sections of these Specifications. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. B3 Standard Specification for Soft or Annealed Copper Wire. 2. B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard or Soft. 3. B33 Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. National Fire Protection Association (NFPA): 1. 70 National Electrical Code 2. 78 Lightning Protection Code C. Underwriters Laboratories Inc. (UL) 1. 467 UL Standard for Safety Grounding and Bonding Equipment. 1.03 SUBMITTALS — FOR APPROVAL: A. Procedure: Submit in accordance with Section 013000 and 260100. B. Product Data: Submit for grounding conductors, ground rods, clamps, connectors, wells and insulating materials. GROUNDING 26 06 00 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 1.04 SUBMITTALS — RECORD DATA: A. Submit in accordance with Section 013000. B. Product Data: Approved, as furnished data as listed above. C. Test Reports 1.05 QUALITY ASSURANCE: A. Items provided under this Section shall be listed or labeled by UL. B. Regulatory Requirements: 1. National Electrical Code (NEC): Provide components and installation as required by National Fire Protection Association (NFPA) 70, Article 250. PART 2 PRODUCTS 2.01 GENERAL: A. Provide products in quantities, sizes and ratings to comply with the NEC or the design drawings, whichever requirements are more stringent. B. Conductor Materials: Copper C. Connector Materials: Copper or bronze, tin-plated where required for corrosion resistance. 2.02 CONDUCTORS: A. Grounding Electrode Conductor: Soft drawn copper, Class B stranded per ASTM B-8, 600 volt TW, THW or THWN insulation. Size per NEC 250. B. Equipment Grounding Conductor: Soft drawn copper, Class B stranded per ASTM B-8 except that conductor sizes Nos. 12 and 10 AWG used in lighting and receptacle branch circuits may be solid conductor. All conductors shall have 600 volt, TW, THW or THWN insulation. C. Grounding Grid Conductor: Medium hard drawn bare copper, Class B stranded per ASTM B-8, No. 2/0 AWG or as otherwise indicated on the drawings. D. Color Code: Insulation color shall be green, except that sizes No. 2 AWG and larger may be black with green colored tape spirally applied over all visible surfaces within enclosures. GROUNDING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 260600-2 2.03 WIRE CONNECTORS: A. Terminal Lugs: Copper alloy, tin-plated, compression type, Burndy type, YA, NEMA 1 hole for sizes No. 6 through No. 1/0 AWG. Burndy type YGHA, NEMA 2 hole pad for sizes No. 2/0 AWG and larger. Split Bolt Connectors: Burndy SERVIT, type KS C. Taps and Splices: 1. Grounding Grid below Grade: Exothermic type (Cadweld) or compression type (Burndy Hyground). 2. Above Grade: Compression type. 2.04 CONDUIT CONNECTORS: A. Conduit Clamps: Burndy type GAR or GD. B. Grounding Bushings: 0-Z/GEDNEY 2.05 GROUNDING ELECTRODES: A. Ground Rods: 3/4 inch diameter, 10 feet long, copper clad steel with high strength sheath, molten welded to core. B. Rod Connectors: 1. Exothermic type: Cadweld 2. Mechanical type: Burndy type GAR or GD C. Test Wells: (Not Required) 2.06 INSULATING MATERIALS: A. Tape: Scotch 33+ vinyl plastic. B. Mastic Pads: Scotch EZ — Seal PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide grounding of systems, equipment and structures in accordance with NEC Article 250, the requirements of the authority having jurisdiction and the design drawings. GROUNDING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 260600-3 B: Service Entrance: 1. Provide a main bonding jumper between the service neutral conductor, the service equipment ground bus and the service equipment enclosure. 2. Provide a grounding electrode conductor to connect the service neutral conductor to the main grounding electrode. B. Building Steel and Piping: 1. Provide bonding jumper from the service neutral to the building steel and metallic piping systems. E. Equipment Grounding: 1. Provide a green insulated equipment grounding conductor in all branch circuits and feeder conduits. Size conductor in accordance with NEC 250 unless otherwise indicated on the drawings. 2. Connect the equipment grounding conductor to panelboard or switchgear ground bus and to all metallic raceways, outlet boxes, lighting fixtures, equipment enclosures, appliances and motor frames. 3. Where metallic raceways are installed, both the raceway and the internal equipment grounding conductor shall be utilized for equipment grounding. F. Grounding Grid: 1. Excavate and backfill for main grounding grid conductor. Locate conductors at least 3 feet away from foundation. Conductor depth shall be 18 to 24 inches below finished grade. 2. Install ground rods vertically in undisturbed soil so that the top of the rod is 18 to 24 inches below finished grade, except that in test wells the top of rods shall be 6 to 8 inches below grade. Space rods a minimum of 10 feet apart. 3. Make underground cable to cable connections using either exothermic or compression type connections. 4. Provide test wells where indicated on the drawings. Install top of test well flush with finished grade or pavement. Use only bolted type rod connectors in test wells. 5. In addition to equipment grounding conductor connections, make connections from the grounding grid to the following items using green, insulated conductors: GROUNDING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 26 06 00 - 4 G. Conduit: a. Electrical equipment ground busses b. Electrical equipment enclosures c. Motor frames d. Steel support frames for electrical equipment e. Building steel frame 6. Grounding conductors stubbed up from below grade shall be enclosed in a 1 inch Schedule 40 PVC protective sleeve. 1. Provide grounding bushings where metallic conduits connect to non- metallic enclosures or stub -up into open -bottom, floor -mounted enclosures. 2. Provide conduit grounding clamps where metallic conduit stub -ups are connected to non-metallic underground conduits. END OF SECTION GROUNDING COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 260600-5 SECTION 260750 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Equipment nameplates and labels 2. Warning and caution signs 3. Operational instruction signs 4. Identification labeling of conduits, cables B. Related Sections: 1. Additional identification requirements are specified in other Sections of Division 26. 1.02 REFERENCES: A. Code of Federal Regulations (CFR) 1. 29CFR1910.145 Specification for Accident Prevention Signs B. National Fire Protection Association (NFPA) 1. 70 National Electrical Code 1.03 SUBMITTALS FOR APPROVAL: A. Procedure: Submit in accordance with Section 013000 and 260100. B. Product Data: Submit for each type of product used on project. C. Schedules: Nameplate engraving schedule. PART 2 PRODUCTS 2.01 ELECTRICAL IDENTIFICATION PRODUCTS: A. Engraved Nameplates and Signs: 1. Material: 3 ply plastic laminate, matte -finish, 0.125 inch thickness, white with black center core except that material used for warning signs shall be ELECTRICAL IDENTIFICATION COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 260750-1 red with white center core. Provide punched mounting holes for mechanical fasteners. 2. Size: Minimum size to be 1 inch by 2.5 inches, rectangular shape with square corners. 3. Engraving: Accurately align lettering and engrave into center core. Lettering shall be normal block style. Character size shall be 3/8 inch high for grouped equipment and load designation and 1/4 inch for individual equipment, loads and devices. B. Warning Signs: 1. Fiberglass reinforced polyester, non -adhesive backed, indoor -outdoor with punched mounting holes, Brady B-120. 2. Polyester overlaminated with plastic coating, adhesive -backed, indoor - outdoor, Brady B-302. 3. High Voltage warning signs to read "Danger -High Voltage -Keep Out." 4. Provide identical signs for each application. PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide labels and signs in accordance with NEC requirements. 2. Install labels and signs at locations for best convenience of viewing without interference with operation and maintenance of equipment. 3. All nameplates and signs used on the project shall be of similar size, style and appearance. B. Equipment Nameplates: 1. Provide engraved identification nameplates for each of the following: a. Panelboards b. Circuit breakers c. Switches d. Contactors e. Pull and junction boxes 2. Nameplate legends shall include the equipment identification number as indicated on the design drawings and an appropriate service description. 3. Nameplates for switchgear assemblies, panelboards, and separately enclosed breakers, switches, starters and contactors shall include the operating voltage. ELECTRICAL IDENTIFICATION 26 07 50 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 4. Attach engraved nameplates to equipment with self -tapping, stainless steel, round head screws. Use adhesive attachment only where the substrate material is not suitable for screw attachment. C. Warning Signs: 1. Voltage warning signs where required by the NEC, where indicated on drawing and as follows: a. Equipment Rooms: On all doors to equipment rooms containing equipment or circuits over 600 volts or containing exposed live parts. Minimum size shall be 7 inches x 10 inches. b. Pull Boxes: On removable covers for all pull and junction boxes containing circuits over 600 volts. c. Equipment: On front and rear compartment access doors and covers enclosing live parts. Signs provided as part of equipment that meet these requirements are acceptable. d. Fences: On each gate and on each side of fences that enclose equipment or circuits over 600 volts or exposed live parts. Minimum size shall be 10 inches by 14 inches. Locate at intervals not exceeding 30 feet. 2. Multiple Source Signs: a. Where enclosures contain voltages from more than one source which are not interrupted by opening the local unit disconnecting means, provide an engraved nameplate bearing the following (or similar) legend: "WARNING — MULTIPLE ELECTRICAL SOURCES EXIST WITHIN THIS ENCLOSURE" OR "WARNING — VOLTAGE MAY BE PRESENT WITH DISCONNECT SWITCH OPEN" 3. Hazardous Operation: a. Where operation of an electric switch or control device may create an unsafe or undesirable operating condition, provide an engraved plastic sign with appropriate warning statement. D. Multiple Services: 1. Where multiple services exist, provide each service disconnect with an additional sign which states the name and location of other service disconnects. ELECTRICAL IDENTIFICATION 26 07 50 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 E. Conduits: 1. Identify conduits at each termination and at all transitions from exposed to concealed or underground installation. 2. Mark conduits legibly with a permanent marker pen to indicate conduit per circuit number. F Cables: 1. Identify cables in pull and junction boxes, vaults, manholes and where entering switchgear panelboard assembly. 2. Provide an engraved plastic nameplate or other suitable permanent tag for each cable or cable assembly. Attach with self-locking nylon cable tie. 3. Cable identification shall include circuit number and phase as indicated on drawings. END OF SECTION ELECTRICAL IDENTIFICATION 26 07 50 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 261230 WIRE AND CABLE PART 1 GENERAL 1.01 SUMMARY: A. Section includes copper wire, cable, associated connectors, and termination hardware used on systems operating at 600 volts or less. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM) 1. B8 Concentric -Lay -Stranded Copper Conductor, Hard, Medium Hard, Or Soft. B. National Electrical Contractor Association (NECA) 1. Standard of Installation C. National Fire Protection Association (NFPA) 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL) 1. 44 Rubber -Insulated Wires and Cables 2. 83 Thermoplastic -Insulated Wires and Cables 3. 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors 4. 486C Splicing Wire Connectors 5. 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape 6. 1569 Metal -Clad Cables 1.03 SUBMITTALS — FOR APPROVAL: A. Procedures: Submit in accordance with Section 013000 and 260100. B. Product Data: Submit for each type of wire and cable, terminal lugs, connectors, and cable fittings. 1.04 SUBMITTALS — RECORD DATA: A. Procedure: Submit in accordance with Section 013000. B. Product Data: Approved, as furnished data as listed above. 1.05 QUALITY ASSURANCE: WIRE AND CABLE Collier Pool Renovations (Bond 2012) Project No. E14008 261230-1 A. Furnish wire, cable, associated connectors, and termination hardware bearing UL label. PART 2 PRODUCTS 2.01 BUILDING WIRE: A. Single conductor, soft drawn, annealed copper conductor, Class B stranded except that sizes No. 10 AWG and smaller used for lighting and power branch circuits may be solid. Insulation shall be 600 volt, type THHN/THWN per UL 83 or type XHHW per UL 44. 2.02 TYPE MC CABLE: Metal Clad Cable type MC multi -conductor cabling as manufactured by AFC Cable Systems or equivalent having the following construction features: A. Conductor: Bare, soft annealed copper, Class B stranded per ASTM B-8. B. Insulation: Polypropylene tape assembly with 600 volt, 90°C (dry) type THHN insulation with printed number and color identification. C. Neutral conductor: White — 120v circuits; Gray — 480Y277v circuits D. Grounding conductor: Green insulated copper ground conductor. E. Assembly: Three insulated conductors with grounding conductor, non- hygroscopic fillers and overall binder tape per UL 1569. F. Sheath: High strength, lightweight galvanized interlocking steel strip and color coded on the out side for easy identification. G. U.L rated 1569 2.03 CONNECTORS AND TERMINALS: A. Insulated Crimp Type Connectors and Terminals: Nylon insulated, Burndy INSULINK and INSULUG, or Thomas & Betts Sta-Kon. B. Split Bolts: High -conductivity copper alloy, Burndy SERVIT or Thomas & Betts Split -Bolt. C. Two Bolt Connectors: High -conductivity copper alloy, Burndy OKLIP, Type KVS or Blackburn 2BU. D. Compression Terminals: Copper, long barrel, Burndy HYLUG or Thomas & Betts Color -Keyed. E. Bolted Terminals: Cast copper alloy, Burndy QIKLUG or Thomas & Betts Locktite. WIRE AND CABLE 26 12 30 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 F. Spring Wire Connectors: Insulated, twist -on type, Ideal Wire Nut or 3M Scotchlok 2.04 CABLE TERMINATIONS: A. Type MC Cable: Steel set screw connectors 2.05 MISCELLANEOUS COMPONENTS: A. Tape: UL 510 1. Vinyl Plastic: 3M Scotch 33+ or Scotch 88. 2. Varnished Cambric (VC): 3M Irvington 2920. 3. Friction: Black friction tape. B. Pulling Lubricants: Ideal Yellow 77 or Polywater Type J. C. Wire Markers: 1. Individual Wires: Heat shrink, machine printed, Raychem. 2. Multi -Conductor Cables or Groups of Wires as a Cable: Nylon tie on marker, Thomas & Betts Nylon I.D. Ties, Ty -Raps. D. Wire and Cable Ties: Thomas & Betts Ty -Raps. PART 3 EXECUTION 3.01 APPLICATION: A. Wire and Cable: 1. THWN-THHN for power wiring through No. 250 AWG and control wiring in conduit. XHHW for sizes above No. 250 AWG in conduit. 2. TW or THW for equipment grounding conductor. 3. Type MC cable for fixture wipes no longer than 6' and in accordance with NEC Article 334. 4. No. 12 AWG minimum for power circuits and No. 14 AWG minimum for control circuits unless noted otherwise on drawings. B. Splices and Taps: 1. Use insulated spring wire connectors for lighting and receptacle branch circuits No. 10 AWG and smaller. 2. Use solderless pressure connectors for branch circuit conductors No. 8 AWG and larger. 3. Do not make splices or taps in feeder circuits or control circuits. C. Terminals: WIRE AND CABLE 26 12 30 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 1. Use copper compression terminals, NEMA 1 hole for sizes No. 4 AWG and smaller, NEMA 2 hole for sizes No. 2 AWG and larger. 2. Use insulated, ring tongue terminals for signal and control conductors. 3.02 INSTALLATION: A. Install wire and cable in accordance with the NECA Standard of Installation. B. Installation in Conduit: 1. Swab conduits completely and thoroughly before pulling in conductors. 2. Pull all conductors into conduit at same time. 3. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. 4. Do not pull in conductors until conduit system is completed. Do not pull through boxes, fittings or enclosures where a change of conduit alignment or direction occurs. 5. Limit pulling tension to maximum values as recommended by manufacturer. 6. Do not combine circuits into a common conduit other than as indicated on the drawings. C. Direct Burial Cable: 1. Trench and backfill for direct burial cables. Minimum depth of installation shall be 24 inches. 2. Terminate and ground metallic cable sheath with suitable fittings. D. Compression Connectors and Terminals: 1. Install on wire and cable with approved tool and die to recommended compression pressure. Do not cut strands from conductors to fit lugs or terminals. E. Bolted Connectors and Terminals: 1. Torque to manufacturer's recommended foot-pounds for size and class of connector. 2. Where manufacturer's published torquing requirements are not indicated, tighten connectors and terminals to comply with UL 486A torque values. 3. Use galvanized steel bolts, nuts, split -lock washers and flat washers on terminal connections. F Wiring in Enclosures: 1. Form and tie conductors in panelboards, cabinets, control panels, motor controllers, wireways, and wiring troughs in a neat and orderly manner. 2. Use Thomas & Betts wire and cable ties of appropriate size and type. 3. Limit spacing between ties to not more than 6 inches. WIRE AND CABLE 26 12 30 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 G. Taping: 1. Above Ground and Dry Locations: Fill voids and irregularities with half - lapped layers of VC (two minimum) or electrical insulation putty. Insulate with three half -lapped layers of vinyl plastic and one half -layer of friction tape. 2. In damp or wet locations, wrap insulated spring wire connectors with 2 layers of vinyl plastic tape. 3.03 COLOR CODING: A. Power Wiring: Provide color coding for single and multi -conductor power circuits as follows: Voltage OA OB (DC Neutral 240 volts and below Black Red Blue White 250 — 600 volts Brown Purple Yellow Gray 1. For specified insulation and jackets not manufactured with integral colors, use conductors with black insulation or jacket and color -coding tape. 2. Color code conductors entering boxes, troughs, cabinets, and other enclosures. 3. Color code conductors in wireways, trenches, and other locations where conductors are continuously accessible at intervals not exceeding 5 feet. B. Insulated Equipment Ground: Green. C. Isolated Ground conductor: Green with Yellow tracer. 3.04 WIRING IDENTIFICATION A. Control Circuits: Install a permanent wire label at each termination. Identifying numbers shall match approved schematic and wiring diagrams. B. Feeder and Branch Circuits: Install a permanent wire label at each termination. Identifying numbers shall include source panel designation and circuit number. 3.05 FIELD TESTS: A. Test conductors after installation is complete and prior to connection to equipment. B. Perform insulation resistance test on each conductor phase -to -ground with adjacent conductors grounded and test conductor disconnected from equipment. Applied potential shall be 1000 volts dc for one minute. Minimum acceptable test values shall be 50 megohms. Investigate deviations in test values between adjacent phases. WIRE AND CABLE 26 12 30 - 5 Collier Pool Renovations (Bond 2012) Project No. E14008 C. Verify tightness of bolted connections with a calibrated torque wrench. Torque values shall be terminal lug manufacturer's recommendations. END OF SECTION WIRE AND CABLE 26 12 30 - 6 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 261360 RACEWAYS PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Rigid Galvanized Steel Conduit (RGS) 2. PVC -Coated Rigid Steel Conduit (CRGS) 3. Rigid Aluminum Conduit (RAC) 4. Electrical Metallic Tubing (EMT) 5. PVC Conduit (PVC) 6. Flexible Conduit 7. Associated Fittings 8. Wireways 9. Pull and Junction Boxes 1.02 REFERENCES: A. American National Standards Institute (ANSI): 1. C80.1 Rigid Steel Conduit — Zinc Coated 2. C80.3 Electrical Metallic Tubing — Zinc Coated 3. C80.5 Rigid Aluminum Conduit B. National Electrical Manufacturers Association (NEMA): 1. TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC -40 and EPC -80) 2. TC 3 PVC Fitting for Use with Rigid PVC Conduit and Tubing 3. TC 13 Electrical Nonmetallic Tubing (ENT) 4. TC 14 Filament -Wound Reinforced Thermosetting Resin Conduit and Fittings. C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 1 Flexible Metal Conduit 2. 5 Surface Metal Raceways and Fittings 3. 5A Nonmetallic Surface Raceways and Fittings 4. 6 Rigid Metal Conduit 5. 360 Liquid -Tight Flexible Steel Conduit 6. 514B Fittings for Conduit and Outlet Boxes 7. 797 Electrical Metallic Tubing RACEWAYS 26 13 60 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 8. 870 Wireways, Auxiliary Gutters, and Associated Fittings 9. 886 Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations 10. 1660 Liquid -Tight Flexible Nonmetallic Conduit 1.03 SUBMITTALS — FOR APPROVAL: A. Procedure: Submit in accordance with Section 013000 and 260100. B. Product Data: Submit for each type of conduit, fitting, connector, pull and junction box, and wireway used on the project. 1.04 SUBMITTALS — RECORD DATA: A. Procedure: Submit in accordance with Section 013000. B. Product Data: Approved, as furnished data as listed above. PART 2 PRODUCTS 2.01 RIGID GALVANIZED STEEL (RGS): A. Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of ANSI C80.1; and shall be hot -dipped galvanized inside, outside and over threads and lacquered inside. B. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized or zinc -electro -plated and lacquered. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds, Appleton or Gedney or an equal. C. Boxes: Device and outlet boxes for use with RGS conduit shall be cast malleable iron, hot -dipped galvanized or zinc -electro -plated and lacquered. Boxes shall have threaded hubs and gasketed covers. Boxes shall be the product of Crouse -Hinds, Appleton, Gedney or equal. D. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot -dipped galvanized steel or malleable iron. Bolts, nuts, screws, washers, etc. shall be stainless steel. Cadmium -plated or zinc -plated fasteners and hardware will not be acceptable. 2.02 POLYVINYL CHLORIDE (PVC - SCHEDULE 40): A. Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride (PVC) conduit per NEMA TC 2 with a 90° UL rating, and shall be the standard product of Krayloy or Carlon or approved equal. B. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall conform to NEMA TC 3 and shall be of the same material and manufacturer as the conduit. RACEWAYS 26 13 60 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 2.03 PVC COATED STEEL CONDUIT (CRGS): A. Conduit: Prior to coating, all conduits, elbows, couplings, nipples etc. shall be standard weight rigid, threaded steel and shall be hot dipped galvanized inside and out and over the ends. The conduit shall meet the requirements of ANSI C80.1, UL 6, and NEMA RN -1, 1980. B. Fittings: Prior to coating, fittings shall be cast malleable iron, hot dipped galvanized, Appleton Form 35 or Crouse -Hinds or equivalent with cast cover and neoprene gasket. C. Boxes: Device and outlet boxes for use with PVC coated conduit shall be cast malleable iron, hot dipped galvanized with threaded hubs and gasketed cast covers or device plates. Boxes shall be the product of Appleton or Crouse - Hinds. D. PVC Coating: Conduit, fittings, boxes and accessories shall be Plasti-Bond 2 coated, as produced by Robroy Industries Inc. or an approved equal. Before coating, the galvanized surfaces shall be coated with an epoxy -acrylic primer. Exterior surfaces shall have a 40 mil PVC coating applied by dip method. Interior surfaces of conduits, fittings, boxes, etc. shall have a fusion bonded phenolic coating with a thickness of 4-6 mils. E. Fasteners and Supports: U -bolts, conduit clamps, straps, modular framing channels shall be 1-5/8 1-5/8 minimum section dimensions, Type 304 stainless steel, and shall be the product of Unistrut. Fasteners and attachment hardware shall be Type 304 stainless steel. 2.04 RIGID ALUMINUM CONDUIT: A. Conduit: Conduit, including elbows, couplings and nipples shall be standard weight, threaded, rigid aluminum 6063 alloy, with a copper content not to exceed 0.20%. The conduit shall have a silicon or lacquer coating inside. B. Fittings: Fittings, accessories and device boxes for aluminum conduit systems shall be the standard threaded type as manufactured by Crouse -Hinds, Appleton, or equal. Both fittings and covers shall be aluminum containing less than 0.4 of 1% copper. All screws shall be stainless steel. Covers shall be gasketed. C. Fasteners: All straps and clamps used to support aluminum conduit shall be hot - dipped galvanized steel or malleable iron, with a 40 mil fused PVC coating, Plastibond, Ocal or equivalent. Strut type framing channels shall be either PVC coated galvanized steel or fiberglass. D. Hardware: Nuts, bolts, screws, washers, etc. shall be stainless steel. Galvanized or cadmium -plated hardware will not be acceptable for use with aluminum conduit. 2.05 ELECTRICAL METALLIC TUBING (EMT): RACEWAYS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261360-3 A. Conduit: Conduit, including elbows, couplings, and nipples shall be hot dipped galvanized steel inside and out with an organic corrosion resistant coating applied to the inside. B. Fittings and Boxes: Conduit fittings, boxes, and accessories for use with EMT conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized or zinc -electro -plated and lacquered. Fittings shall be compression type. Setscrew fittings are not acceptable. Fittings shall be the product of Crouse -Hinds, Appleton, OZ Gedney or an equal. C. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot -dipped galvanized steel or malleable iron. 2.06 LIQUID -TIGHT FLEXIBLE METAL CONDUIT: A. Flexible Conduit: Flexible conduit shall have a spiraled, flexible, galvanized steel inner core and an outer jacket of neoprene. Sizes 3/8" through 4" shall have a continuous, internal copper ground. Liquid -tight connectors shall be galvanized steel or malleable iron with neoprene sealing gaskets, external ground lugs and insulated throats. Connectors shall be Appleton type STB or Gedney or equal. 2.07 WIREWAYS: A. Sheet Metal: 1. Indoor, dry locations: NEMA 1, sheet steel per UL 870 with hinged cover per NEMA ICS 6. Finish being manufacturer's standard gray enamel. 2. Outdoor and damp locations: NEMA 3R, galvanized sheet steel per UL 870 with hinged cover per NEMA ICS 6. B. Non -Metallic: 1. NEMA 4X, Robroy Industries fiberglass trough with gasketed cover attached with non-metallic fasteners. C. Fittings and Accessories: Include couplings, hubs, elbows, adapters, end caps and other fittings to match and mate with type of wireway furnished as required for a complete system. PART 3 EXECUTION 3.01 APPLICATION: A. General: 1. All field wiring shall be installed in conduit except as otherwise indicated. 2. Minimum conduit size shall be 1/2 -inch nominal diameter. B. Exposed: 1. Conduit installed outdoors exposed shall be rigid galvanized steel. RACEWAYS 26 13 60 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 2. Conduit installed indoors exposed and below 7 feet shall be rigid galvanized steel. Exposed conduit above 7 feet installed indoors may be EMT. C. Underground: 1. Conduit installed underground shall be Schedule 40 PVC. See section 3.02-E for additional requirements. 2. Elbows used for underground conduit stub -ups from below grade shall be PVC coated rigid galvanized steel, non-metallic Schedule 80 PVC, or Rigid Galvanized Steel completely taped with non -corrosive protective tape. D. Concealed: 1. Conduit installed concealed above lay -in ceilings and in dry wall construction shall be EMT. E. Flexible Connections: 1. Indoor -dry areas: Flexible metal conduit. 2. Indoor -wet, damp areas: Liquid -tight, flexible metal conduit. 3. Outdoors: Liquid -tight, flexible metal conduit. 3.02 INSTALLATION: A. General: 1. Installation Methods: Conduit shall be installed concealed in walls or above ceiling or underground as indicated on the drawings. 2. Cleaning: All conduit systems shall be completed and shall be swabbed clean before conductors are pulled in. 3. Field cuts: Do not cut conduit with pipe cutters. 4. Bends: Field made bends and offsets shall be made with a hickey or conduit bending machine. Crushed or deformed raceways shall not be installed. The maximum number of 90 bends, or equivalent between pulling points in any conduit run shall be three. Pull and junction fittings and/or boxes shall be provided as necessary to satisfy this requirement. 5. Protection: The ends of all conduit runs shall be closed immediately after installation to prevent the accumulation of water, dirt and other foreign material. 6. Locknuts: Conduits shall be fastened to all sheet metal boxes and cabinets with two locknuts. Locknuts shall have sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be the insulating type. RACEWAYS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261360-5 7. Conduit couplings shall be threaded type for RGS or RA conduit and compression type for EMT conduit. Set -screw couplings are not acceptable. 8. Spare conduits: Spare conduits shall have a pull cord installed. The pull cord shall be plastic with a minimum tensile strength of 200 pounds. Not less that 12 inches of slack shall be left at each end of the pull cord. 9. Supports: Supports shall be provided a minimum of every 10' and within 3' of all enclosures. In addition, conduits shall be rigidly supported between couplings, on either side of bends and at terminations and fittings. 10. Boxes: Boxes shall be provided in the raceway system as indicated on the drawings and also wherever required for pulling of wires or making connections. Unless otherwise shown on the drawings, boxes installed in normally wet locations or on the outside of exterior surfaces shall be NEMA 3R, stainless steel sheet construction. Boxes shall be furnished with hinged and gasketed doors and stainless steel back panels. Each box shall have the volume required by the NEC for the number of conductors enclosed in the box. All boxes shall be securely anchored in place. 11. Flexible Connections: Flexible connections of short length shall be provided for equipment subject to vibration, noise transmission or movement. A separate ground conductor shall be provided across all flexible connections. Flexible conduit connections shall be rigidly and securely supported in an approved manner at intervals not exceeding 24 inches in length and within 12 inches of each conduit termination. Lengths of not more than 36 inches may be installed without such supports where flexibility is required. 12. Identification: Identify conduits in accordance with Section 260750. 13. PVC: PVC conduit joints shall be solvent cement welded and shall be watertight. All PVC conduits shall have a separate grounding conductor installed. Where transition is made to the metallic conduit or enclosures, the grounding conductor shall be bonded to the metal conduit or enclosure. 14. Penetrations through walls, floors, and roof: All penetrations shall be sealed with a UL listed fire sealant equal to Dow Corning #3-6548. B. Exposed Conduit: 1. Routing: Exposed conduit shall be run straight and true to structure lines. Changes in direction of runs shall be made with fittings or symmetrical bends. Conduit in damp locations or outdoors shall be exposed to the air on all sides and shall not be installed tight against walls, ceilings and structural members, etc. Clamp backs and/or offsets shall be used as necessary to maintain uniform clearances. 2. Supports: Acceptable supporting and clamping materials for exposed conduit include one -hole straps and clampback, "U" bolts, parallel or right RACEWAYS 26 13 60 - 6 COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 angle conduit clamps, hot -dipped galvanized structural steel frames or modular stainless steel channel as manufactured by Unistrut or equal. Perforated steel tape, stamped steel one- and two -hole straps shall not be used. Conduits shall be supported in accordance with NEC 346-12. 3. Obstructions: Conduit shall be routed so as not to create any tripping or head banging hazard and so as not to create any obstruction to Owner's operation and maintenance activities. 4. Hubs: Watertight conduit hubs shall be installed where conduits enter the tops or sides of sheet metal or non-metallic enclosures. 5. Drains: Drain fittings shall be installed at low points throughout the conduit system where condensation is likely to occur. C. PVC Coated Conduit: 1. PVC coated conduit requires special care to minimize damage to the PVC coating during cutting, threading, bending and installation. Contractor shall install conduit in accordance with manufacturer's recommended installation procedures. 2. Contractor shall be responsible for providing strap wrenches, cutting dies, vises, and other special tools required to install PVC coated conduit. Standard pipe wrenches, chain wrenches or channel locks shall not be used. Conduit bending equipment shall have the proper diameter shoes or dies to allow for the thickness of the PVC coating. 3. PVC coated conduit shall be supported with Type 304 stainless steel clamps, straps, hangers and supports. Attachment hardware shall be Type 316 stainless steel. 4. All PVC coated conduit and fittings that have teeth marks, cuts, nicks or are otherwise damaged shall be repaired by coating damaged area with a liquid PVC touch-up compound. Spray -type compound is not acceptable. 5. Unistrut channel supports and related accessories for use with PVC coated conduit shall be Type 304 stainless steel. D. Aluminum: 1. Aluminum conduit shall not be installed in direct contact with earth, concrete, steel, copper, brass or bronze. Where aluminum conduit comes into contact with dissimilar metals or passes through concrete walls or floors, it shall be wrapped with 2 layers, half -lapped, of corrosion preventative pipe tape, Scotch 50 or equal. 2. Aluminum conduit threads shall have a Penetrox, No -Ox -Id or equal, applied when installed. E. Underground Conduit: 1. Under Landscaping (i.e. sod or grass): RACEWAYS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261360-7 a. Underground conduit runs shall be laid in sand and covered with a 4" red concrete cap. The conduit shall be surrounded by a minimum of 3 -inches of virgin sand (top, bottom, and sides). b. Where conduits are routed under paved areas that are accessible to vehicles, the conduit shall be encased in steel reinforced concrete duct bank. See Section 261360-3.02-E-2. c. The top of concrete cap or duct bank shall be a minimum of 24 inches below grade, unless otherwise indicated and must go below conflicts, such as yard piping, if the 24 inches minimum depth cannot be met. Compact trench backfill to original density. 2. Concrete Encasement (Under Driveways and Roads): a. Underground conduit runs shall be encased in red concrete. The minimum thickness of cover shall be 3 inches. b. Where conduits rise above grade, the concrete encasement shall extend to 6 inches above grade. Exposed concrete shall be natural color, not red. Where conduits run through equipment foundations or floor slabs, the concrete encasement shall butt the underside of the slab. c. The top of concrete encasement shall be a minimum of 24 inches below grade, unless otherwise indicated and must go below conflicts, such as yard piping, if the 24 inches minimum depth cannot be met. Compact trench backfill to original density. d. The concrete encasement shall be reinforced with a minimum of four (4) No. 4 steel reinforcing bars. 3. Separation: Minimum separation between the outside edges of adjacent conduits shall be 3 inches. 4. Elbows: All elbows shall be long radius type. 5. Spacers: Conduit spacers shall be installed at 5 feet on centers. 6. Expansion Fittings: Provide expansion fittings in aboveground, vertical portion of each underground conduit stub -up. END OF SECTION RACEWAYS COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261360-8 SECTION 261400 WIRING DEVICES PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Receptacles 2. Ground Fault Circuit Interrupter Receptacles 3. Snap Switches 4. Wall Plates 1.02 REFERENCES: A. National Electrical Manufacturers Association (NEMA): 1. WD1-83 General Requirements for Wiring Devices B. National Fire Protection Association (NFPA): 1. 70 National Electrical Code C. Underwriters Laboratories Inc. (UL): 1. 20-86 Standard for Safety General Use Snap Switches 2. 94-91 Standard for Safety Tests for Flammability of Plastic Materials for Parts in Devices and Appliances 3. 498091 Standard for Safety Attachment Plugs and Receptacles 1.03 SUBMITTALS: A. Procedures: Submit for approval and record purposes in accordance with Section 013000 and 260100. B. Product Data: Submit for each type of device used on project. 1.04 QUALITY ASSURANCE: A. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term "NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms "listed" and "labeled" shall be defined as they are in National Electrical Code, Article 100. Regulatory Requirements: WIRING DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 26 14 00 - 1 1. National Electrical Code: Components and installation shall comply with NFPA 70. PART 2 PRODUCTS 2.01 WIRING DEVICES: A. General: Provide wiring devices, in types, characteristics, grades, colors, and electrical ratings for applications indicated which are UL listed and which comply with NEMA WD 1 and other applicable UL and NEMA Standards. B: Receptacles, General Use Duplex Receptacles: 125 volt, 15 or 20 amp, heavy duty, grounding type: Manufacturer Hubbell Leviton Ivory P& S Color Ivory Ivory 5-15R 5-20-R Duplex Duplex 5262-I 5362-I 5262-I 5362-I 5262-I 5362-I C: Ground -Fault Circuit Interrupter (GFCI) Receptacles: 125 volt, 15 or 20 amp, heavy duty, grounding type "non feed -through" conforming to UL 498 and UL 943: Manufacturer Hubbell Leviton Ivory P&S Color Ivory Ivory 5-15R 5-20R GF5262-I GF5362-IA 7599-I 7899-I 1591 -RI 2091 -IL D: Snap Switches: 120/277 volt, 20 ampere, quiet rated, heavy duty, complying with UL 20 and NEMA WD1: Manufacturer Hubbell Leviton Ivory P&S Color Ivory Ivory 2.02 WIRING DEVICE ACCESSORIES: A. Wall Plates: 1 Pole 2 Pole 3 Way 4 Way 1221-I 1222-I 1223-I 1224-I 1221-21 1222-21 1223-21 1224-21 20AC 1-I 20AC2-I 20AC3-1 20AC4-1 1. Single and combination, of types, sizes, and with ganging and cutouts as required by devices. 2. Provide plates which mate and match with wiring devices to which attached. 3. Provide metal screws for securing plates to devices with screw heads colored to match finish of plates. 4. Provide plates possessing following additional construction features. a. Device plates: stainless steel. WIRING DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261400-2 b. Device plates for surface mounted, 4 inch sq boxes: 1/2 inch stainless steel covers. c. Weatherproof covers for exterior devices or devices in damp locations: Raintight while in use, UL listed, molded UV stabilized poly -carbonate with stainless steel screws and mounting gaskets. Tay Mac Corporation safety outlet enclosure, or equal. PART 3 EXECUTION 3.01 INSTALLATION: A. Install wiring devices and accessories as indicated, in accordance with manufacturer's written instructions, applicable requirements of NEC and in accordance with recognized industry practices to fulfill project requirements. B. Coordinate with other Work, including painting, electrical boxes and wiring installations, as necessary to interface installation of wiring devices with other Work. C. Install wiring devices only in electrical boxes that are clean; free from building materials, dirt and debris. D. Mounting Heights: Unless otherwise indicated or directed, boxes for wiring devices shall be mounted so that the centerline of the device is at the following height above finished floor (AFF) or above finished grade (AFG). FINISHED UNFINISHED DEVICE AREAS AREAS Snap switches 48" 48" Convenience Receptacles 18" 18" E. Install wiring devices after wiring work is completed. F. Install wall plates after painting work is completed. G. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for wiring devices. Where manufacturer's torque requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL 486A. Use properly scaled torque indicating hand tool. H. Do not use terminals on wiring devices (hot or neutral) for feed -through connections, looped or otherwise. Make circuit connections via wire connectors and pigtails. I. Ground receptacles with insulated green ground wire from device ground screw to bolted outlet box connection. 3.02 PROTECTION: WIRING DEVICES COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 261400-3 WIRING DEVICES 26 14 00 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 A. Protect installed components from damage. Replace damaged items prior to final acceptance. 3.03 FIELD QUALITY CONTROL: A. Testing: Prior to energizing circuits, test wiring for electrical continuity and for short circuits. Ensure proper polarity of connections is maintained. Subsequent to energizing, test wiring devices and demonstrate compliance with requirements, operating each operable device at least six (6) times. B. Test receptacles with Hubbell 5200, Woodhead 1750 or equal for correct polarity, proper ground connection and wiring faults. C. Test ground fault interrupter operation with both local and remote fault simulations in accordance with manufacturer’s recommendations. END OF SECTION COLLIER POOL RENOVATIONS (BOND 2012) REBID – PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 LOW-VOLTAGE PANELBOARDS 26 24 16 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 262416 LOW-VOLTAGE PANELBOARDS PART 1 GENERAL 1.01 SCOPE: A. Furnish and install panelboards as specified herein and as indicated on the drawings. B. Panelboard types included in this Section are: 1.Power distribution panelboards 2.Lighting and appliance panelboards 1.02 REFERENCES: A. National Electrical Contractors Association (NECA) 1. Standard of Installation B. National Electrical Manufacturers Association (NEMA) 1. AB 1 Molded Case Circuit Breakers 2. PB 1 Panelboards 3. PB1.1 General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. C. Underwriters Laboratories Inc. (UL) 1. 50 Cabinets and Boxes 2. 67 Panelboards 1.03 SUBMITTALS - FOR APPROVAL: A. Procedure: Submit in accordance with Section 013000, 260100, and as stated herein. B. Product Data: 1. Descriptive bulletins 2. Enclosure outline drawing with complete dimensions 3. Breaker layout drawing 4. Component list 5. Conduit entry/exit locations 6. Assembly ratings including: LOW-VOLTAGE PANELBOARDS 26 24 16 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 a. Short circuit current b. Voltage c. Continuous current 7. Cable terminal sizes. 8. Installation Instructions 1.04 SUBMITTALS – RECORD DATA: A. Procedure: Submit in accordance with Section 013000. B. The following information shall be submitted for record purposes: 1. Final (as-built) drawings and information for items listed in Paragraph 1.03 2. Installation, operation and maintenance instruction 3. Spare parts list 1.05 QUALIFICATIONS: A. The manufacturer of the panelboard shall be the manufacturer of the major components within the assembly, including circuit breakers. B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.01 MANUFACTURERS: A. Cutler-Hammer B. Square D C. Siemens 2.02 RATINGS: A. Panelboards rated 240 Vac or less shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 10,000 amperes RMS symmetrical. LOW-VOLTAGE PANELBOARDS 26 24 16 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 B. Panelboards rated 480 Vac shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 14,000 amperes RMS symmetrical. C. Panelboards shall be labeled with a UL short circuit rating. All panelboards shall be fully rated. Series ratings shall not be used. 2.03 CONSTRUCTION: A. Interiors shall be completely factory assembled devices. They shall be designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. B. Trims for lighting and appliance panelboards shall be supplied with a hinged door covering all circuit breaker handles. Doors in panelboard trims shall not uncover any live parts. Doors shall have a semiflush, cylinder lock and catch assembly. Doors over 48 inches in height shall have auxiliary fasteners. C. Distribution panelboard trims shall cover all live parts. Switching device handles shall be accessible. D. Surface trims shall be same height and width as box. Flush trims shall overlap the box by 3/4 inch on all sides. Trims shall be secured to box with concealed clamps. E. A directory card with a clear plastic cover shall be supplied and mounted on the inside of each door in a metal frame. F. All locks shall be keyed alike. 2.04 BUS: A. Main bus bars shall be tin-plated copper, sized in accordance with UL standards to limit temperature rise on any current carrying part to a maximum of 650 C above an ambient of 400 C maximum. B. A bolted ground bus shall be included in all panels. C. Full-size (100%-rated) insulated neutral bars shall be included for panelboards indicated to have a neutral bus. Bus bar taps for panels with single-pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral busing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 200%-rated neutrals shall be supplied for panels designated on drawings with oversized neutral conductors. LOW-VOLTAGE PANELBOARDS 26 24 16 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 2.05 DISTRIBUTION PANELBOARDS: A. Distribution panelboards including circuit breakers contained therein shall have fully rated interrupting ratings as indicated on the drawings. Panelboards shall have bolt-on, molded case circuit breakers as indicated below. B. Molded case circuit breakers shall provide circuit overcurrent protection with inverse time and instantaneous tripping characteristics. Ground fault protection shall be provided where indicated. C. Circuit breakers shall be operated by a toggle-type handle and shall have a quick-make, quick-break, over-center switching mechanism that is mechanically trip-free. Automatic tripping of the breaker shall be clearly indicated by the handle position. Contacts shall be nonwelding silver alloy and arc extinction shall be accomplished by means of arc chutes. A push-to-trip button on the front of the circuit breaker shall provide a local manual means to exercise the trip mechanism. D. Where indicated, circuit breakers shall be current limiting. E. Circuit breakers below 600-ampere shall have thermal-magnetic trip units and inverse time-current characteristics. F. Circuit breakers 600-ampere through 1200-ampere shall be provided with microprocessor-based RMS sensing trip units. 1. Each molded case circuit breaker microprocessor-based tripping system shall consist of three (3) current sensors, a trip unit, and a flux-transfer shunt trip. The trip unit shall use microprocessor-based technology to provide the adjustable time-current protection functions. True RMS sensing circuit protection shall be achieved by analyzing the secondary current signals received from the circuit breaker current sensors and initiating trip signals to the circuit breaker trip actuators when predetermined trip levels and time delay settings are reached. 2. Interchangeable rating plugs shall establish the continuous trip ratings of each circuit breaker. Rating plugs shall be fixed or adjustable as indicated. Rating plugs shall be interlocked so they are not interchangeable between frames, and interlocked such that a breaker cannot be closed and latched with the rating plug removed. LOW-VOLTAGE PANELBOARDS 26 24 16 - 5 Collier Pool Renovations (Bond 2012) Project No. E14008 3. The microprocessor-based trip unit shall have thermal memory capabilities to prevent the breaker from being reset following an overload condition until after a preset time delay. 4. When the adjustable instantaneous setting is omitted, the trip unit shall be provided with an instantaneous override. Internal ground fault protection adjustable pick-up ratings shall not exceed 1200 amperes. Provide neutral ground fault current sensor for four-wire loads. 5. Breakers shall have built-in test points for testing the long-time delay, instantaneous, and ground fault functions of the breaker, by means of a 120-volt operated test set. Provide one test set capable of testing all breakers 600-ampere and above. 6. System coordination shall be provided by the following microprocessor-based, time-current curve shaping adjustments: Adjustable long-time pick-up Adjustable short-time pick-up and delay, with selective curve shaping Adjustable instantaneous pick-up Adjustable ground fault pick-up and delay, with selective curve shaping. G. Where indicated, provide circuit breakers UL listed for application at 100% of their continuous ampere rating in their intended enclosure. H. Provide shunt trips, bell alarms, and auxiliary switches as indicated on the drawings. I. Circuit breakers supplying air conditioning branch circuits shall be UL listed as type HACR. 2.06 LIGHTING AND APPLIANCE PANELBOARDS: A. The minimum integrated short circuit rating for branch circuit panelboards shall be indicated on the drawings. B. Bolt-in type, heavy-duty, quick-make, quick-break, single- and multi-pole circuit breakers of the types specified herein, shall be provided for each circuit with toggle handles that indicate when unit has tripped. C. Circuit breakers shall be thermal magnetic type with common type handle for all multiple pole circuit breakers. Circuit breakers shall be minimum 100-ampere frame and through 100-ampere trip sizes shall take up the LOW-VOLTAGE PANELBOARDS 26 24 16 - 6 Collier Pool Renovations (Bond 2012) Project No. E14008 same pole spacing. Circuit breakers shall be UL listed as type SWD for lighting circuits and HACR for air conditioning branch circuits. 1. Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights, energy management and control system (EMCS) panels and fire alarm panels. 2.07 ENCLOSURE: A. General: Enclosures shall be at least 20 inches wide and made from galvanized steel. Provide minimum gutter space in accordance with the National Electrical Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. Enclosures shall be provided with blank ends. B. Rating: NEMA type 12 enclosure except where other enclosure requirements are indicated. 2.08 FINISH: A. Surfaces of the trim assembly shall be properly cleaned, primed, and a finish coat of the manufacturers standard paint color shall be applied. 2.09 MISCELLANEOUS DEVICES A. Provide TVSS system integral to distribution panelboards and appliance panelboards where indicated on drawings. Reference section 266710 for specifications on TVSS units. PART 3 EXECUTION 3.01 EXAMINATION: A. Confirm installation space and clearance requirements for panelboards in accordance with NEC requirements. 3.02 INSTALLATION: A. General: Install panelboards as indicated on the drawings and in accordance with manufacturer’s published instructions, NEMA PB 1.1, and NECA “Standard of Installation”. B. Mounting Heights: Top of trim 6 feet 2 inches above finished floor, except as otherwise indicated. LOW-VOLTAGE PANELBOARDS 26 24 16 - 7 Collier Pool Renovations (Bond 2012) Project No. E14008 C. Mounting: 1. Plumb and rigid without distortion of box. 2. Mount flush panels uniformly flush with wall finish. D. Circuit Directory: Typed directory indicating final circuit connections. Obtain approval before installing. E. Install filler plates in unused breaker spaces. F. Provisions for Future Circuits at Flush Panelboards: 1. Stub four 1-inch empty conduits from panel into accessible ceiling space or space designated to be ceiling space in future. 2. Stub four 1-inch empty conduits into raised floor space or below slab other than slabs on grade. G. Wiring in Panel Gutters: Train conductors neatly in groups, bundle, and wrap with wire ties after completion of load balancing. 3.03 IDENTIFICATION: A. Identify field-installed wiring and components and provide unit nameplate in accordance with Section 260750. B. Provided one (1) 8-1/2”x11” stainless steel nameplate engraved with one- line diagram and year installed. One-line diagram shall include panel voltages, amps, AIC ratings, and feeder sizes. Nameplate shall be mounted to the exterior door of the main distribution panel – LB. 3.04 GROUNDING: A. Connections: Make equipment grounding connections for panelboards as required in Section 260600. B. Provide ground continuity to main electrical ground bus. C. Provide isolated ground bars for panels serving sensitive electronic equipment and as indicated on panel schedules. 3.05 CONNECTIONS: LOW-VOLTAGE PANELBOARDS 26 24 16 - 8 Collier Pool Renovations (Bond 2012) Project No. E14008 A. Tighten electrical connectors and terminals, including grounding connections, in accordance with manufacturer’s published torque- tightening values. Where manufacturer’s torque values are not indicated, use those specified in UL 486A. 3.06 FIELD TESTING: A. Inspect for compliance with drawings and specifications. B. Inspect for defects, damaged or missing parts. C. Operate each breaker a minimum of three (3) times to insure proper operation. D. Perform insulation resistance test on complete assembly at 1000 Vdc. Disconnect any solid-state devices prior to testing. Minimum acceptable test results are 100 megohms. 3.07 CLEANING: A. Upon completion of installation, inspect interior and exterior of panelboards. B. Remove paint splatters and other spots, dirt, and debris. C. Touch up scratches and mars of finish to match original finish. D. Clean interior of panelboard. 3.08 FIELD ADJUSTMENTS: A. Balancing Loads: Prior to final acceptance, conduct load-balancing measurements and circuit changes as follows: 1. Perform measurements during period of normal working load as advised by Owner. 2. Advise Engineer of load imbalances exceeding 20% or of loads exceeding 80% of circuit ratings. Reconnect branch circuit loads as directed by Engineer. 3. Perform load-balancing circuit changes outside the normal occupancy/working schedule of the facility. Make special arrangements with Owner to avoid disrupting critical circuits. LOW-VOLTAGE PANELBOARDS 26 24 16 - 9 Collier Pool Renovations (Bond 2012) Project No. E14008 4. Recheck loads after circuit changes during normal load period. Record load readings before and after changes and submit test records. END OF SECTION SURGE-PROTECTION DEVICES FOR LOW-VOLTAGE 26 43 13 - 1 ELECTRICAL POWER CIRCUITS Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 264313 SURGE PROTECTION DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART 1 - GENERAL 1.1 SCOPE A. This section describes the materials and installation requirements for surge protective devices (SPD) for the protection of all AC electrical circuits. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Section 26 24 13 - Switchboards 2. Section 26 24 16 – Panelboards 1.3 SUBMITTALS A. Submit shop drawings and product information for approval and final documentation in the quantities listed according to the Conditions of the Contract. All transmittals shall be identified by customer name, customer location, and customer order number. B. Submittals shall include UL 1449 3rd Edition Listing documentation verifiable by visiting www.UL.com, clicking “Certifications” link, searching using UL Category Code: VZCA. 1. Short Circuit Current Rating (SCCR) 2. Voltage Protection Ratings (VPRs) for all modes 3. Maximum Continuous Operating Voltage rating (MCOV) 4. I-nominal rating (I-n) 5. SPD shall be Type 1 UL listed and labeled C. Upon request, an unencapsulated but complete SPD formally known as TVSS shall be presented for visual inspection. D. Minimum of ten (10) year warranty 1.4 RELATED STANDARDS A. IEEE C62.41.1, IEEE Guide on the Surge Environment in Low-Voltage (1000 V and Less) AC Power Circuits, B. IEEE C62.41.2, IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and Less) AC Power Circuits, C. IEEE C62.45, IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits. D. National Electrical Code: Article 285 E. UL 1283 - Electromagnetic Interference Filters F. UL 1449, Third Edition, effective September 29, 2009 – Surge Protective Devices 1.5 LISTING REQUIREMENTS A. SPD shall bear the UL Mark and shall be Listed to most recent editions of UL 1449 and UL 1283. “Manufactured in accordance with” is not equivalent to UL listing and does not meet the intent of this specification. COLLIER POOL RENOVATIONS (BOND 2012) REBID – PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 SURGE-PROTECTION DEVICES FOR LOW-VOLTAGE 26 43 13 - 2 ELECTRICAL POWER CIRCUITS Collier Pool Renovations (Bond 2012) Project No. E14008 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Engage a firm with at least ten (10) years experience in manufacturing transient voltage surge suppressors. B. Manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (10) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. D. The SPD shall be compliant with the Restriction of Hazardous Substances (RoHS) Directive 2002/95/EC. 1.7 DELIVERY, STORAGE AND HANDLING A. Handle and store equipment in accordance with manufacturer’s Installation and Maintenance Manuals. One (1) copy of this document to be provided with the equipment at time of shipment. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Provide internally mounted transient voltage suppressors by Siemens or pre-approved equal. Approved manufacturers are as follows: 1. SIEMENS 2. APT 3. Eaton 4. Leviton 2.2 SURGE PROTECTIVE DEVICE FEATURES A. SPD shall be UL 1449 listed and labeled with 200kA Short Circuit Current Rating (SCCR). Fuse ratings shall not be considered in lieu of demonstrated withstand testing of SPD, per NEC 285.6. B. SPD shall be UL 1449 labeled as Type 1 intended for use without need for external or supplemental overcurrent controls. Every suppression component of every mode, including N- G, shall be protected by internal overcurrent and thermal over-temperature controls. SPDs relying upon external or supplementary installed safety disconnects do not meet the intent of this specification. C. SPD shall be UL 1449 labeled with 20kA I-nominal (I-n) (verifiable at UL.com) for compliance to UL 96A Lightning Protection Master Label and NFPA 780. D. Suppression components shall be heavy duty ‘large block’ MOVs, each exceeding 30mm diameter. E. Standard 7 Mode Protection paths: SPD shall provide surge current paths for all modes of protection: L-N, L-G, L-L, and N-G for Wye systems; L-L, L-G in Delta and impedance grounded Wye systems. F. If a dedicated breaker for the SPD is not provided in the switchboard, the service entrance SPD shall include an integral UL Recognized disconnect switch. A dedicated breaker shall serve as a means of disconnect for distribution SPD’s. G. SPD shall meet or exceed the following criteria: 1. Minimum surge current capability (single pulse rated) per phase shall be: a. Service Entrance applications: 1.) Siemens Model TPS3 12 with Maximum 7-Mode surge current capability shall be 200kA per phase. SURGE-PROTECTION DEVICES FOR LOW-VOLTAGE 26 43 13 - 3 ELECTRICAL POWER CIRCUITS Collier Pool Renovations (Bond 2012) Project No. E14008 b. Distribution applications: 1.) Siemens Model TPS3 09 with Maximum surge current capability of 100kA per phase 2. UL 1449 Listed Voltage Protection Ratings (VPRs) shall not exceed the following: VOLTAGE L-N L-G N-G 208Y/120V 700V 700V 700V 480Y/277V 1500V 1500V 1500V I. UL 1449 Listed Maximum Continuous Operating Voltage (MCOV) for L-N, L-G, and N-G modes of protection (verifiable at UL.com): System Voltage Allowable System Voltage Fluctuation (%) MCOV 208Y/120 25% 150V 480Y/277V 20% 320V J. Service Entrance SPD shall be complimentary UL 1283 listed for EMI/RFI filtering with minimum attenuation of -50dB at 100kHz. K. SPD shall have a warranty for a period of ten (10) years, incorporating unlimited replacements of suppressor parts if they are destroyed by transients during the warranty period. L. Service Entrance SPDs shall be equipped with the following diagnostics: 1. Visual LED diagnostics including a minimum of one green LED indicator per phase, and one red service LED. 2. Audible alarm with on/off silence function and diagnostic test function (excluding branch). 3. Form C dry contacts 4. Optional – Surge Counter 5. No other test equipment shall be required for SPD monitoring or testing before or after installation. M. Distribution Panels SPDs shall be equipped with the following diagnostics: 1. Visual LED diagnostics including a minimum of one green LED indicator per phase, and one red service LED. 2. Audible Alarm & Dry Contacts 3. No other test equipment shall be required for SPD monitoring or testing before or after installation. PART 3 - EXECUTION 3.2 INSTALLATION I. The installation shall meet the following criteria: 1. Install per manufacturer’s recommendations and contract documents. 2. Install units plumb, level and rigid without distortion 3. One primary suppressor shall be installed external to the service entrance in accordance with manufacturer instructions. 4. Service Entrance SPD shall be installed on the line or load side of the main service disconnect. 5. Service Entrance SPD ground shall be bonded to the service entrance ground. 6. At Service Entrance or Transfer Switch, a UL approved disconnect switch shall be provided as a means of servicing disconnect if a 60A breaker is not available. 7. One SPD shall be installed external to each designated distribution panelboard. 8. At Distribution, MCC and Branch, SPD shall have an independent means of servicing disconnect such that the protected panel remains energized. A 30A breaker (or larger) may serve this function. SURGE-PROTECTION DEVICES FOR LOW-VOLTAGE 26 43 13 - 4 ELECTRICAL POWER CIRCUITS Collier Pool Renovations (Bond 2012) Project No. E14008 9. SPD shall be installed per manufacturer’s installation instructions with lead lengths as short (less than 24”) and straight as possible. Gently twist conductors together. 10. Installer may reasonably rearrange breaker locations to ensure short & straightest possible leads to SPDs. 11. Before energizing, installer shall verify service and separately derived system Neutral to Ground bonding jumpers per NEC. 3.3 ADJUSTMENTS AND CLEANING I. Remove debris from SPD and wipe dust and dirt from all components. J. Repaint marred and scratched surfaces with touch up paint to match original finish. 3.4 TESTING I. Check tightness of all accessible mechanical and electrical connections to assure they are torqued to the minimum acceptable manufacture’s recommendations. J. Check all installed panels for proper grounding, fastening and alignment. 3.5 WARRANTY I. Equipment manufacturer warrants that all goods supplied are free of non-conformities in workmanship and materials for one year from date of initial operation, but not more than eighteen months from date of shipment. END OF SECTION DISCONNECT SWITCHES 26 44 10 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 264410 DISCONNECT SWITCHES PART 1 GENERAL 1.01 SCOPE A. The Contractor shall furnish and install the low-voltage fused and non-fused switches as specified herein and as shown on the contract drawings. 1.02 RELATED SECTIONS 1.03 REFERENCES A. The switches and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of NEMA and UL. 1.04 SUBMITTALS -- FOR REVIEW/APPROVAL A. Procedure: Submit in accordance with Section 013000, 260100, and as stated herein. B. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Dimensioned outline drawing 3. Conduit entry/exit locations 4. Switch ratings including: a. Short-circuit rating b. Voltage c. Continuous current 5. Fuse ratings and type 6. Cable terminal sizes. 1.05 SUBMITTALS -- FOR INFORMATION A. When requested by the Engineer the following product information shall be submitted: 1. Descriptive bulletins 2. Product sheets. 1.06 SUBMITTALS--FOR CLOSEOUT A. The following information shall be submitted for record purposes: 1. Final as-built drawings and information for items listed in section 1.04 DISCONNECT SWITCHES 26 44 10 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 1.07 QUALIFICATIONS A. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 1.08 NOT USED 1.09 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. A. FIELD MEASUREMENTS A. Contractor shall field verify all dimensions prior to installation. Installation of all switches shall comply with the National Electric Codes clearance and mounting height requirements. B. OPERATION AND MAINTENANCE MANUALS A. Three (3) copies of these instruction manuals shall be submitted with the closeout documents listed in section 1.06. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cutler-Hammer B. Square D C. Siemens 2.02 DISCONNECT SWITCHES A. Provide switches as shown on drawings, with the following ratings: 1. 30 to 1200 amperes 2. 250 volts AC, DC; 600 volts AC (30A to 200A 600 volts DC) 3. 2, 3, 4, and 6 poles 4. Non-Fusible and Fusible 5. Copper/aluminum standard mechanical lugs. B. Construction 1. Switchblades and jaws shall be plated copper. 2. Switches shall have a handle that is easily pad lockable in the OFF position. DISCONNECT SWITCHES 26 44 10 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 3. Switches shall have defeat-able door interlocks that prevent the door from opening when the handle is in the ON position. 4. Switch assembly and operating handle shall be an integral part of the enclosure base. 5. Fusible switches rated 100A to 1200A shall have reinforced fuse clips. 6. Switch blades shall be readily visible in the OFF position. 7. Switch operating mechanism shall be non-teasible, positive quick- make/quick-break type (except 30A plug fuse-type). 8. Fusible switches shall be suitable for service entrance equipment. 9. Switches shall have line terminal shields. 10. All exterior switches shall be heavy-duty type. 11. All interior switches shall be general-duty type unless otherwise noted. C. Enclosures A. Exterior: All enclosures shall be NEMA 3R rainproof unless otherwise noted. B. Interior: All enclosures shall be NEMA 1 unless otherwise noted. D. Fuses 1. Fuses shall be dual element, current limiting type such as Bussmann Low- Peak Yellow or equal. 2.04 NAMEPLATES A. Manufacturers nameplates shall be front cover mounted, contain a permanent record of switch type, ampere rating, and maximum voltage rating. PART 3 EXECUTION A. EXAMINATION A. All switches shall be cleaned free of debris after installation and prior to final acceptance by the owner. Remove all miscellaneous paint markings, grease and tar. 3.02 FACTORY TESTING A. Standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of UL and NEMA standards. 3.03 INSTALLATION A. The equipment shall be installed per the manufacturer's recommendations. DISCONNECT SWITCHES 26 44 10 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 END OF SECTION LUMINAIRES 26 51 00 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 265100 LUMINAIRES PART I GENERAL 1.01 SUMMARY: A. Section Includes: 1. Lighting fixtures 2. Lamps 3. Ballasts 4. Emergency lighting units 1.02 REFERENCES: A. American National Standards Institute (ANSI): 1. C78 Series Lamps 2. C82.1-97 Electric Lamp Ballast - Line Frequency Fluorescent Lamp Ballast 3. C82.2-84 Fluorescent Lamp Ballasts - Methods of Measurements 4. C82.4-92 Ballasts for High Intensity Discharge and Low-Pressure Sodium Lamps (Multiple Supply Type) 5. C82.11-93 High Frequency Fluorescent Lamp Ballasts B. Institute of Electrical and Electronics Engineers (IEEE): 1. C62.11-93 IEEE Recommended Practice on Metal Oxide Surge Arresters for Alternating Current Power Circuits C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 844-95 Electric Lighting Fixtures for Use in Hazardous (Classified) Locations 2. 924-95 Emergency Lighting and Power Equipment 3. 935-95 Fluorescent Lamp Ballast 4. 1029-94 High Intensity Discharge Lamp Ballasts 5. 1570-95 Fluorescent Lighting Fixtures 6. 1571-95 Incandescent Lighting Fixtures 7. 1572-97 High Intensity Discharge Lighting Fixtures 1.03 DEFINITIONS: LUMINAIRES 26 51 00 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 A. Emergency Lighting Unit: Fixture with integral emergency battery power supply and means for controlling and charging battery. Emergency units are available with integral lamps only. B. Fixture: Complete lighting unit, exit sign, or emergency lighting unit. Fixtures include lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply. Internal battery powered exit signs and emergency lighting units also include battery and means for controlling and recharging battery. Emergency lighting units are available with and without integral lamp heads and lamps. C. Luminaire: Fixture. D. Average Life: Time after which 50% will have failed and 50% will have survived under normal conditions. E. Total Harmonic Distortion (THD): The root mean square (RMS) of all the harmonic current components divided by total fundamental (60 hz) current. 1.04 SUBMITTALS: A. Procedures: Submit in accordance with Section 013000, 260100, and as stated herein. B. Product Data: 1. Describe fixtures, lamps, ballasts, and emergency lighting units. Arrange product data for fixtures in order of fixture designation. Include data on features and accessories and the following information: a. Outline drawings of fixtures indicating dimensions and principal features. b. Electrical ratings and photometric data with specified lamps and certified results of independent laboratory tests. c. Data on batteries and chargers of emergency lighting units. C. Shop Drawings: 1. Detail nonstandard fixtures indicating dimensions, weights, methods of field assembly, components, features, and accessories. D. Supplies: 1. Submit sample of fixture if different than specified. E. Miscellaneous: LUMINAIRES 26 51 00 - 3 Collier Pool Renovations (Bond 2012) Project No. E14008 1. For substitutes only, product certifications signed by manufacturers of lighting fixtures certifying that their fixtures comply with specified requirements. 2. Warranty for rechargeable battery. 3. Coordination drawings for fixtures that require coordination with other equipment installed in the same space. 1.05 DELIVERY, STORAGE, AND HANDLING: A. Deliver lighting fixtures in factory-fabricated containers or wrappings, which properly protect fixtures from damage. B. Store lighting fixtures in original packaging. Store inside well-ventilated area protected from weather, moisture, soiling, extreme temperatures, humidity; laid flat and blocked off ground. C. Handle lighting fixtures carefully to prevent damage, breaking, and scarring of finishes. Do not install damaged units or components; replace with new. 1.06 QUALITY ASSURANCE: A. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term “NRTL” shall be as defined in OSHA Regulation 1910.7. 2. Terms “listed and “labeled” shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: 1. National Electrical Code: Components and installation shall comply with NFPA 70. C. Coordinate fixtures mounting hardware and trim with ceiling system. PART 2 PRODUCTS 2.01 FIXTURES, GENERAL: A. Comply with requirements specified in Paragraphs below and lighting fixture schedule. 2.02 FIXTURE COMPONENTS, GENERAL: A. Metal Parts: Free from burrs, sharp corners and edges. LUMINAIRES 26 51 00 - 4 Collier Pool Renovations (Bond 2012) Project No. E14008 B. Sheet Metal Components: Steel, except as indicated. Form and support components to prevent warping and sagging. C. Doors, Frames, and Other Internal Access: Smooth operating and free from light leakage under operating conditions. Arrange to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers and other pieces to prevent accidental falling during relamping and when secured in operating position. D. Reflecting Surfaces: Minimum reflectances as follows, except as otherwise indicated: 1. White Surfaces: 85% 2. Specular Surfaces: 83% 3. Diffusing Specular Surfaces: 75% 4. Laminated Silver Metallized Film: 90% E. Lenses, Diffusers, Covers, and Globes: 100% virgin acrylic plastic or water white, annealed crystal glass except as indicated. 1. Plastic: High resistance to yellowing and other changes due to aging, exposure to heat and UV radiation. 2. Lens Thickness: 0.125 inch, minimum. 2.03 SUSPENDED FIXTURE SUPPORT COMPONENTS: A. Single-Stem Hangers: ½-inch steel tubing with swivel ball fitting and ceiling canopy. Finish same as fixture. B. Twin-Stem Hangers: Two, ½-inch steel tubes with single canopy arranged to mount single fixture. Finish same as fixture. C. Rod Hangers: ¼-inch diameter cadmium plated, threaded steel rod. D. Hook Hanger: Integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord and locking-type plug. 2.04 FLUORESCENT FIXTURES: A. Fixtures: Conform to UL 1570. B. Ballasts: Electronic type. Conform to UL 935, ANSI C82.11 and NFPA 70. 1. Certification: By Electrical Testing Laboratory (ETL). 2. Labeling: By Certified Ballast Manufacturers Association (CBM). 3. Type: Class P, 0.95 P.F. minimum. 4. Sound Rating: “A” rating, except as indicated otherwise. 5. Voltage: Match connected circuits. 6. Temperature: Start and operate at minimum of 500 F. 7. THD: 10 percent maximum. LUMINAIRES 26 51 00 - 5 Collier Pool Renovations (Bond 2012) Project No. E14008 C. Low Temperature Ballast: Start and maintain operation at a minimum of 00 F. D. T-8 Lamp Ballasts: Full-light output type, compatible with energy-saving lamps. Following are required average input wattages when tested according to ANSI C82.2. 1. 39 or less when operating one F32T8 lamp. 2. 62 or less when operating two F32T8 lamps. 3. 95 or less when operating three F32T8 lamps. 4. 114 or less when operating four F32T8 lamps. E. Recessed fluorescent fixtures shall have 100% acrylic prismatic lenses with a minimum thickness of 0.125 inch unless otherwise indicated. 2.05 HIGH INTENSITY DISCHARGE (HID) FIXTURES: A. Fixtures: Conform to UL 1572. B. Ballasts: Conform to UL 1029 and ANSI C82.4. Provide ballasts with following features, except as otherwise indicated. 1. Constant wattage autotransformer (CWA) or regulator, high-power-factor type. 2. Voltage rating matches system voltage. 3. Single-Lamp Ballasts: Minimum starting temperature of –300 C. 4. Normal ambient operating temperature is 400 C. 5. Open circuit operation will not reduce average life. 6. Noise Suppression: Manufacturer’s standard epoxy encapsulated model designed to minimize audible fixture noise. 2.06 INCANDESCENT FIXTURES: A. Conform to UL 1571. 2.07 FIXTURES FOR HAZARDOUS LOCATIONS: A. Conform to UL 844 or provide units that have Factory Mutual Engineering and Research Corporation (FM) certification for indicated class and division of hazard. 2.08 EXIT SIGNS: A. Conform to UL 924. 1. Sign Colors: Conform to local code. LUMINAIRES 26 51 00 - 6 Collier Pool Renovations (Bond 2012) Project No. E14008 B. Self-Powered Exit Signs (Battery Backup): Integral automatic high/low trickle charger in self-contained power pack. 1. Battery: Sealed, maintenance-free, nickel cadmium type 1.5 hour minimum emergency run time. 2.09 EMERGENCY LIGHTING UNITS: A. Conform to UL 924. Provide self-contained units with features and characteristics as indicated on the drawings. 2.10 LAMPS: A. Conform to ANSI C78 series applicable to each type of lamp. B. Fluorescent Lamps: Color temperature of 35000 K. 2.11 FINISH: A. Steel Parts: Manufacturer’s standard finish applied over corrosion-resistant primer, free of streaks, runs, holidays, stains, blisters and defects. Remove fixtures showing evidence of corrosion during project warranty period and replace with new fixtures. B. Other Parts: Manufacturer’s standard finish. PART 3 EXECUTION 3.01 INSTALLATION: A. Set units plumb, square and level with ceiling and walls, in alignment with adjacent fixtures, and secure according to manufacturer’s printed instructions and approved submittals. B. Mounting heights specified or indicated shall be to the bottom of fixture for ceiling-mounted fixtures and to the center of fixture for wall-mounted fixtures. C. Obtain approval of the exact mounting for lighting fixtures on the job prior to commencing installation and, where applicable, after coordinating with the type, style and pattern of ceiling being installed. D. Where recessed fixtures are supported by ceiling support grid, install additional support wires near each corner of the fixture. E. Make branch circuit wiring connections with conductors having an insulation temperature rating suitable for the fixture. LUMINAIRES 26 51 00 - 7 Collier Pool Renovations (Bond 2012) Project No. E14008 F. Ground and bond fixtures in accordance with Section 260600. G. Install lamp units according to manufacturer’s instructions and fixture schedule. 3.02 FIELD QUALITY CONTROL: A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Give 7-days notice of dates and times for field tests. C. Verify normal operation of each fixture after fixtures have been installed and circuits have been energized with normal power source. D. Interrupt electrical energy to demonstrate proper operation of emergency lighting installation. 1. Duration of supply. 2. Low battery voltage shut-down. 3. Normal transfer to battery source and retransfer to normal. 4. Low supply voltage transfer. E. Replace or repair malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. 3.03 ADJUSTING AND CLEANING: A. Clean fixtures upon completion of installation. Use methods and materials recommended by manufacturer. B. Adjust aimable fixtures to provide required light intensities. C. Set and adjust photocells and/or time switches for proper operation as directed by Owner. END OF SECTION TELEPHONE/DATA SYSTEMS 26 74 00 - 1 Collier Pool Renovations (Bond 2012) Project No. E14008 SECTION 267400 TELEPHONE/DATA SYSTEMS PART 1 – GENERAL 1.01 GENERAL A. Applicable provisions of the General Conditions, Supplemental General Conditions and Special Conditions govern work under this Section. 1.02 DESCRIPTION OF WORK A. This section includes work required to provide a system of raceways, outlet boxes with covers, cables, connectors, terminations, terminal boards, and grounding to accommodate the installation under separate contract the telephone/data system equipment. 1.03 RELATED SECTIONS A. Division 26 – ELECTRICAL 1.04 REFERENCES A. National Electrical Code (NEC) 1.05 SYSTEM DESCRIPTION A. It is the intent of this Specification to provide a system of raceways and outlets to accommodate the installation of telephone and data cabling by the owner’s vendor. The Contract Documents indicate the location and size of the main telephone service raceway and the location of telephone/data outlets and terminal boards. Routing of raceway system between outlets and terminal points shall be determined in the field by the contractor. Design of the system is based upon the premise that the telephone/data system installer will provide UL listed low smoke producing plenum cabling conforming to NEC requirements, permitting open wiring in plenum areas above accessible ceilings. PART 2 – PRODUCTS 2.01 MATERIALS A. Raceways: All raceways shall be furnished and installed in accordance with the requirements of this Section and Section 261360. B. Outlet Cover Plates: All outlet coverplates shall be in accordance with the requirements of Section 261400. C. Terminal Boards: Terminal boards shall be ¾-inch type Marine grade plywood having two coats of insulating oil base exterior enamel paint applied before installation on both sides and all edges. The quantity and dimensions shall be as indicated on the drawings. D. Cabling: By owner’s vendor COLLIER POOL RENOVATIONS (BOND 2012) REBID – PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 TELEPHONE/DATA SYSTEMS 26 74 00 - 2 Collier Pool Renovations (Bond 2012) Project No. E14008 E. Jacks: By owner’s vendor. PART 3 – EXECUTION 3.01 CONSTRUCTION A. Install terminal boards straight and level at locations indicated on drawings. Attach to masonry walls using expansion anchors, to CMU walls using toggle bolts, and to sheetrock and plaster walls using wood or sheet metal lag bolts fastened into the wall supporting the structure. The use of toggle bolts in sheetrock and plaster walls is not acceptable. Install anchors at a maximum of 24-inches on center at the perimeter of each board. B. At the main terminal board, stub-up the service entrance conduits at one end of the board within 3 inches of the supporting wall. C. Service entrance conduits shall be rigid galvanized steel or PVC encased in concrete with steel reinforced where it passes through the foundation and for at least 5’ beyond the building line. D. Unless otherwise indicated, distribution raceways shall be electrical metallic tubing, except the PVC Schedule 40 may be used where raceway is buried in concrete slabs, columns, or beams. Provide insulating bushings at the ends of all raceways. E. The conduit size for each outlet shall be -1/4-inch minimum. F. Boxes shall be steel having the minimum dimensions of 4-11/16”x4-11/16”x2-1/8”. G. Provide conduit from each outlet location to an accessible location above a lay-in type ceiling. Terminate conduit with bushing. H. Provide raceways sufficient to accommodate telephone cabling where passing through mechanical and electrical equipment rooms, pipe chases, mechanical chases, areas without ceilings (exposed structure), and nonaccessible areas such as ceiling plenums and crawl spaces. I. Provide ¾-inch conduit with #6 AWG bare copper ground wire from main terminal location and bond to building grounding system as indicated on drawings. J. Contact local telephone company to coordinate the exact telephone service entrance location and requirements prior to installing the telephone service raceways. All telephone company charges for service work shall be included in the contractor’s bid. K. Refer to construction drawings for additional requirements. END OF SECTION COLLIER POOL RENOVATIONS (BOND 2012) REBID – PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 SECTION 31 31 16 TERMITE CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Chemical soil treatment. 1.02 REFERENCE STANDARDS A. Title 7, United States Code, 136 through 136y - Federal Insecticide, Fungicide and Rodenticide Act; United States Code; 1947 (Revised 2001). 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Indicate toxicants to be used, composition by percentage, dilution schedule, intended application rate. C. Manufacturer's Application Instructions: Indicate caution requirements . D. Manufacturer's Certificate: Certify that toxicants meet or exceed specified requirements. E. Certificate of compliance from authority having jurisdiction indicating approval of toxicants. F. Warranty: Submit warranty and ensure that forms have been completed in Owner's name. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing this type of work and: 1. Having minimum of 2 years documented experience. 2. Approved by manufacturer of treatment materials. 1.05 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Provide five year installer's warranty against damage to building caused by termites. PART 2 PRODUCTS 2.01 MATERIALS A. Manufacturers: 1. Bayer Environmental Science Corp: www.backedbybayer.com/pest-management. 2. FMC Professional Solutions: www.fmcprosolutions.com. 3. Syngenta Professional Products: www.syngentaprofessionalproducts.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Toxicant Chemical: EPA approved; synthetically color dyed to permit visual identification of treated soil. C. Diluent: Recommended by toxicant manufacturer. 2.02 MIXES A. Mix toxicant to manufacturer's instructions. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that soil surfaces are unfrozen, sufficiently dry to absorb toxicant, and ready to receive treatment. B. Verify final grading is complete. 3.02 APPLICATION A. Comply with requirements of U.S. EPA and applicable state and local codes. B. Spray apply toxicant in accordance with manufacturer's instructions. C. Apply toxicant at following locations: TERMITE CONTROL COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 313116-1 D. Apply extra treatment to structure penetration surfaces such as pipe or ducts, and soil penetrations such as grounding rods or posts. E. Re -treat disturbed treated soil with same toxicant as original treatment. F. If inspection or testing identifies the presence of termites, re -treat soil and re -test. 3.03 PROTECTION A. Do not permit soil grading over treated work. END OF SECTION TERMITE CONTROL COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 31 31 16 - 2 SECTION 32 31 13 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Fence framework, fabric, and accessories. B. Excavation for post bases; concrete foundation for posts. C. Manual gates and related hardware. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2013. B. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. C. ASTM F567 - Standard Practice for Installation of Chain -Link Fence; 2011. D. CLFMI CLF 2445 - Product Manual; Chain Link Fence Manufacturers Institute; 1997. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on fabric, posts, accessories, fittings and hardware. C. Shop Drawings: Indicate plan layout, spacing of components, post foundation dimensions, hardware anchorage, and schedule of components. D. Samples: Submit two samples of fence fabric, slat infill, inch by inch in size illustrating construction and colored finish. PART 2 PRODUCTS 2.01 MATERIALS AND COMPONENTS A. Materials and Components: Conform to CLFMI Product Manual. B. Fabric Size: CLFMI Residential/Swimming Pool service. C. Intermediate Posts: Type I round. D. Terminal, Corner, Rail, Brace, and Gate Posts: Type I round. E. Gates: As indicated on drawings. 2.02 ACCESSORIES A. Caps: Cast steel galvanized; sized to post diameter, set screw retainer. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; hot -dip galvanized steel. C. Hardware for Single Swinging Gates: 180 degree hinges, 2 for gates up to 60 inches high, 3 for taller gates; fork latch with gravity drop and padlock hasp; keeper to hold gate in fully open position. 2.03 FINISHES A. Components (Other than Fabric): Galvanized in accordance with ASTM A123/A123M, at 1.7 oz/sq ft. B. Hardware: Hot -dip galvanized to weight required by ASTM A153/A153M. C. Accessories: Same finish as framing. D. Color(s): To be selected by Architect from manufacturer's standard range. CHAIN LINK FENCES AND GATES COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 323113-1 PART 3 EXECUTION 3.01 INSTALLATION A. Install framework, fabric, accessories and gates in accordance with ASTM F567. B. Place fabric on outside of posts and rails. C. Line Post Footing Depth Below Finish Grade: ASTM F567. D. Corner, Gate and Terminal Post Footing Depth Below Finish Grade: ASTM F567. E. Brace each gate and corner post to adjacent line post with horizontal center brace rail and diagonal truss rods. Install brace rail one bay from end and gate posts. F. Provide top rail through line post tops and splice with 6 inch long rail sleeves. G. Install center brace rail on corner gate leaves. H. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. I. Position bottom of fabric 2 inches above finished grade. J. Fasten fabric to top rail, line posts, braces, and bottom tension wire with tie wire at maximum 15 inches on centers. K. Attach fabric to end, corner, and gate posts with tension bars and tension bar clips. L. Install bottom tension wire stretched taut between terminal posts. M. Do not attach the hinged side of gate to building wall; provide gate posts. N. Install gate locking device specified in Section 08 71 00 - Door Hardware. 3.02 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From True Position: 1 inch. END OF SECTION CHAIN LINK FENCES AND GATES COLLIER POOL RENOVATIONS (BOND 2012) REBID -- PACKAGE B (RESTROOM & OFFICE BUILDING) PROJECT NO. E14008 3231 13-2 APPENDIX December 23, 2014 City of Corpus Christi Department of Capital Programs Post Office Box 9277 Corpus Christi, Texas 78469 • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE Attention: Ms. Natasha Fudge, P.E., Acting Director of Capital Programs SUBJECT: SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS City of Corpus Christi Project No. E12117 3801 Harris Drive Corpus Christi, Texas RETL Job No.: G114250 Dear Ms. Fudge, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and foundation evaluation for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted herewith for your records and distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST. SAN ANTONIO, TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS CITY OF CORPUS CHRISTI PROJECT NO. E12117 3801 HARRIS DRIVE CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G114250 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF CAPITAL PROGRAMS POST OFFICE BOX 9277 CORPUS CHRISTI, TEXAS 78469 DECEMBER 23, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 o 1?..••••••• -••.'!4,p 4, TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 MARK C. ROCK i V.. 71395 : —'":T. OFTF 11 11 It'k^s.,+a,V►��� *I• * CHRISTOPHER A. ROCK i c:- -'' ._. i IOi f �;o . 95866 cc i �' ICENStQ.. �� Mark C. Rock, P.E. Christopher A. Rock, P.E. ktieiotVALEN�' — Vice President of Operations Vice President of Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Measurements 3 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 4 General 4 Soil Conditions 5 Excavations and OSHA Soil Type Classification 5 Seismic Site Classification 7 Groundwater Observations 7 FOUNDATION DISCUSSION 8 Project Description 8 PVR Discussion 8 FOUNDATION RECOMMENDATIONS 10 Slab -on -Grade Foundation Recommendations 10 Retaining Structures 12 SITE IMPROVEMENT METHODS 13 Concrete Flatwork Construction Considerations 13 CONSTRUCTION CONSIDERATIONS 14 Site Preparation 14 Select Fill 15 Earthwork and Foundation Acceptance 15 Vapor Retarder 16 Utilities and Expansion Joints 16 GENERAL COMMENTS 17 APPENDIX Boring Location Plan Boring Logs B-1, B-2 and B-3 Key to Soil Classifications December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation analysis for the proposed Aquatic Facilities Upgrades and Improvements (City of Corpus Christi Project No. E12117) to be constructed at 3801 Harris Drive located in Corpus Christi, Texas. Authorization The work for this project was performed in accordance with RETL proposal number P082014A dated August 20, 2014. The scope of work was approved and incorporated into a City of Corpus Christi's Agreement for "Geotechnical Engineering Testing Services" executed by Ms. Valerie H. Gray, Interim Executive Director of Public Works, on November 24, 2014. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to recommend a type of foundation system suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, foundation recommendations and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to form a reasonable basis for the foundation designs. The recommendations submitted for the proposed project are based on the available soil information and the preliminary design details provided by Mr. Jonathan Gonzalez, Associate AIA, representing Turner, Ramirez & Associates, Inc. If the engineer requires additional soil parameters to complete the design of the proposed foundations, RETL will provide this information as a supplement to this report. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. 1 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of the City of Corpus Christi and Turner, Ramirez & Associates, Inc. for the specific purpose of the proposed Aquatic Facilities Upgrades and Improvements (City of Corpus Christi Project No. E12117) to be constructed at 3801 Harris Drive located in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the drilling operations, obtaining soil samples and recovering disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations, the soils encountered were classified and recorded on boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D 5434)." Three (3) borings were performed at the site to maximum termination depth of 40 -feet. Turner, Ramirez & Associates, Inc. determined the number and depth of the borings. Turner, Ramirez & Associates, Inc. and RETL determined the location of the borings. RETL staked the borings in the field and performed the boring operations. Upon completion of the drilling operations and obtaining the delayed groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. A Boring Location Plan, which is a reproduction of a drawing prepared by Turner, Ramirez & Associates, Inc., is provided in the Appendix. The table below provides boring information including boring identification, boring depth and GPS coordinates: SUMMARY OF BORING INFORMATION Boring Identification Boring Depth (ft) GPS Coordinates 6-1 40 N 27° 44.179' W 97°23.625' 13-2 25 N 27° 44.161' W 97°23.619' B-3 25 N 27° 44.157' W 97°23.642' 2 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the boreholes to the desired termination depths. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the soil samples obtained were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Standard Penetration Tests — During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Measurements — Water level measurements were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — Ground surface elevations were not provided at the boring locations. Therefore, all depths referred to in this report are from the actual ground surface elevation at the boring locations during the time of our field investigation. 3 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to dry unit weight determinations (ASTM D2937), Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strengths of cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). Estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of subsurface materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, strength tests, water level observations and laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between or beyond the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. 4 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 Soil Conditions AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas The soil conditions encountered at the project site have been summarized and soil properties including soil classification, plasticity, strength, angle of internal friction and effective unit weight are provided in the following tables: Soil Profile Table, Borings B-1 and B-3 D Generalized Soil Description LL PI C Ye N PP 0-10 Lean CLAY and CLAYEY Sand 31-42 20-28 2,800 0 120 --- 1.5-4.5+ 10-17 Silty Clayey SAND and Poorly Graded SAND NP NP 0 28 110 6-11 --- 17-39 Poorly Graded SAND --- --- 0 30 55 8-26 --- 39-40 Fat CLAY --- --- 1,300 0 60 11 --- Soil Profile Table, Boring B-2 D Generalized Soil Description LL PI C Ye N PP 0-10 Fat/Lean CLAY 30-42 18-24 3,800 0 120 --- 4.0-4.5+ 10-17 Fat/Lean CLAY 50 34 750 0 115 6-7 --- 17-25 Silty Clayey SAND and Poorly Graded SAND --- --- 0 32 55 11-26 --- Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf N = Standard Penetration Test (number of blows) PP = Pocket penetrometer value range, tsf NP = Non -Plastic Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. Excavations and OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site based on the soils encountered at the boring locations: 5 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas D DESCRIPTION OSHA SOIL TYPE CLASSIFICATION 0-10 Clay (Est. Undrained Shear Strength Greater than 2,800 psf) Type B 10-17 Sand (Subject to Vibration) Type A 17-20 Sand (Submerged and Subject to Vibration) Type A It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A ' Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 11/2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require much flatter slopes. The guidelines presented herein for slopes do not imply RETL is taking responsibility for construction site safety; this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. We are providing this information solely as a service to our client. Under no circumstances should the information provided herein be interpreted to mean that RETL is assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. 6 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations 29 CFR Part 1926 should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor's "competent person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20 -feet, it will be necessary to have the side slopes designed by a Professional Engineer licensed in the State of Texas. The contractor's "competent person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. Seismic Site Classification The site soil shall be classified based on the upper 100 -feet of the site profile. Where site-specific data is not available to a depth of 100 -feet, appropriate soil properties are permitted to be estimated by the registered design professional preparing the soil investigation report based on known geologic conditions. Where the soils properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless the authority having jurisdiction or geotechnical data determined that Site Class E or F soils are present at the site. It is RETL's opinion that given the limits of the site investigation and the guidelines dictated above, that Seismic Site Class E should be utilized for structural design at this site. Groundwater Observations Groundwater (GW) observations were made during the drilling and upon completion of the drilling operations. The results of these observations are provided in the following table: GROUNDWATER OBSERVATIONS (feet below surface) Boring No. During Drilling Upon Completion 6-1 17' Dry and caved at 16' B-2 17' Dry and caved at 16' 6-3 17' Dry and caved at 15' 7 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas Based on observation made in the field during and upon completion of the drilling operations and moisture contents obtained in the laboratory, it is RETL's opinion that the depth to groundwater at this site during the time of our field operations is approximately 17 -feet below the ground surface. It should be noted that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, drought or temperature effects. FOUNDATION DISCUSSION Project Description Based on information provided to RETL, the project will include the construction of an outdoor splash pad, a children's swimming pool, a lap swimming pool, a pump room, rinse off showers, restrooms, a shade structure and an office/storage building. The proposed outdoor splash pad will have a footprint on the order of approximately 1,000 square feet, the proposed children's pool will have a footprint on the order of approximately 1,000 square feet and the proposed lap pool will have a footprint on the order of approximately 4,000 square feet with depths ranging from 4 to 6 -feet. The proposed pump room will have a footprint on the order of approximately 300 square feet, the proposed restrooms will have a combined footprint on the order of approximately 496 square feet, the proposed shade structure will have a footprint on the order of approximately 1,600 square feet and the proposed office/storage building will have a footprint on the order of approximately 416 square feet. It is understood that the existing structures at the facility will be demolished and removed from the project site. The proposed structures will be constructed within the vicinity of the demolished structures. It should be noted that preliminary loads and other design details such as proposed finished grades have not been provided. When this information becomes available, it should be forwarded to RETL so we might refine the recommendations provided in this report if warranted. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at this site are moderate to high in plasticity. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone, estimated to extend to a depth of approximately 13 -feet, and the Atterberg limits test results of the soils encountered within the active zone. 8 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas • The maximum calculated total potential vertical rise (PVR) at the locations of the proposed outdoor splash pad, a children's swimming pool, a pump room, rinse off showers, restrooms, a shade structure and an office/storage building, assuming that the finished concrete floor slab at these locations is a minimum of 11/2 -feet above the average existing grade at this site, is on the order of 11/2 to 13/4 -inches. • The maximum calculated total potential vertical rise (PVR) for a lap swimming pool constructed with the proposed filled water depth at approximately the grade of the existing site with a depth of 6 -feet, is on the order of 1 -inch. The PVR value represents the vertical rise that can be experienced by dry subsoils if they are subjected to conditions that allow them to become saturated, such as poor drainage. Using dry soil conditions to calculate the PVR is generally considered the worst case scenario. The actual movement of the subsoils is dependent upon their change in moisture content. Differential vertical movements can potentially be equal to the expected total movements. Worst case scenario can result in differential vertical movements at this site equal to the calculated PVR over a distance equal to the depth of the active zone, within the footprint of a slab -on -grade if dry soil conditions exist and a localized water source such as ponding water or a plumbing leak occurs resulting in non-uniform moisture conditions. Undercutting the natural expansive soils at this site and replacing them with properly compacted non -expansive select fill soils will reduce the PVR. The resulting reduction in PVR at this site, utilizing undercutting and replacement operations, are included in the following table: Undercut and Replacement Recommendations for the: Proposed Outdoor Splash Pad, Children's Swimming Pool, Pump Room, Rinse Off Showers, Restrooms, Shade Structure and Office/Storage Required Undercut Depth (ft) Select Fill Thickness (ft) Calculated PVR (in) 1 2 1.1 2 3 0.8 Based on our calculations, in order to reduce the PVR to approximately 1 -inch, it will be necessary to remove the expansive soils to a depth of 1 Y2 -feet, moisture condition and compact the exposed subgrade soils, and place a minimum of 21/2 -feet of properly compacted non -expansive select fill soils in the excavation. Additional undercutting and replacement may be required to further reduce the PVR based on architectural or structural design considerations or if the finished concrete floor slab elevation is something other than: 9 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas • Concrete floor slabs constructed a minimum of 11/2 -feet above the average existing grade at this site at the location of the proposed outdoor splash pad, a children's swimming pool, a pump room, rinse off showers, restrooms, a shade structure and an office/storage building. • The proposed fill level for the water in the lap swimming pool is at approximately the existing grade at this site with a pool depth of 6 -feet. A slab -on -grade foundation system is suitable for use at this site to support the proposed structures. A conventionally reinforced slab -on -grade foundation system is typically the most economical foundation system utilized to support a relatively light structure that can withstand some soil movements. Movements experienced by a shallow foundation at this site could be related to soil swelling (heave) conditions resulting in differential movements. Differential movements, even as small as 1 -inch, can result in unsightly cracking of interior and exterior architectural facades and rigid brick or CMU block walls. A shallow slab -on -grade foundation is an acceptable foundation provided the site improvement earthwork recommendations included in the "PVR Discussion" and "Site Preparation" sections of this report are performed. If it essential to demand the highest level of performance from the foundation then RETL recommends utilizing a deep foundation system in conjunction with a structural floor slab. If recommendations for deep foundations in conjunction with a structural slab are desired then RETL will provide these recommendations as a supplement to this report. RETL will be providing recommendations for slab -on -grade foundations in this report. FOUNDATION RECOMMENDATIONS Slab -on -Grade Foundation Recommendations Monolithic stiffened grid type beam and slab -on -grade foundations are feasible to support the proposed structures planned for construction at this site if foundation movements of approximately 1 -inch can be tolerated. The PVR shall be reduced to approximately 1 -inch by performing the recommended site improvements in the "PVR Discussion" and "Site Preparation" sections of this report. It should be noted that rigid exterior walls and interior partitions are subject to distress with the slightest soil related foundation movements, even differential movements as small as 1 -inch. 10 of 17 December 23, 2014 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS City of Corpus Christi 3801 Harris Drive RETL Job No.: G114250 Corpus Christi, Texas Interior and exterior grade beams should be founded within properly compacted non - expansive select fill at a minimum depth of 2 or 21/2 -feet, respectively, below the finished floor slab elevation. Interior and exterior grade beams founded as recommended above can be designed for a net allowable unit soil bearing pressure of 2,000 psf. The net allowable unit soil bearing pressure provided utilizes a safety factor of 3.0. Concentrated loads should be placed at widened footing locations, at intersection of grade beams or where haunches can be constructed if loading conditions warrant increased bearing area. The beams should be a minimum of 12 -inches wide to reduce the potential for localized shear failure and the beams should be spaced a maximum of 18 -feet apart, in both directions. The Structural Engineer may vary beam depths and spacing based on experience designing and constructing similar type structures on sites with similar subsurface soil conditions. The "Design of Slab -On -Ground Foundations," published by the Wire Reinforcement Institute, Inc. (Aug., 1981), utilizes the design criteria provided in the table below: WRI Design Criteria Climatic Rating (Cw) 17 Effective Plasticity Index 25 Soil/Climatic Rating Factor (1-C) 0.12 Maximum Beam Spacing In Both Directions (ft) 18 WRI slab design criteria provided above takes into account that a minimum of 1% -feet of the existing soils, organics and other deleterious materials are removed from the building site and extending out a minimum of 5 -feet outside the footprint of the proposed outdoor splash pad, a children's swimming pool, a pump room, rinse off showers, restrooms, a shade structure and an office/storage building, including all appurtenances, the exposed subgrade soils are moisture conditioned and compacted and a minimum of 21/2 -feet of properly compacted non -expansive select fill soils are placed into the excavation to achieve a finished concrete floor slab elevation a minimum of 11/2 -feet above the average existing grade at the site in order to reduce the PVR to approximately 1 -inch. 11 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas Soil supported floor slabs are subject to vertical movements, as discussed earlier in this report. Even slight differential movements on the order of 1 -inch can cause distress to interior wall partitions and rigid exterior walls or facades supported by shallow slab -on - grade foundations, resulting in cosmetic damage. This amount of movement should be understood and addressed during the design phase of the proposed structures planned for construction at this site. Retaining Structures The walls of the swimming pool constructed below grade will act as retaining structures. Equivalent fluid density values for active, passive and at rest conditions were evaluated for various backfill materials. These values for different acceptable backfill soils and their respective USCS soil classification symbols are presented below: BACKFILL MATERIAL DESIGN LATERAL SOIL LOAD (psf per foot of depth) Active At Rest Passive Silty Clay (ML -CL or CL) (P1= 7 to 25) 85 100 170 Clayey Sand (SC or SM -SC) (P1= 7 to 20) 85 100 170 Sand (SP, SM or SM -SP) (PI < 7) 45 60 275 Free Draining Gravel (GW, GP or GM) 35 60 350 Retaining walls, which are allowed to move slightly, will develop either an "active" or "passive" earth pressure condition. If the wall is restrained from lateral movements such as when it is fixed at the top, the "at rest" earth pressure condition will be developed. Design lateral soil loads are provided for moist soil conditions for the specified soils compacted to their maximum densities. It is very important to note that these equivalent fluid densities do not include the effect of seepage or hydrostatic pressures, groundwater, and surcharge loads due to equipment, vehicular loads or future storage near the walls. Submerged or saturated soil pressures shall include the weight of the buoyant soils plus hydrostatic loads. It is recommended that the backfill behind the walls be free draining, sands or gravel, with less than 10 percent passing the #200 Sieve. The backfill shall be placed in no greater than 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and within 3 -percent of the optimum moisture content. Compaction of each lift of fill shall begin at the structure and work away in an attempt to minimize stress to the proposed structure. Soils with USCS Classification OL, MH, CH and OH are unsuitable for use as backfill. 12 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas SITE IMPROVEMENT METHODS Concrete Flatwork Construction Considerations As previously stated, the change in moisture content of the plastic clay soils is the primary mechanism resulting in the volumetric changes of the supporting soils. Provisions in the site development should be made in order to maintain relative uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations, thus reducing the soil's shrink/swell volume change potential. Some of these measures are outlined below: • During construction, positive drainage schemes should be implemented to prevent ponding of water on the subgrade. • Positive drainage should be maintained around the structure and flatwork through roof/gutter systems connected to piping or directed to paved surfaces, transmitting water away from the foundation perimeter and flatwork. In addition, positive grades sloping away from the foundation and flatwork should be designed and implemented. We recommend that effective site drainage plans be devised by others prior to commencement of construction to provide positive drainage away from the site improvements and off the site, both during, and after construction. • The top 2 -feet of utility trenches should be backfilled with low plasticity clays to assure the trenches do not serve as aqueducts that could transport water beneath the structures and flatwork due to excessive surface water infiltration. • Vegetation placed in landscape beds that are adjacent to the structure and flatwork should be limited to plants and shrubs that will not exceed a mature height of 3 -feet. Large bushes and trees should be planted away from the slab foundations and flatwork at a distance that will exceed their full mature height and canopy width. • Individual concrete panels of concrete sitework should be dowelled together to minimize trip hazards as a result of differential movements within the flatwork. • All efforts should be made to avoid having situations where site flatwork panels are partially supported on properly compacted select fill soils and partially supported on natural in-situ highly plastic soils which will result in differential movement and may also result in a negative slope back to the building causing ponding of water next to the structures. 13 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas • In areas where flatwork is planned for construction and extending 5 -feet outside the plan area of the flatwork, all surface organics and deleterious materials shall be removed, the upper 12 -inches of exposed subgrade soils should be scarified, moisture conditioned to a minimum of 2 -percent above the optimum moisture content and then compacted to at least 90 -percent and not more than 95 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698). This does not apply to flatwork supporting car or truck traffic. • The top 2 -feet of utility trenches should be backfilled with select fill to assure the trenches do not serve as aqueducts that could transport water beneath the structure due to excessive surface water infiltration. Utility trenches shall have a water stop constructed from the bottom of the utility trench to the ground surface at least 4 -feet wide using properly select fill at a distance of approximately 2 -feet outside of the select fill building pad and extending 2 -feet inside the select fill building pad to prevent water from percolating under the structure. • If it is desired to reduce the PVR movements beneath flatwork, the fat clay soils should be undercut and replaced with select fill as discussed in the "PVR Discussion" section of this report. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the foundation and flatwork areas. Poor drainage schemes are generally the primary cause of foundation and flatwork problems on clay soils. CONSTRUCTION CONSIDERATIONS Site Preparation In areas where soil -supported slabs are constructed with finished concrete floor slabs a minimum of 11A -feet above the average existing grade at this site is to be constructed, soil, vegetation and all loose or excessively organic materials shall be removed to a minimum depth of 11A -feet below the ground surface. The excavations should extend a minimum distance of 5 -feet outside the perimeter of the proposed structures and any appurtenances (including porches, attached sidewalks, stoops, etc.). The upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content shall be maintained at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and recompacted in place. Upon completion of the subgrade preparations, a minimum of 21A -feet of properly compacted non -expansive select fill soils shall be placed in the excavation in order to achieve the desired finished concrete floor slab elevation. Select fill shall be placed in such a manner to provide a uniform select fill pad thickness supporting the proposed structure. Excavation of grade beams may proceed after placement of the select fill is complete. 14 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas Note demolition of existing structures may damage subgrade soils, therefore, at the location of all structures to be demolished the existing foundations shall be removed to a depth that undisturbed subgrade soils are encountered. The upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content shall be maintained at, or above, the optimum moisture content. Properly compacted non -expansive select fill soils shall be placed in the demolished structure excavation. The Geotechnical Engineer should be notified if any demolished excavations encroach or overlap the footprint of any of the exposed structures to determine if supplemental recommendations are warranted. Select Fill Imported select fill material used at this site shall be homogenous, free from organics, and clay balls, and other deleterious materials and shall have a maximum liquid limit of 40 -percent and a plasticity index (PI) between 7 and 18. The select fill soils shall have a minimum of 35 -percent passing the #200 sieve and no soil particles exceeding 11A- inches 1,4inches will be permitted. The fill shall be placed in no greater than 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing level if excavations remain open for long periods of time. Therefore, it is recommended that the excavations be extended to final grade and the foundations be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation bearing level should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the foundation excavation and be replaced with properly compacted non -expansive select fill prior to placement of concrete. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation and placement of select fill. As a guideline, a minimum of one in-place density test should be performed on the subgrade soils and each subsequent lift of fill for each 2,000 sq. ft. of slab area, or a minimum of 3 in-place density tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be re -compacted and retested until compliance is met. 15 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 Vapor Retarder AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas A vapor retarder with a permeance of less than 0.3 US perms (ASTM E 96) should be placed under any concrete floor slabs on the ground to reduce the transmission of water vapor from the supporting soil through the concrete slab and to function as a slip sheet to reduce subgrade drag friction. Polyethylene film with a minimum thickness of 10 mils (0.25 mm) is typically used for reduced vapor transmission and durability during and after its installation. The vapor retarder should be installed according to the ASTM E 1643, "Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs." All penetrations through the vapor retarder should be sealed to ensure its integrity. The vapor retarder should be taped around all openings to ensure the effectiveness of the barrier. Grade stakes should not be driven through the barrier and care should be taken to avoid punctures during reinforcement and concrete placement. Placement of slab concrete directly on the vapor retarder increases the risks of surface dusting, blistering and slab curling making good concrete practice critical. A low water to cement ratio concrete mix design combined with proper and adequate curing procedures will help ensure a good quality slab. Where vapor transmission is not a concern, elimination of the vapor retarder may provide improvements in finishing characteristics and reductions in the risks of surface dusting, blistering and slab curling. However, exposure of portions of the subgrade or granular layer, such as at blockouts for columns or utility penetrations, to inclement weather during construction may create excessive or deficient moisture conditions beneath portions of the slab that have already been placed. Blockouts for slab penetrations should be protected if a vapor retarder is omitted. ACI 302.1 R-96 "Guide for Concrete Floor and Slab Construction" recommends that a vapor retarder or vapor barrier be used only when required by the specific application. Utilities and Expansion Joints Utilities that project through soil supported slabs and floors should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. Expansion joints should be designed and placed in various portions of the structures. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. 16 of 17 December 23, 2014 City of Corpus Christi RETL Job No.: G114250 AQUATIC FACILITIES UPGRADES AND IMPROVEMENTS 3801 Harris Drive Corpus Christi, Texas GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavations prior to concreting in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the proposed structures if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 17 of 17 APPENDIX S i7171S+dJRAgV f SO101 14.0 NOT1S L. ELEVA0ONS SNOW ARE IN 301.00'85 1251104 iI W5 MEZER - ' P tuON Y 3011 0115 0503E23 VAS PERFORMED 8Y COVA39 41140,OP44E1N3 LLC . ON 4I14U51 UN. 2003. `4 5. 20031AIIL1TES 511a11 M£ 01 STATE PLANE GR10, 150'53, PE5A5 50044 CONE IN 10.5_ FOOT POM -0 (0PHOLL) PENT -2 Nome N WrNI) N. 17.158,597-51 N. 17 .157,55121 C. I.242.59555 E: 1.512.237.75 E1E1. 20.45' REV 25.58' LEOEND eq L1h PING 001T0t5i5 1NAVO'88} E3R9r.G CONC0[TTE PP' ::n•r OWED CONC. PW 9181X7 1.3235 POLE 2' 0317700 715 OVA ) F' PVC CLEAN DW3 (PPP.) CHAIN L1NI £15'1' 25' Deep Test B-3 Boring } 1-1741511 POSE 3TYP J. Lv�t 3 LOCATION PLAN scut MS TOP OF 0313C. rYTOP 0E SER / ELEY 9L07' ELEV . 31.41' tOP OF C0000 311.14 37'.12' D 0. Fi.D 26.11'. 21 ELEY 25 • ''�:07— ELEY. 21 25 ' EiL11 _- -e- OTTUM OF • ePOOI. 8 JO' 24' I F SEG1IfON A -A EXHIBIT A gosq GOVIND DEVELOPMENT, LLC. COI T2RI9ER A RAMIREZ ARCHITECTS SURVEY OF COLLIER POOL. 0005015 01011171 LAIL 417414r 2.'3 0111131250 S0IT I- w 0 O CC 0- 0- CC - a -n: -J _1 0 U ci ci z 0 0 0 0 J -- — — - --• ,,,,G `�,�`� r Rock Engineering & Testing Lab., Inc. <;�� Corpus 6817Lhard t.T qOC v Christi, TX 78409 er Q°�P FaxTel:hone: (361)883-4761) 883-4555 9P** -••--- -- SHEET 1 OT . CLIENT: City of Corpus Christi (#E12117) PROJECT: Aquatic Facilities Upgrades LOCATION: 3801 Harris Drive; Corpus Christi, TX NUMBER: G114250 DATE(S) DRILLED: 12/04/14 - 12/04/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS IDRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. Dry and caved at 16' upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM SANDY LEAN CLAY dark gray, moist, very stiff. (CL) 5 = S-1 SH S2 P= 3.5 I P= 4.5+ 24 13 38 11 27 86 Same as above, with calcareous deposits. Same as above, brown. %// - SH S3 P= 4.0 16 I H - 10 - _ SN S-4 sS S-5 P= 1.5 N= 11 16 13 34 12 22 112 1.5 44 CLAYEY SAND brown, moist, stiff. (SC) SILTY CLAYEY SAND brown, moist, medium. Clay seam encountered. POORLY GRADED SAND with silt, brown, dry, loose. I. - 15 - 20 - - 25 - SS S-6 SS S-7 SSN= S-8 N= 6 N= 9 8 8 24 27 NP NP NP 9 7 (SP -SM) Same as above, moist. Clay seam encountered. Same as above. POORLY GRADED SAND brown, moist, medium. - 30 - 35 ss S-9 SS S-10 SS1 N= 14 4 N= 9 21 24 Same as above, loose. S N= 11 27 82 FAT CLAY, with sand, brown, moist, stiff. 40 Boring was terminated at a depth of 40 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth was determined by Turner, Ramirez & Associates, Inc. and boring location was determined by Turner, Ramirez & Associates, Inc. and RETL. Boring operations were performed by RETL at GPS Coord. N 27° 44.179' W 97° 23.625'. NP= Non -Plastic 0 0 C, -1 I - w 0 0 se0 Cea CO J 0 0 a a: w J J 0 0 N Ci 0 z CC 0 m 0 CO J — — — — - — Q�aG r 05 Fsr Rock Engineering & Testing Lab., Inc. ��qG OC NC Corp Leopard St. ' �� Corpus Christi, TX 78409 ea9 °L Telephone: (361) 883-4555 r QQ° Fax: (361) 883-4711 4).04)- �9r ���� — • -•• - VI II—L- I I VI I CLIENT: City of Corpus Christi (#E12117) PROJECT: Aquatic Facilities Upgrades LOCATION: 3801 Harris Drive; Corpus Christi, TX NUMBER: G114250 DATE(S) DRILLED: 12/04/14 - 12/04/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. Dry and caved at 16' upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM r SANDY LEAN CLAY dark gray, moist, very stiff. - / 5 _ SH SH S-2 P= 4.0 P- 4.5+ 18 8 30 12 18 55 Same as above, gray, dry. (CL) Same as above, gray g y and brown. (CL) SANDY LEAN CLAY brown, dry, very stiff. - l 10 = /�/j /` - 15 = SH S-3 SH S-4 SS S-5 Ss S-6 P= 4.5+ P= 4.5+ N= 7 N= 6 16 17 22 15 42 50 18 16 24 34 112 5.6 71 FAT CLAY, with sand, brown, moist, firm. (CH) Sand seam encountered. LEAN CLAY brown, moist, firm. - 20 - SS S-7 N= 11 23 18 SILTY CLAYEY SAND, brown, moist, medium. POORLY GRADED SAND brown, moist, medium. - -. ss S-8 N= 26 25 25 - 25Boring was terminated at a depth of 25 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth was determined by Turner, Ramirez & Associates, Inc. and boring location was determined by Turner, Ramirez & Associates, Inc. and RETL. Boring operations were performed by RETL at GPS Coord. N 27° 44.161' W 97° 23.619'. N_ H O C9 -1 f - w 0 K C7 J 0 0 a w J -J 0 U LOG OF BORING B- G O 9.4 rFsr Rock Engineering & Testing Lab., Inc. tam O 'No Corp Leohard St. t' ' �c Corpus Christi, TX 78409 9eoq �"� Telephone: (361) 883-4555 Oro oQ9 Fax: (361) 883-4711 eY 4%o N CLIENT: City of Corpus Christi (#E12117) �_ v PROJECT: Aquatic Facilities Upgrades LOCATION: 3801 Harris Drive; Corpus Christi, TX NUMBER: G114250 DATE(S) DRILLED: 12/04/14 - 12/04/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) E x a LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. Dry and caved at 15' upon completion of drilling operations. SURFACE ELEVATION: N/A o LL PL PI DESCRIPTION OF STRATUM CLAYEY SAND dark- moist, verystiff. SC g y( ) // re/., '4/-- /44--P= _ _ 5 - l'- - 10 - - SHgray, S-1 SH' S-2 SH' S-3 SH' S-4 SS S-5 ' P= 4.5+ P= 4.5+ P= 4.0 4.5+ N= 9 14 14 15 13 16 31 42 11 14 20 28 44 48 Same as above, gray and brown. Same as above. (SC) CLAYEY SAND, brown, dry, very stiff. SILTY CLAYEY SAND brown, moist, loose. Clay seam encountered. POORLY GRADED SAND brown, moist, medium. Clay seam . • - - - 15 - - 20 - SS S-6 SS S-7 N=11 g Q X N= 26 22 26 — encountered. Same as above. / 25 - 8-8 A N= 19 23 52 SANDY LEAN CLAY brown, moist, very stiff. Boring was terminated at a depth of 25 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth was determined by Turner, Ramirez & Associates, Inc. and boring location was determined by Turner, Ramirez & Associates, Inc. and RETL. Boring operations were performed by RETL at GPS Coord. N 27° 44.157' W 97° 23.642'. Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM • Symbol TERMS CHARACTERIZING SOIL Major Divisions Letter Hatching Color NAME STRUCTURE GW :' p ' Well – graded gravels or gravel – sand mixtures, little or no fines SLICKENSIDED – having inclined planes Of weakness that are slick and glossy in GRAVEL GP G .3 tcracks, ce Poorly -graded gravels or gravel – sand mixtures,little or no fines appearance FISSURED – containing shrinkage frequently filled with fine sand AND GRAVELLY SOILS GM y ) d t o Silty gravels, gravel – sand – silt mixtures or silt; usually more or less vertical LAMINATED (VARVED) – composed of thin layers of varying color and COARSE GRAINED SOILS GC -J >' Clayey gravels, gravel - sand – clay mixtures texture, usually grading from sand or silt at the bottom to clay at the top. SW : w Well -graded sands or gravelly sands, little or no fines CRUMBLY – cohesive soils which break into small blocks or crumbs on drying CALCAREOUS – containing appreciable SAND SP tu Poorly – graded sands or gravelly sands, little or no fines quantities of calcium carbonate, generally nodular. WELL GRADED – having wide range in AND SANDY SOILS SM 0 Silty sands, sand – silt mixtures grain sizes and substantial amounts of all Intermediate particle sizes. POORLY GRADED - predominantly of SC i �i j w >- Clayey sands, sand – clay mixtures one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) 4 ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA SILTS AND CLAYS CL % % w w Inorganic Gays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays M/C = 15 – Natural moisture content in percent. FINE LL<50 OL —• - — Organic silts and organic silt -clays of low plasticity = 95 – Dry unit weight in lbs/cu ft. Qu = 1.23 – Unconfined compression GRAINED SOILS SILTS MH jj Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts stre–ngth 30 –in Liquidtons! limitsqft., Plastic limit, 51 –21 and Plasticity index. AND CLAYS LL > 50 CH 4 e.Ai w m Inorganic clays of high plasticity, fat clays 30% FINER – Percent finer than No. 200 mesh sieve OH M Organic clays of medium to high plasticity, organic silts 30 B/F – Blows per foot, standard penetration test. HIGHLY ORGANICLu SOILS P' — ¢ c o Peat and other highly organic soils `I – Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (2) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS 1 FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0 – 4 4 – 10 10 – 30 30 – 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard < 2 2 – 4 4 – B 8 –15 15 – 30 over 30 < 0.25 0.25 – 0.50 0.50- 1.00 1.0 – 2.00 2.00 –4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. 00 91 01 ADDENDUM NUMBER 1 Collier Pool Renovations (Bond 2012) - Package B Project: (Restroom and Office Building) RE -BID Project Number: Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Turner, Ramirez Architects El 4008 Addendum No. 1 Specification Section: 00 91.01 Issue Date: 04/01/2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Philip J. Ramirez, AIA, LEED AP 04/01/2016 Name Date Addendum Items: ARTICLE 1-- BIDDING REQUIREMENTS 1. Replace Section 00 30 01 Bid Form in its entirety, ARTICLE 2 — CLARIFICATIONS ATTACHMENT 1 -- PRE-BID SIGN -IN SHEET ATTACHMENT 2 — SECTION 00 30 01 BID FORM Turner, Ramirez Architects TX Firm #1669 Addendum No. 1 Collier Pool Renovations (Bond 2012) — Package B (Restroom and Office Building) RE -BID Project No. E14008 009101-1 Rev 01-13-2016 ARTICLE 1 —BIDDING REQUIREMENTS 1.01 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment 2). ARTICLE 2 — CLARIFICATIONS 1.01 QUESTIONS A. Question: "Sheet 14 of 52 S 2,0 Plan shows trench drain but none shown on details B S 3.0 or C S 3.0. Please explain what type of trench drain will be required." Answer: "Sheet 14 of 52, 52.00 "Bath House Foundation Plan" makes reference to a "Full Length Slot Trench" which is to be provided as part of "Package A" since it required connecting it to the public infrastructure. Contractor for "Package B" is to provide an allowance to drill and epoxy set (72) 5/8 -inch Diameter Smooth Dowels (55316) x 12 - inches long at 24 -inches on center (4 -inches to Existing Concrete) for tying into "Package B. Question: "Is the existing building to be demoed or anything else for that matter? If the building does remain does it get renovated? Sheet #7 shows the restroom and office buildings on either side of the existing building that is labeled as the "proposed pool facility". It is not quite clear what is supposed to happen with that building... Answer: "Demolition of the existing building and site is not in the scope of Package B. The contractor for Package A will perform all demolition and provide the contractor for package B a clear site ready for construction of the scope of Package B." C. Question: "Need to get information regarding page CP -214 Sheet 48 of 52 note #2 I Note3 #3, it is calling for new electrical meter & disconnect. On page CP -214 Sheet 51 of 52. the existing online diagram is stating that there is already an existing meter, disconnect, & existing panel. Is it indeed already existing gear or would there have to be provided new. Also, Is the telephone & data provided by subcontractor or provided by others ?- Answer: "For Phase B the service and gear will be existing per the one -line diagram. The service is being rebuilt in Phase A. Telephone and Data cabling by owner. Contractor to provide rough -ins will pull strings for owner's use." END OF ADDENDUM NO. 1 Addendum No. 1 Collier Pool Renovations (Bond 201.2) — Package B (Restroom and Office Building) RE -BID Project No. E14008 009101-2 Rev 01-13-2016 eae,. ekaae SIGN -IN SHEET SUBJECT: E14008 -Collier Pool Renovations (Bond 2012) Package B DATE: 03/29/16 TIME: 2:00 P.M. LOCATION: ENGINEERING SERVICES "SMART BOARD" ROOM [zriPRnINT NAME ORGANIZATION SIGNATURE PHONE 1 la CAr4-- \, P :. 7 (l_i., b, i ‘.1 t VVI NI b11V CC 1 /5Pes& Sett- ✓E4.,. 3i 1'" S-6scsS l6 i1' 6;74(//' o I (fAhd .I ^ Y 1 ' At of n1 & .ia� . �6 ,i,,a V -%9-100 le 141,1 504i-et/IQ ✓L 1iiii CC -A - lor 4 ?14 -SIP ► 61 FZ6-3`f3 `!os ti.4 61-1 vE' TtJp-43Q c-117--f+C - Er. itrsfeerz�w� Li A)&24,.- 35a4.. f.✓ ' +! Gblip /krlk ; l3 ti LS -`i 43. MIL Beek `� -%" S Rirk..A. Ze • - . y_ ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 1 OF 1 00 30 01 BID FORM 00 30 01 B D FORM Project Name: Collier Pool Renovations (Bond 2012) REBID — PACKAGE B (RESTROOM & OFFICE BUILDING) Project Number: E14008 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Shane Torno, P.E. Designer: Turner 1 Ramirez Architects Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al OFFICE &RESTROOM BUILDING AND ASSOC. SITE DEVELOP., INSTALLED LUMP SUM 1 $ $ SUBTOTAL PARTA-'GENERAL TOTAL PROJECT BASE BID (PART A) I $ - Contract Times Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in 270 days Bid Form COLLIER POOL RENOVATIONS (BOND 2012) REBID — PACKAGE B (RESTROOM OFFICE BUILDING) PROJECT NO. E14008 ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 1 OF 1 Page 1 of 1 REV 10-14-2014 m m w woo 616uazounw@o C) CO 0 Mo -0a Co � o co _2 CT) - M m TJ IT! 0 0 S0 0 m m C7 m CO c I- 0 z 0 m co D c-) 0 m W 9NIN33NI9N3 OZ:IN I33NIJN311A13'R 1` fl13fl .S MECHJELECJPLUMB.ISPECIAL SYSTEMS: �(7 m W 5 D C7 0 73o m• 73 m m m a A co n O �o 0 c 90 0 TI m m W ✓ C Z 0 dYW AlINI3IA COLLIER POOL RENOVATIONS (BOND 20 1 rn 0 z CCI Zi - 1 oZ g CiO FF 1 71 IP ea A t O .148.71/113 F Iola 11OA 3dOd 9 77V0 RY:SCN NO MiE BY OESCRPRON PENSION NO OATS car RAIU COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (MY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI COVER SHEET CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS e PLANNERS c4 oE 0 ABBREVIATIONS GRAPHIC SYMBOLS PROJECT DATA MATERIAL LEGEND GENERAL PROJECT Z3rr § _8 § \}) 22> DRAWING INDEX g ,: \-- .__ (§()})!) § [;\))0 )((§ JQ§ ^r :•§ /i ! 22 /22222//22\ / ��2 \\}§ \� | \/ §� taw :� - .� | [);! |!)��)( §i``! § )� §) „ ))| [°�: E' L-1' P \ REVISION DATE BY DESCRIPTION REVISIONDATE_, PTION N Z D O J 045 0m 0 zw Z m W U w U) O o Z z O O M - >0 r5 ce= ' z z a X J 00 o Z O w - O 00' z w J 0 O o U SHEET 2 of 52 RECORD DRAWING NO. CP -214 CITY PROJECT # E14000 -• CITY ¥cUPsCHRISTI TEXAS Department g ® TURNER RA¥REZ a � ° CONSULTANTS SHEET NO. G1.01 . 4OFA .. 12/IMO, �Na� oP -- TOWEL OUTLfi p 130" MAX 8 p 00 Tfl VI' IN oft /4 l 44. MAX SURFACE 79. MIN REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI ACCESSIBILITY GUIDELINES 11 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ T-!TECTS « PLANNERS 0 0 o � x m Qo T m m T m v z MAINLINE -PACKAGE A CHO.-PAM.A '-HWE-_ - duo GI D a3mn8o(F)38 s D D D D D D D D D D_ 382 Et at L. D_ 8 ROOM CUPANT NUMBERI NAME ILO OCCUPANT I NET AREA IO COUNT BC OCCUPANCY [WOMEN'S SHOWER MEN'S SHOWERS WOMEN'S RR SHOWERS MEN'S RR SHOWERS SHOWERS BATH ENTRY WATER FOUNTAINS PICNIC AREA UNCOVERED PICNIC AREA COVERED STORAGE OFFICE MAIN ENTRY TICKETING mV 88''''Ho Wi" 88N 0 o Co 0 NOIlVWNOJNI 1V113N3D REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2D12 BOND) CITY OF CORPUS CHRISTI CODE REVIEW & LIFE SAFETY PLAN 11 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ -T , !TECTS « PLANNERS REVISION N0. DATE DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI 2012 BONO) CITY OF CORPUS CHRISTI CIVIL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING STRUCNRA, TOPOULAMON,SMFYING I gym►;:1810 6=52 o 5 Qma � 12 ON3031 03SOd0?Jd ON3031 ONIISIX3 REVISION N0. DATE DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI 2012 BOND) CITY OF CORPUS CHRISTI LEGEND & TESTING SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVI, STRUCTURAL. MARINE 2 fi=fie g$ 3 n s€ g£ 3 2 0 3 Rssm g g 3 m 5 5 N' F DESCRIPTION COMPACTED EMBANKMENT TESTING SCHEDULE B ig F Y ° v Y < $ g Ai i _ 9 v '�' S s 8 S N e RATE MIN 1 PER 500 SY PER 12. UFT S 3 ;,-'Rs 55 3 > smm 4 a 5 = € ` g 3 a 5 CLICHE OF UTILIZED) DESCRIPTION ATTERBERG WITS AND C.DATION 3s3aaa AAaaAa 8 N P o o ffi 33 ' R n @ A RATE REVISION N0. DATE DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI 2012 BOND) CITY OF CORPUS CHRISTI LEGEND & TESTING SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVI, STRUCTURAL. MARINE 2 •■ u;1% IT II VMS '8 3115 z c) z 0 m 0 a m 0 c a m r 0 0 0x 00 REVISION NO. E BY DESCRIPTION REVISION N0, DATE DESCRIPTI COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI SITE & GRADING PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL. MARINE d 3NIurN nvem0.13,11n 3 ON1.31.4ION3 ZONNW 3W saoNaS 6uuaaw6u2 oluawjedad SVX31 11S12:11-10 SldHOO bo )J.10 ttv NVId 030aV1N3 SNIVIS 8 dWVN 313210N00 IIS18N0 SfId000 d0 A110 (MOS z I0z -11S IANO 001000 JO A110) (JNI011118 301340 8 W00211S321) 8 RO)10Vd - 0183H (ZLOZ 0N09) SNOIIVAON3a 100d a3I1100 000/1/0030 AB 3100 1 00 0010030 N001100030 A9 3±00 ON NOIS1033 Z 0 W \ N ✓ T 7 0 1 -r 01 4® 4® z J 0. Le W t7 z W N F N 6 2 W r W X z 0 V SCALE: 3/8" = 1-0" z c) 0 L/) N REVISION NO. TE BY DESCRIPTION 8 3 U S COLL ER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI STAKING PLAN BUILDING COORDINATE INFORMATION VISION NO, DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services SESCRIPTI ME MUNGZ ENGINEERING CIVIL. STRUCTURAL. MARINE PARKING LOT COORDINATE INFOI _ _ S S _ gg _ V S S _ S_ U_ u U> u a S U o v& m 8 e e N N e Y k Y - Q U m . u _ o A m S o e NHS DESCRIPTION 8 3 U S COLL ER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI STAKING PLAN BUILDING COORDINATE INFORMATION VISION NO, DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services SESCRIPTI ME MUNGZ ENGINEERING CIVIL. STRUCTURAL. MARINE STORM WATER POLLUTION PREVENTION DETAILS z 5 a 0 F N m 0 0 z 0 C 0 in z 1 z 0 m m Rtri les NOI133S • 131NI Raf10 3 NOI L33S - 131N1 Baf10 0 REVISION N0. DATE DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLL ER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI .2012 BOND) CITY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL, MARINE N Z G1 410 5 0 S 31UISS3O01/ 130 103111 0 0 Z 0 Z m m I— N 0 9 m F TYPICAL CROSS SLOP SLOPE 2R SIDEWALK WIDTH VARIES SEE PLANS E S 410 REVISION NO. DATE DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI .2012 BOND) CITY OF CORPUS CHRISTI MISCELLANEOUS DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL. MARINE CORPUS CHRIS, 7.13 ,,,N N- C) • opaao��;rm=�� °z �m S .03 re uTllg x' ll$PUFIV gglE7. gaoai;a"zGSP"48 a$Sim arFA 'gm a1F11To 9 f. p>SpSq �c m S ss 2E5 6L1 SNOI1VIA31IaaV REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI STRUCTURAL NOTES 1 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING TABLE A REINFORCEMENT TENSION LAPS AND EMBEDMENT y = 60000 PSI, (c = 3000 PSI _ _uumeN m mo mum mgt a.0 va_, 10.1 CLASS B LAP (IN) TOP BAR I OTHER BARS Nerve s .03 re uTllg x' ll$PUFIV gglE7. gaoai;a"zGSP"48 a$Sim arFA 'gm a1F11To 9 f. p>SpSq �c m S ss 2E5 6L1 SNOI1VIA31IaaV REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI STRUCTURAL NOTES 1 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING I I _«»_, Svx# 1SlaOmAo@uo lgmNiA&mms LIMN° snano 00 0113 . e -_,_a« (Ng�em3owo§mals§ngaodV-gg (zoAogSNOIAok10ma32Eo AB 3.0 ON NOISIA30 ) }!&;) = . }210 FRF 5 I 150 PSF NOTES, POUNDS PER SQUARE (POE) 1. MINIMUM 3070 DOOR PRESSURE 140 PSG. 2. CONTRACTOR TO ADJUST ZONE LOCATIONS RASED BUILDINGCR FINAL AND VERIFY WEER FI. STRUCTURAL OR APPROVAL PRIOR TO 3. CORNER WALL ZONE 5 k ROOF ZONE 3 DIMENSION , : 5 NZ 5 NZ NET UPLIFT & WALL PRESSURE DIAGRAM 0 \ k \ k TWA - y = . 8 „ , , : \ z=.= gg \ e ,= 0 \)\}°}}°}\`/ ! ! ! } > e ,= 0 a 0 \ k \ k TWA - y = . 8 „ , , : \ z=.= gg 1 [. = .a, \)\}°}}°}\`/ " \\/3', } \/ DESCRIPTION OF BUILDING ELEMENTS 4,§!E! 01 !/\((/j\ }\/\§//22/)[gJ - ;.:23A._\\\\(/\§I\\;( 01 -� g\{/ §.;.,=,r==,= . \\»f!:\ !_ \):((z ,! : 882890 CEILING ST, LAPS OVER PARTITIONS, N JOIST TO PARALLEL RAFTERS FACE 012'2 \%Sx a"'' ^ /..i.\,. \>\!§ WIDER THAN 1" LL 8" SHEATHING TO EACH BEARING. FACE NAIL GUILT -UP CORNER STUDS BUILT-UP GIRDERS AND BEAMS, 2" LUMBER LAYERS \ ( #^ ;'! = A-10 3/16" t Fos m� m 9 r' mo 141 A. I3 49 O m® $ a 3 ) s v rv I 1 �e w§ 3 o�=n l.1 12 3. m _ J L J J . 1 . I � I s '°i ii G 1\ l•::. �_ . I of — m o a y ,• A a L JI l: 1 .:.....:...... 7 • -09 It 2 : J L J L JUL.................w J J fl ..... ....................... w.. ., S4735. ES \ R4I) 5'-0 3/16" "8 22 14'-63/8" ga I! A 15'-Y Do; IP Pi F� t)'-4° 13'-4 3/8' 8'-8 )/16° 781-5 va• 94' 2 3/8° I® ID El i o E 6F X90 oolm O O l! m 91 O C v a 0 z 9 r a z • !a7g L Ai6m 80 o R _ o o: 8n =o 3 03 _ Eg , o Eg o a 2 = _ o A �=o Age'r 2 7 o, 3 = A N A 14 _ 85 `'g oho 2� o Eat U%��o> S N m -1. 2 _ A z = o - S K ms�o bozo '- o2 oC y; 000 _ as> ' � m£ ° z z z .. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY OESCRIPRON SHEET 14 of 52 RECORD DRAWING NO. CP -214 CITY PROJECT # E14008 COLL ER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI- 2012 BOND) CITY of CORPUS TEXAS Department of Engineering A. CHRISTIm Services] R �� j 4 T. - I �;h`'` CONSULTANTS SHEET NO. 52.00 E .la G CITY OF CORPUS CHRISTI BATH HOUSE FOUNDATION PLAN MUNO2 ENGINEERING P BEAM INTERSECTION DETAI ID 1IV130 tl3NUOO INV38 d 1 1IV130 1NIOP MVS d REVISION N0. OAIE BY DESCRIPTION REVISION NO. DATE BY SESCRIPIION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI FOUNDATION SECTIONS & DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL. MARINE 00,000.400.0, .00000.00 I 12%12 0 24' 00 = I9'-9 /4* I .» .... a..... :.. a .......: I L h�".., 0 • REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY OESCRIPRON COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI BATH HOUSE ROOF FRAMING PLANS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING ID C ID 1-71 m m a 3 i O n 3 C m i r a± N m 1 O z S kVA tAm F �N$ Eg J a gg -g In rnO z In n i O z In O REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY OESCRIPRON COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI FRAMING SECTIONS & DETAILS I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING 0 O z m r 0 0 0 09 00 r 0 e wv 0 r c 0 LONG COL REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPNON COLL ER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI FRAMING SECTIONS & DETAILS 11 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING 0 0 0 0 0 0 0x l Fo horn P 0 z Y-3 CR m Nm z NOIIVA313 ll 0 o F� �ti9 5 sag P 5/I EO CAI CUT p o0 0 REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY DESORPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI FRAMING SECTIONS & DETAILS III CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL. MARINE 0 0 0 0 8 1I17130 ONIN3dO 11VM f11N0 FOUNDARON !FF••• 1� •_ _i — ' �� ® ■•I 16-` NEM NEN ■■■ memo MASONRY BLOCK WALL .11.14101" NOISNVdX3 1=� 0. r0 * 7o r Or ii Z 3 0i in 2 o°v B' NOM N MIER LOWER SECTION IS GROUTED NEXT 5 -0 OF WALL MAT BE CONSTRUCTED AND GROUTED c r z i m r 0 S m c r m 6 0 TOY S I mz 00@ 4 j 1 LFP SPLICE LENGTH 4-1 111 j� .jje t 0r ,jj are (TYP) ID REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPRON COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI CMU FRAMING DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ME MUNOZ ENGINEERING CIVIL. STRUCTURAL...IRE REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2D12 BOND) CITY OF CORPUS CHRISTI ARCHITECTURAL SITE PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ WRONII-ECTS n PLANNERS O m S IV130 NOII03S d • ,1I ,1I I ,11 .1I 1. 11 .1I `m D WA REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI SITE DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ AFCFIITECTS w FAWNERS ME 0110X 200112101552. JO 2dOIS MID 210N a TYP NOIIOAS >INI1NIVHO .IZI1N3 aLVJ )INFINIVHO • • • REVISION NO. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI SITE DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ DRCNITECTS n PLANNERS Cr N r MAP PPAC.. - 0 s 1) r—MFTCHUNE PACKAGE 13 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI OVERALL FLOOR PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ A RCMITECTS n PLANNERS f'�t 4 — 1 ; I n Ill (-0n I A105 I n M E 4 I it 1. } 2.AR1 P REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI OVERALL FLOOR PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ A RCMITECTS n PLANNERS BATH HOUSE ENLARGED FLOOR PLAN - AREA B' Vy I•i.wIINV4:1lj 6t �_ • 11111111111' rsx•4r^rexr1 1 awan"meg ►® e:x*r Kati aciset neoust s1.1•1•14,201•1sdw®ws0slMIESP ss.sa`6w10®J.1a..C, .02/1•111.21. 0 00 O yO 0 A S31ON 1V213N30 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CIN OF CORPUS CHRISTI - 2D12 BOND) CITY OF CORPUS CHRISTI FLOOR PLAN AREA 'B' CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS n PLANNERS 0 o0 D b =CLEAR A�R = in 111111;innmi9mm,piim111111 !9!!!nnii 1 nm 1111111111111111 II 111111111111E 111111111 111111 III !_•i•! s m eye �y, 0 —a ON ° m 3 SII `p� ` $ i —"A ��: :ire®a�Os���`®�•:r.�.�l��`0:„® : �� a-4100,0 e a / CLEAR A P m 'i4!sit tolR-•- Met 0 0 0 0 AO D A O m mv,e a m ea S: N a A z'_ A N PAPER TOWEL. OISPENSER 3, GRAB BARS AT TYPICAL C. TOILET Sims z- 2 T. T F S3RIOSS333V 131101 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI FLOOR PLAN AREA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ DRCMITECTS 0 PLANNERS C) m z F rTI 0N2031 ONI1I33 „0,. ..8.. S`d32JV - da2i g 1X. YXXX <X X - XX 0 0n _€y 0 _g_ UN 11 >4�n D 3 < of m r..1. �.o itPt D X EPo 4 e� US Eo t- S e 3 C C a 0 s 1 X XXXXXXXYC x)XXXXXY2.xXXJiic a REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI REFLECTED CEILING PLAN AREAS 'B, & C' CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ DRCFIITECTS n PLANNERS A S31ON 1Y I3N30 4N3O31DIOO CONTRACTOR TO COORDINATE WORK WI 8 3 7 a REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI ROOF PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ WRO.III-ECTS n PLANNERS NOIIVA313 2iOI J31X3 0 0 0 O 0 O 2 O O NOIIVA313 H12iON MOVIN100 01.091217.38d 0 0 NOLLVA313 Hlfl MATOUNEPAGKAGEA(POOL) MATORUNEP <I�8(BUILDING, REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI EXTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ WRO III-ECTS n PLANNERS X 4 mm O m r 6 ®000000 aim sm m 0 m r 11111111111111111111 ......1:161.1.1.1.1. 1111111�� 111111111 1.1.1.....1.1.11 1. '1'1'1'1'1111111,-111 yoolyeel1�1o1�1�1�1y1�1 yi 11111111111111111111 .............:. ........°''1-1 tri •` 11111111 :■:I1._._Ic..IIIIIi ! s 111111.1.1.1.1.1. 1111 1111111 ! VIII O 111111111 111111 Ii1!1�1!1! wad •NMETAIIIIIN .._._I;I;I;I;I;I;I. 111111111111111 NPCHLINEPACKAGE YPDILOINY, NATLHDNE PACKAGE B Poen m X 4 m O m D 4 ___J_. IIIIIIIIIIIIIi 1111111111111i1 111111111111111 11111111111111111 11111111 Ili1i IlAill. 1111111 111 1111111 11111111 Piiiiiiiiilliddi ijffl'IiPiT0 111111i1i1��•�11�11i111 111�1;rw�1;1�1; —`_, REVISION NO. DATE BY DESCRIPTOR REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI EXTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ DRCMITECTS 0 PLANNERS b z 0) m m z di z 0 m z in 0 C 0 0 � 1SV3 - 21b S. S � _ 1 5 _—J 11 a' } NOIIVA313 H3MOHS VOV 'IN1 NOIIVA313 213MOHS VOY m�mN_om,464°v 1 r Aa8 7A il oz�,'= E rr 11 ° 6� 1 I T g PJI1h S � _ 1 5 _—J 11 a' } NOIIVA313 H3MOHS VOV 'IN1 NOIIVA313 213MOHS VOY m�mN_om,464°v m r Aa8 7A il oz�,'= E rr 11 ° 6� y� 'w9 � g I 33121033339V 131101 REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI INTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ D14CCIHITECTS n PLANNERS H1lON - HH1 S N3W NOLLVA313 H3MOHS '1X3 N011VA313 H3 0 2 0 S31HOSS300V 131101 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CIN OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI INTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS w PLANNERS W`"pgRH'g: > m r o r L F s p S S31HOSS300V 131101 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CIN OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI INTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS w PLANNERS 4 rZ] z z C) T 0 C z J1VOS 0 0 8 1 0 F g Co SNOI103S 2i3MOHS NOI103S 2i3MOHS V NOI103S d012i31Nf1O0 NOI103S dOlb31N11 0 0 SHOWER CURTAIN ROO REVISION NO. DATE BY DESCRIPTION REVISION NO DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI INTERIOR ELEVATIONS CITY of CORPUS CHRISTI TEXAS Department oEngineering Services TURNER RAMIREZ DRCFIITECTS n PLANNERS NOI103S ONIa1If18 I 1 1 i 0000000 [0 T4 - -r m- 4 4 1 .1 NO1103S ONIa1If18 NOLLORS ONIGI REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI BUILDING SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ NRCF1ITECTS w PLANNERS r r 0) m 0 z NOIIO3S 7 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI WALL SECTIONS CITY of CORPUS CHRISTI TEXAS Department oEngineering Services TURNER RAMIREZ S RCFIITECTS n PLANNERS L.:.lA:.I 1....1.1..11 U..: L....1...1....I litai.. e 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI WALL SECTIONS CITY of CORPUS CHRISTI TEXAS Department oEngineering Services TURNER RAMIREZ S RCFIITECTS n PLANNERS 0 0 0 DV O O O 1® O NO1103S 11 NOI103S 1 NOLLO3S 11 F 4 - Iff 8 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI WALL SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ WPCFIITECTS w PLANNERS 0 0 0 0 0 ,31VoS BWvr MOGNIM '1X3 Wvr H000 ills 2i3MOl HJOIH 1X3 ITIS MOGNIM 1X3 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ A RC111TECTS n PLANNERS IV13a dO021 MAD SZI3MOHS 0 m D REVISION NO. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ DRC}iITECTS a PLANNERS z O z 410 Al NOIlll2lVd W REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI PARTITION TYPES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ RIRCMITECTS n PLANNERS 6 GI ,!->E CONTRACTOR TO COORDINATE WORK WITH POOL CONTRACTOR. C) 5 m m F m a >>>>>>>>>>>>>>>_ 5 m -9 o§ m F, u 1 w 2.$ 2 A MEN'S SHOWERS WOMEN'S RR WOMEN'S SHOWERS 'SHOWERS MEN'S RR SHOWERS SHOWERS 'BATH ENTRY WATER FOUNTAINS PICNIC AREA UNCOVERED PICNIC AREA COVERED STORAGE OFFICE ROOM NAME MAIN ENTRY TICKETING ....,,,,...<..._ D D 00 0 0 0000 non Dlrillrillri 0 6 888 z own vv~D ,'7,88" ozm oooi g 0 O A 2 m m mmmm a S T TILE EPDXY PAINTED CMU OLE EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU ROOM FINISH SCHEDULE WALL FINISHES TILE EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU INTEGRAL COLOR CMU EPDXY PAINTED CMU 'EPDXY PAINTED CMU EPDXY PAINTED CMU EAST OLE EPDXY PAINTED CMU TILE EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU INTEGRAL COLOR CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU EPDXY PAINTED CMU TILE EPDXY PAINTED CMU 'EPDXY PAINTED CMU EPDXY PAINTED CMU PTD. GYP. BD 'TREATED WOOD W/ SEALER PTD. GYP. BD TREATED WOOD W/ SEALER TREATED WOOD W/ SEALER PTO. STRUCT. TREATED WOOD WI SEALER TREATED WOOD PTD. STREET. 'PTD. STRUCT. l PTD. GYP. BD CEILING FINISH TREATED WOOD WI SEALER PTD. STRUCT. :m 00 REMARKS >0 m0 >m 1; a 0 0 Cn rrn o 0 mo D D D D a a a 3 psm O A O A 0 a a 0 O 6 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2012 BOND) CITY OF CORPUS CHRISTI ROOM FINISH & DOOR SCHEDULES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS n PCONNEFS I I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE 0Y DESORPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2092 BOND) CITY OF CORPUS CHRISTI SIGNAGE SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS a PLANNERS SIGNAGE SCHEDULE -SDmr=00>>> m SIGNAGE INFORMATION ROOM # I SIGN MESSAGE POOL HOURS COLLIER POOL WARNING: NO LIFEGUARD ON DUTY POOL CAPACITY EMERGENCY PHONE NUMBER NOTICE / POOL RULES WOMEN'S RESTROOM / SHOWERS WARNING: NO DIVING ALLOWED OFFICE MEN'S RESTROOM I SHOWERS STORAGE / JANITOR 3 N.I.C. I INFO TO BE PROVIDED BY OWNER O 0 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE 0Y DESORPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI - 2092 BOND) CITY OF CORPUS CHRISTI SIGNAGE SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TURNER RAMIREZ ARCHITECTS a PLANNERS Dec 17.2015-4:58, 15151—P1.Jwg REVISION N0. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI PLUMBING DWV PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services N RG I No. 15151 Dec IL 2015 — 4:58, 15151—P1.Jwg —0 REVISION N0. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BON0) COY OF CORPUS CHRISTI PLUMBING WATER PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services N RG I No. 15151 0 0 0 0 0 z oo 6,50pm CPUC PIPE SHALL BE SOCKET WELDED. PIPE SHALL BE BY SPEARS IABWASTE. 01 o oda 0 mm A PLUMBING PIPE MATERIALS SCHEDULE PIPING SYSTEM PIPING MATERIAL -7zp s s ms'3°F 9n zFa . TNS a2�> r 0 E ox ° y mm mm o � a A 9n zFa . TNS a2�> � m _ A' v 9 �°mm 00 �x _ PLUMBING FIXTURE SCHEDULE P, 1 I 2 _ _0 n `? - A AS^o �a m N�y p a-_ fz , S _ _ _D0N_ ° S , 0 0 in - 26 _0o 8 = _ i p A m ZURN No.Z-4155 CAST IRON DRAIN WITH 6" DIAMETER TYPE 'B. STAINLESS STEEL STRAINER AND 1/2" IPS TRAP RIMER CONNECTION AND DEEP SEAL TRAP. PROVIDE PROSET SYSTEMS TRAP GUARD INSERT No TG33-2-415. 0SA09 _ - - = _ o _ o�'"`N' 0 0A8 g0m > _A , "m yo m 7 5 '7',22 m gym!o 1° zF Ao e �ri� '�G 0°8 9 2E= Aa00^9 ° - _ m noa tom 2°o - o A£> 8 i°'2 o �'og K ,r - `= z :6 N z - _ A so,m °'"nM mo y n� KOHLER No -4325 "KINGSTON".WALL MOUNT, WHITE V.C. ELONGATED SIPHON JET (1.20 GPF) BOWL WITH 1L 1/2" TOP SPUD, BEMIS No. 1955CWH WHITE OPEN FRONT SEAT LESS COVER AND SLOAN 'ROYAL" -1.28 FLUSH VALVE. PROVIDE MIFAB MC-10L/R FLOOR MOUNTED CARRIER. zA 0o 0- - _ 2,1 IS310N 1YH3N30 1 T 1 F 1 k 1 1 1' 1 1 0 0 0 0 0 ON181. NItlH8 31.N30NO3 0 0 0 0 SIOBINAS JN18Wflld 000 00 0 0 E ox N u ars n 0.0 GAS LOAD SUMMARY 14oz) EQUIPMENT IGAS LOAD (CFH) 9n zFa . TNS a2�> = m 0'4 $g m A o$ 1 T 1 F 1 k 1 1 1' 1 1 0 0 0 0 0 ON181. NItlH8 31.N30NO3 0 0 0 0 SIOBINAS JN18Wflld 000 00 0 0 E ox N u ars n .(7).,� '9--i(1)®' II } 1 0 I /2 I4 b /4' 4 To 0 0 @-- - 0 0 o • )OL HE) aRA URINALBUDH TANK DK R VALW) ii,Ps- AP Po IN -° o PLUMBING RISER DETAILS 63 c egg oo . TNS a2�> a$ r'g8�p4 .sig yas m 0'4 $g m A o$ m= ���JJJ - 00 �x _ REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ffl —t 74N) 0 � � N COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -20128000) CITY OF CORPUS CHRISTI PLUMBING FIXTURE SCHEDULES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 82". 85,Y21510n0 No. 15151 Dec 1). 2015 - 4:58600 15151_P1/Iwo 0 0 0 0 0 0 0 GAS CONNECTION - TYP. NEN MEN mem.1'- III�II � s v I[ mss n $ G oo 6 VENT THRU ROOF w FA 4M '= E // _ 1� 1 WATER HEATER DETAIL Nsun,E � !� g �.A � 1 ►$ t 1 c i I�r� COU) WATER UNE _ '=I �z '- 1,= _ g <1. -m Sa4.1 d Flo iI 12 GAS SERVICE CONNECTION 0 s$� V m ��I.:::�r CDI ::" dl I I 6 , �� , 7 DOUBLE CLEANOUT _ lilll III g$ �IIII - 2 TRAP PRIMER DETAIL mAv - =omo=-a eat � �m 1 4 I.; 4s I�III�II�� I �_ I � SII -III „EAR�_ I1 I I1TI1 ^ „� I o COL! OO •1 --..ISL.,.= I �� � A ,e 1 s fr m �, g I__il i. I I�,__�_ II Lli—III 11111- II II 711 1I tgq Amo .71_=111 �_• N II—I I1 11111 $ m=�ymFo 13 WATER HEATER DETAILMOT TO SCPLE ..ESO - 8 WATER PIPE ENTRY DETAIL MOT To scuE � 3 WATER HAMMER ARRESTOR �� € E �mgq S=4 R F 0 o m 0 0 N p Ziz4' 0_ o Lll..a ur�� .. P. F 3 g v 2 i 1 '� i Aum ➢ z=o$ 0;Pyr A ins Q og. _ I 11 ISI�� Q Sa Y4 mgt �a g °.Ao iS N U co%Q 14 FOUNTAIN DRAIN WELL DETAILNOT TO SC. 1 g WALL HYDRANT DETAILXOT TO SCALE >�a �F it \\ \ ,-=�f q PIPE HANGER FOR INSUL. PIPEMOT TO SCALE \ \ E 2�_ S It Y 6;4, ID 5N `g - �¢ 111 4m 000 Q ogg 2�i p> #' OIC$ Illlllllllr 0..0; IIID "'ti ° ;1' TIII=IT II�III II\ —�I \ ;� e A i�. snz 10 TRENCH PIPE SEPERATION DETAIL 5 FLOOR DRAIN DETAIL �� cr..'" 1 .'.. WI � NA s ?E�� REVISION N0. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI-201280ND) CITY OF CORPUS CHRISTI PLUMBING DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services N RG No. 15151 1 Dec 17, 2015 — 8:20am 15151,1.awg NVld 2IOOld 1VOINVHOMI REVISION N0. DATE BY DESCRIPTION REVISION NO DATE BY DESCRIPTION 80060 # 103rOild A110 COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI MECHANICAL FLOOR PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services N RG EIVG,A/EEa,NG 1 No. 15151 1 12/17/2015 Dec 17, 2015 - 8:20am 1 IN-LINE EXHAUST FAN DETAIL 2 tR 0_ - - ' 84N1" .YgPN 8 f p° ? _ gqp c C A�N hF' n w2A: R4 M 2 PIPE ENTRY THRU EXTERIOR WALL RP 4` o u3 'z= g - mo M! AIME its oA f 's 3'$ F R a< R� g REFRIGERANT PIPING SCHEMATIC ~ AT PUMP Fs z A Re q CONDENSATE TO MOP SINK - �t _ am ilia a o n s a ASR I1� III O zm = 5 0° E za °°g = i v AIR DEVICE SCHEDULE HEAT PUMP UNIT SCHEDULE MARK ACCU-1 SERVES AHU-1 Tor OTUN 9000 .YgPN 8 f FAN SCHEDULE MD N M I BASE I ? _ gqp c mAfg� A�N hF' n , ,, RP 2, g - mo i 2F �'=P 5,om % �Amm F- 8 o a PI 5 o ia E 9 3 2 AIR DEVICE SCHEDULE P, ,, s .YgPN 8 f FAN SCHEDULE MD N M I BASE I ? _ gqp c y§ 'F o hF' n , ,, RP 2, g i 2F �'=P 5,om % �Amm F- 8 o a 1. PROVIDE MANUFACTURERS WALL CAP. 2. FAN TO BE CONTROLLED BY LIGHT ISE MU. 3. SUPPORT FROM STRUCTURE. PROVIDE MANUFACTURERS SPRING ISOLATON KIT. 4. EQUIVALENT MANUFACTURERS: COOK, MIN CM, PENN, OREENHCCK, OR ACME. ; 0 9 3 2 f 0 FAN SCHEDULE MD N M I BASE I ? _ gqp c e ` P DESCRIPTOR AIR ALICE SUPPLY CM IF APPLICABLE 2 2, g i '2 o IIIrll ®® g �® MECHANICAL LEGEND ? _ gqp m g e DESCRIPTOR AIR ALICE SUPPLY CM IF APPLICABLE 2 2, g i D n G) m m Z 0 —1 m CP z?o o , m m aS - r9 a' -- .,- g g N_zv m V ce _ a�'n ? _ gqp m DX SPLIT AIR HANDLING UNIT MARK e oa H c AT PUMP REVISION N0. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION 80060 # 133rOild A11O COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI MECHANICAL FLOOR PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services N RG EivciivEEaiTvc 1 No. 15151 1 12/17/2015 OL; d i� REVISION NO. DATE BY DESCRIPTOR REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOO) CITY OF CORPUS CHRISTI ELECTRICAL SITE PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services FW N\G 12/17/2015 TING FLOOR PLAN SCALE: 1/8• A 1'-0• TRUE NORTH PLAN NOR 0 •l -J3 LOJ HOLMS 301A021d REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI LIGHTING FLOOR PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services FW N\G No.m15151 12/17/2015 POWER FLOOR PLAN SCALE: 1/8•TRUE NORTH KAN NOR - 1'-0• 9 :S31ON 43ARN REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BOND) CITY OF CORPUS CHRISTI POWER PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services FW N\G No. m15151 12/17/2015 Z9� 8 O 00 Om zzi m INVNJH/O 3N al �® E70000006��o e o ®® q) IT` *Pr rV? ON 5! 1 z i ' NN 1 TYPICAL DEVICE ELEVATIONS (UNLESS NOTED OTHERWISE) 1Itl13U 3SV8 310d 3131IONO3 REVISION NO. DATE BY 0ESCRIPRON REVISION NO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BONG) CITY OF CORPUS CHRISTI ELECTRICAL DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineertng Services FW N\G N o. m15151 I 12/17/20(5 o 'oo 0 � 0: 0 c0 0 n ' 0 0 0 � 4 4n op pA Pg m m a oo.e8'gg'm 0 0 0 0 O n O 0 � 0 n � � n n F p a a g'H A 0 0 0 0 � 0 � 00 PANEL ' LQ ' 200 AMP. M.L O. 120440 0, 30, 4W. SIN. SURFACE, MENA 40, 22 KAIC EXISTING PANEL LOCATED IN POOL EQUIPMENT ROOM HIGFFLEG C. LOPO LOAD LONNA' A WIPE 52E BPI StZE A El'C SKP 6121, CON0111,1.1. SIZE I LOAD I LO.SERVED CU A ii >; e o� ”1 , F >n o ppi 0 pi cn AA RR n go• se oe egegg'oo'$e'pp.p o 0'01 ° ?, g 5500000000(0000008000(00 000008>»o o..o Ovo11VOII10313 031VWI1S3 0.0.005 0 p REVISION N0. DATE BY DESCRIPRDN REVISIONNO. DATE BY DESCRIPTION COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (RESTROOM & OFFICE BUILDING) (CITY OF CORPUS CHRISTI -2012 BONG) CITY OFCORPUSCHRISTI ELECTRICAL SCHEDULES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services FW N\G No. m15151 12/17/2015 Agreement 00 52 23 - 1 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on __________________ , is between the City of Corpus Christi (Owner) and ( C o n t r a c t o r ) . Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: 2.02 The Owner’s Authorized Representative for this Project is: ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within _________ days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within _________ days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. August 30, 2016 Barcom Construction, Inc. COLLIER POOL RENOVATIONS (BOND 2012) REBID - PACKAGE B (OFFICE & RESTROOM BUILDING) - PROJECT NO. E14008 Turner-Ramirez Architects 3751 S. Alameda St. Corpus Christi, TX 78411 Phil Boehk, P.E. - Acting Construction Engineer City of Corpus Christi - Engineering Services 4917 Holly Road #5 Corpus Christi TX 78411 240 270 Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 Agreement 00 52 23 - 2 Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $_______________ for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $_______________ for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 500.00 500.00 Total Base Bid Price $632,673.00 Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 Agreement 00 52 23 - 3 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to ________ percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 95% Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 Agreement 00 52 23 - 4 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 5 Rev 06-22-2016 L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 – ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor’s fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor’s Bid Form b. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. n/a Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 Agreement 00 52 23 - 6 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION AUTHORIZED BY COUNCIL Jamie Vickers Digitally signed by Jamie Vickers Date: 2016.09.15 10:37:22 -05'00'Barcom Construction, Inc. Elaine R Hoffman Digitally signed by Elaine R Hoffman Date: 2016.09.15 10:42:01 -05'00' President 5826 Bear Lane Corpus Christi Texas 78405 361-851-1000 Elaine@barcom.cc Collier Pool Renovations (Bond 2012) Rebid Pkg B - PN E14008 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-97503 Barcom Construction, Inc. Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/10/2016 being filed. City of Corpus Christi Date Acknowledged: z 2016.09.2213:00:51 -05'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E14008 Construction 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. 1% P& JAMIE E.VICKERS NOTARY PUBLIC State of Texas Comm.Exp.0421-2019 Signature of authorized g t f contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE �!' y� Sworn to ands scribed before me,by the said C�1 LL�/ 441) A A I JgLA�1_,this the _day of 20� ertify wh' ess my hand and seal of office. M1 b WLty ture of officer ad inistering oath Printed name of officer administering oath Titl f officer administering oath F ms ovided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 ...----, ® A� v CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/12/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Christi TX 78403-0870 CONTACT Renee Terrell NAME: PHONE 361-561-4237 Fax 361-844-0101 (NC, )" (NC, No): E E-MAILADDRESS: rterrell@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Valley Forge Insurance Company 20508 INSURED BARCO6 Barcom Construction, Inc. Barcom Commercial, Inc. 5826 Bear Lane Corpus Christi TX 78405 INSURER B :Westchester Fire Insurance Company 21121 INSURER c :Continental Casualty Company 20443 INSURER D :Travelers Property Casualty Co of A 25674 INSURER E :Transportation Insurance Company 20494 INSURER F : 5100,000 • 151311616 NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TERM OR CONDITION OF ANY CONTRACT PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POUCY EFF (MMIDD/YYYY) POUCY EXP (MMIDDIYYYY) LIMITS E x COMMERCIAL GENERAL LIABIUTY C4034064756 9/12/2016 9/12/2017 EACH OCCURRENCE S1,000,000 AMAGE TO PREM SES (EaENTED occurrence) 5100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) 515,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE POLICY OTHER: X UMIT APPLIES JECOT- PER: LOC PRODUCTS - COMP/OP AGG 52,000,000 5 C AUTOMOBILE X X LIABILITY ANYAUTO AUTOOoSrED HIRED AUTOS ^ X ULED SCHEDTS NON -OWNED AUTOS C4034064790 9/12/2016 9/12/2017 COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) 5 S D X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE ZUP91M1439A16NF 9/12/2016 9/12/2017 EACH OCCURRENCE S15,000,000 AGGREGATE 515,000,000 $ DED X RETENT ONS 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PROPRIETOR/PARTNER/EXECUTIVEY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA WC434064773 9/12/2016 9/12/2017 X STATUTE ETR E.L. EACH ACCIDENT S1,000,000 E.L. DISEASE - EA EMPLOYEE 51,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 B Builders Risk 121081838005 9/12/2016 9/12/2017 Location $7,000,000 Occurrence $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached tf more space is required) See Attached... CERTIFICATE HOLDER CANCELLATION I City of Corpus Christi - Dept. of Engineering Svcs. Attn: Contract Administrator 2406 Leopard Street Corpus Christi TX 78408 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 40r 411. 41. ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORU® AGENCY CUSTOMER ID: BARCO6 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 2 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Barcom Construction, Inc. Barcom Commercial, Inc. 5826 Bear Lane Corpus Christi TX 78405 POLICY NUMBER CARRIER NAIL CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractor's General Liability Extension Endorsement CNA74705XX 01/15). General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Blanket Additional Insured - Owners, Lessees or Contractors - With Products -Completed Operations Coverage - Form CNA75079XX 01/15). General Liability policy includes a primary & non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision. (Contractor's General Liability Extension Endorsement CNA74705XX 01/15). Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractors Extended BA Plus Coverage Endorsement - Form CNA63359XX 04/12). Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Texas Additional Insured - Form CA2048 10/13) Workers' Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Waiver of Our Right to Recover from Others Endorsement - Form WC 42 03 04B 06/14) Executive Officers, David & Elaine Hoffman, are excluded under the Workers' Compensation policy. (Partners, Officers and Others Exclusion - Form WC420308 01/97). Umbrella policy follows the terms, definitions, conditions & exclusions of the Scheduled Underlying General Liability, Auto Liability and Employers Liability Insurance. (Specialty Commercial Umbrella Liability Policy - Form SU001 02/14). Contractors Professional Liability and Pollution Incident Liability Policy info: Columbia Casualty, Policy# CZB288296539, 11/14/15-16, $2,000,000 Each Claim / $2,000,000 Aggregate. Contractors Professional Liability and Pollution Incident Liability Policy includes Waiver of Subrogation - Form G-130914 02/11. Employee Theft policy with Travelers Casualty & Surety Company of America, Policy# 105677128, 09/12/16-17, $1,000,000 Per Occurrence Limit. Workers' Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Notice of Material Change Endorsement - Form WC 42 06 01 07/84). General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Changes - Notice of Cancellation or Material Restriction Endorsement - Form CNA74702XX 01/15). Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Notice of Cancellation or Material Change - Designated Person or Organization - Form CNA72315XX 02/13). Builders Risk policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Notice to Others Endorsement - Specific Parties - Form ALL -32688 01/11). ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: BARCO6 LOC #: ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Barcom Construction, Inc. Barcom Commercial, Inc. 5826 Bear Lane Corpus Christi TX 78405 POUCY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE RE: Collier Pool Renovations (Bond 2012) Rebid - Package B (Office & Restroom Building) - Project No. E14008 ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 50020005640340647563966 Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 TRANSPORTATION INSURANCE COMPANY Insured Name: BARCOM CONSTRUC^_T_ON, INC. Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office. Inc.. with its permission. Policy No: 4034064756 Endorsement No: 1 Effective Date: 09/12/2016 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury. property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 4034064756 Page 2 of 17 Endorsement No: TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. 50020005640340647583967 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) . Page 3 of 17 TRANSPORTATION INSURANCE COMPANY Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc., with its permission. Policy No: 4034064756 Endorsement No: 1 Effective Date: 09/ 12 /2016 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 4034064756 Page 4 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. 50020005840340847583968 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 4034064756 Page 5 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA Ail Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 4034064756 Page 6 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.. with its permission. 50000005640340647563969 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 4034064756 Page 7 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Once, Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 4034064756 Page 8 of 17 Endorsement No: 1 TRANSPORTAT ION INSURANCE COMPANY Effective Date: 0 9/12 /2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.. with its permission. 50020005640340547563970 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: I. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). II. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. III. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 4034064756 Page 9 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: I. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. II. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; Iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 4034064756 Page 10 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 0 9/12 /2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. indudes copyrighted material of Insurance Services Office. Inc.. with its permission. 50020005640340647563971 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES 1 PARTNERSHIP 1 LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES 1 ALIENATED PREMISES 1 PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 4034064756 Page 11 of 17 Endorsement No: TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 4034064756 Page 12 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. includes copyrighted material of Insurance Services Office. Inc.. with its permission. 50020005840340647583972 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (II) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 4034064756 Page 13 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C = Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 4034064756 Page 14 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 139/12/2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services office, Inc., with its permission. 50020005840340847583973 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 4034064756 Page 15 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12 /2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services office. Inc.. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 4034064756 Page 16 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 0 9/ 12 / 2016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. 50020005540340847563974 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Policy No: 4034064756 Page 17 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 0 9/12 / 2 016 Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. includes copyrighted material of Insurance Services Office. Inc.. with its permission. 500200056:0340647563970 CNA Blanket Additional Insured CNA PARAMOUNT - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products - completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract, III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written CNA75079XX (1-15) Policy No: 4034064756 Page 1 of 2 Endorsement No: 3 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARcoM CONSTRUC_'=ON, INC. Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office. Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 TRANSPORTATION INSURANCE COMPANY Insured Name: BARCOM CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Policy No: 4034064756 Endorsement No: 3 Effective Date: 09/12/2016 5002000564034064 756398 I CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (1-15) Policy No: 4034064756 Page 1 of 1 Endorsement No: 6 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Incudes copyrighted material of Insurance Services Office, Inc.. with its permission. SCHEDULE Name Of Person Or Organization: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (1-15) Policy No: 4034064756 Page 1 of 1 Endorsement No: 6 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Incudes copyrighted material of Insurance Services Office, Inc.. with its permission. 50D2000564034054 7564007 CNA CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium: N/A Name of person or organization to whom notice will be sent: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES Address: ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI TX 78469-9277 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) Page 1 of 1 TRANSPORTATION INSURANCE COMPANY Insured Name: BARCOM CONSTRUC"ION, INC. Copyright CNA All Rights Reserved. Policy No: 4034064756 Endorsement No: 19 Effective Date: 09/12/2016 10020009D4D340647900073 CNA Barcom Construction, Inc. Policy4 C4034064790 CNA63359XX (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1, a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage. 2. Any organization you newly acquire or Form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception II. date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy," as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to S500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered "auto," any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of S20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of S600. CNA63359XX Copyright, CNA Corporation, 2000. (Ed. 04/12) Intludes copyrighted material of the Insurance Services Office used with ILS permission. Page 1 of 3 D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident" or "loss" is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned "autos." e. Such physical damage coverage for hired "autos" will: (1) Include loss of use, provided it is the consequence of an "accident" for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per "accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section III, Paragraphs BA.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories. CNA63359XX (Ed. 04/12) d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the "diminution in value" exclusion does not apply to: a. Any covered "auto" of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for "loss" to a covered "auto" in any one accident is the lesser of: (1) $5,000; or (2) 20% of the "auto's" actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto" owned by that "executive officer" or a member of that person's household; or b. An "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto"; and CNA63359XX copyright, CNA Corporation, 2000. (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its pemlission. Page 2 of 3 10020009040340&17900374 (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by- laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are "insureds" while using a covered "auto" described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you have such knowledge, unless such "accident" or "loss" is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your "employees" may know of documents received concerning a claim or "suit." This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or V. CNA63359XX (Ed. 04/12) damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an "accident" or "loss." C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident" or "Loss." E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Ctoti t,CNACotporaaon,2o00. 0010A at4itl at to 1Qs.wanc Senates Ofte used vidh is Pem"ssuxn. Page 3of3 POLICY NUMBER C 4034064790 INSURED NAME AND ADDRESS BARCOM CONSTRUCTION, INC. 5826 BEAR LANE CORPUS CHRISTI, TX 78405 POLICY CHANGES CA2048 DESIGNATED INSURED BLANKET This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED BLANKET ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Chairman of the Board G -55015-B (ED. 11/91) Secretary 10020009040340647900075 CNA CNA72315XX (Ed. 02113) NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. 2. Person or Organization's Name and Address Name: 'Per Schedule On File' Attention: Cancellation notification to the above Street Address: entities will not amply to cancellation City, State, ZIP: for non payment of premium e-mail address: All other terms and conditions of the Policy remain unchanged. CNA72315XX (02113) Page 1 of 1 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Policy No: C4034064790 Endorsement No: Effective Date: 09/12/16 20020007340340647730012 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (x) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS LOCATIONS AND OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: SEE SCHD This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/12/16 Policy No. WC434064773 Endorsement No. Insured Barcom Construction, Inc. Premium Insurance Company Countersigned by WC 42 03 04 B (Ed. 06-14) Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 20020007340340647736815 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 3 0 2. Notice will be mailed to: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICE ATTN : CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/12/16 Policy No. WC434064773 Endorsement No. InsuredBarcom Construction, Inc. Premium$ Insurance Company Countersigned by WC 42 06 01 (Ed. 7-84) 00 6116 PAYMENT BOND BOND NO. 106519759 Contractor as Principal Name: Barcom Construction Inc. Mailing address (principal place of business): 5826 Bear Lane Corpus Christi, TX 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E14008 Collier Pool Renovations (Bond 2012) ReBid Package B (Restroom and Office Building) Award Date of the Contract: August 30, 2016 Contract Price: $632.673.00 Bond Date of Bond: August 31, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Travelers Casualty and Surety Company of Americc Mailing address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Physical address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 281-606-8400 Telephone (for notice of claim): 860-277-0111 Local Agent for Surety Name: Southern American Insurance Agency, Inc. Address: 13823 Schmidt Road Cypress, TX 77429 Telephone: 281-890-9294 Email Address: alm@southernamericanins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E14008 Collier Pool Pkg B Restroom 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor Signature: Name: Title: Email Address: as Principal Barcom Constr c ion, Inc. �/ / ,� ,A , t ._.,, i Surety Travelers Casualty and Surety Company of Americz Signature: _C--t.---Z..—- n ddr CJ ,n L /i. fly fi • Name: C.A. McClure rest d _J -t f' Title: Attorney in Fact P/I a I r1 0 bar CC Email Address: alm@southernamericanins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E14008 Collier Pool Pkg B Restroom 006116-2 7-8-2014 TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farrington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 227687 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 6 8 `t 9 5 61 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint C. A. McClure, Kelly J. Brooks, Kenneth L. Meyer. and Michelle Ulery of the City of Cypress State of Texas . their true and lawful Attomey(s)-in-Fact. each in their separate capacity if more than one is named above. to sign. execute, seal and acknowledge any and all bonds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 30th day of June , 2016 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney. Senior Vice President On this the 30th day of June 2016 , before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that he. as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June. 2021. 58440-5-16 Printed in U.S.A. c. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31st day of August 20 16 41�pRPOR,.; t1•31:104±. %.0.. (If - ig -g, S C ALo`' IS.rli Kevin E. Hughes, Assistant Secitary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers''.' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 75714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 61 13 PERFORMANCE BOND BOND NO. 106519759 Contractor as Principal Name: Barcom Construction Inc. Mailing address (principal place of business): 5826 Bear Lane Corpus Christi, TX 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E14008 Collier Pool Renovations (Bond 2012) ReBid Package B (Restroom and Office Building) Award Date of the Contract: August 30,2016 Contract Price: $632,673.00 Bond Date of Bond: August 31, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Physical address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 281-606-8400 Telephone (for notice of claim): 860-277-0111 Local Agent for Surety Name: Southern American Insurance Agency, Inc. Address: 13823 SchmidttRoad Cypress, TX 77429 Telephone: 281-890-9294 Email Address: alm@southernamericanins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E14008 Collier Pool Pkg B Restroom 00 61 13 - 1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Barcom Construct,on, inc. i.yu2 d . Signature: ep Surety Travelers Casualty and Surety Company of America Signature: _ Name: G iG i 11 e A. t-6 MQp Name: C.A. McClure Title: Pre_ 5 ; d e h 1- Title: Attorney in Fact Email Address: e Q m e e ha r«p , C L Email Address: alm@southernamericanins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E14008 Collier Pool Pkg B Restroom 006113-2 7-8-2014 TRAVELERSJ WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227687 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 006849560 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint C. A. McClure, Kelly J. Brooks, Kenneth L. Meyer, and Michelle Ulery of the City of Cypress . State of Texas . their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds. recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 30th day of June 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney, Senior Vice President On this the 30th day of June _ 2016 before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he. as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, l hereunto set my hand and official seal. My Commission expires the 30th day of _lune. 2021. 58440-5-16 Printed in U.S.A. \.09i4A e , ..4i - Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31st day of August , 2016 taC. Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: CIaims 1500 Market Street Wcst Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001.