Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2026-045 - 3/17/2026 - Approved
kc , CONTRACT DOCUMENTS FOR CONSTRUCTION OF WHITECAP WASTEWATER TREATMENT PLANT OFFICE FACILITY PROJECT NO, 22156 SC a CORPOR 1851z TURNER I RAMIREZ I A R C H I T E C T S 3751 South Alameda Street Corpus Christi, Texas 78411 (361) 994-8900 TRA PROJECT NO. 2022-24 October 8, 2025 100% ISSUE FOR RE-BID Record Drawing Number: PBG-948 CONFORMED BID SET 02/02/2026 CONFORMED BID SET 02/02/2026 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 000101 Seals Page (Optional) Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) List of Drawings 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Revs-2019) Part S Standard Specifications NOT USED Part T Technical Specifications 01 25 00 Substitution Procedures 01 26 00 Contract Modification Procedures 013100 Project Management and Coordination 01 32 00 Construction Progress Documentation 01 33 00 Submittal Procedures 014000 Quality Requirements Table of Contents 00 0100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 014100 Testing Laboratory Services (Structural) 01 41 19 Windstorm Construction Requirements 01 42 00 References 014339 Mockups 01 60 00 Product Requirements 01 73 00 Execution 01 74 19 Construction Waste Management 01 77 00 Closeout Procedures DIVISION 02 EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISION 03 CONCRETE 030100 Maintenance of Concrete (Civil) 03 10 00 Concrete Forming and Accessories (Civil) 03 1000 Concrete Formwork (Structural) 03 20 00 Concrete Reinforcing (Civil) 03 20 00 Concrete Reinforcement (Structural) 03 30 00 Cast-in-Place Concrete (Civil) 03 30 00 Cast-in-Place Concrete (Structural) 03 30 00.10 Controlled Low Strength Backfill 033100 Epoxy Related Work (Structural) DIVISION 04 MASONRY 04 20 00 Unit Masonry 04 23 00 Reinforced Unit Masonry(Structural) DIVISION 05 METALS 05 12 00 Structural Steel (Structural) 05 40 00 Cold-Formed Metal Framing (Structural) 054100 Pre-Engineered Pre-Fabricated Light Gauge Steel Trusses (Structural) 05 50 00 Metal Fabrications Table of Contents 00 0100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section DIVISION 06 WOOD, PLASTICS,AND COMPOSITES 06 10 53 Miscellaneous Rough Carpentry 06 16 00 Sheathing 06 41 16 Plastic-Laminate-Clad Architectural Cabinets 06 64 00 Plastic Paneling(FRP1) DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 19 17 Anti-Graffiti Coatings 072100 Thermal Insulation 07 21 19 Foamed in Place Closed Cell Insulation 07 24 19 Water-Drainage Exterior Insulation and Finish System (EIFS) 07 27 20 Fluid-Applied Air Barrier System 073100 Synthetic Roof Tiles 07 62 00 Sheet Metal Flashing and Trim 07 92 00 Joint Sealants DIVISION 08 OPENINGS 08 11 13 Hollow Metal Doors and Frames 08 14 16 Flush Wood Doors 08 31 13 Access Doors and Frames 08 41 13 Aluminum-Framed Entrances and Storefronts 087100 Door Hardware 08 80 00 Glazing 09 81 19 Fixed Louvers DIVISION 09 FINISHES 09 22 16 Non-Structural Metal Framing 09 22 26.23 Drywall Ceiling Grid Suspension System 09 24 23 Stucco 09 29 00 Gypsum Board 09 30 13 Ceramic Tiling 09 51 13 Acoustical Panel Ceilings 09 65 13 Resilient Base and Accessories Table of Contents 00 0100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 09 65 19 Resilient Tile Flooring 09 67 23 Resinous Flooring 09 68 13 Tile Carpeting 09 91 13 Painting 09 96 00 High-Performance Coatings DIVISION 10 SPECIALTIES 101100 Visual Display Units 101416 Plaques 10 14 19 Dimensional Letter Signage 10 14 23.16 Room-Identification Panel Signage 10 21 13.19 Plastic Toilet Compartments 10 26 00 Wall Corner Protection 10 28 00 Toilet, Bath, and Laundry Accessories 10 44 00 Fire Protection Specialties 10 51 26 HDPE Lockers DIVISION 11 EQUIPMENT 11 53 13 LABORATORY DUCTED FUME HOODS DIVISION 12 FURNISHINGS 12 24 13 Roller Window Shades 12 35 53 Metal Laboratory Casework 12 36 53 Epoxy Resin Countertops 12 36 61.16 Solid Surfacing Countertops DIVISION 22 PLUMBING 22 03 00 Commissioning of Plumbing Systems 22 05 00 Basic Materials and Methods 22 07 00 Inside Utility Trench Excavation, Backfill and Compaction 22 08 00 Outside Utility Trench Excavation, Backfill and Compaction 22 14 00 Hangers and Supports 22 19 00 System Identification and Pipe Marking Table of Contents 00 0100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 22 26 00 Piping Insulation 22 41 00 Plumbing Piping and Valves 22 41 10 Natural Gas Piping 22 43 00 Plumbing Specialties 22 44 00 Plumbing Fixtures 22 45 00 Plumbing Equipment DIVISION 23 HEATING,VENTILATION,AND AIR-CONDITIONING (HVAC) 23 03 00 Commissioning of HVAC Systems 23 05 00 Basic Materials and Methods 23 05 10 Starting of HVAC Systems 23 07 19 DX Piping System Insulation 23 14 00 Supports and Anchors 23 14 40 Rooftop Walkway Supports 23 17 00 Motors and Motor Controllers 23 24 00 Sound and Vibration Controll-ERS 23 26 00 Piping Insulation 23 29 00 Duct Insulation 23 53 00 Refrigerant Piping 23 53 01 VRF Refrigerant Piping 23 58 54 DX Fan Coil Unit 23 67 10 Air-Cooled Condensing Unit 23 82 00 VRF-VRV Systems and Controls 23 86 00 Power Ventilators 23 88 10 Air Distribution Devices 23 88 85 Air Filters 23 89 00 Metal Ductwork 239100 Ductwork Accessories 23 99 00 Testing, Adjusting and Balancing DIVISION 26 ELECTRICAL 260100 Electrical General Provisions 26 06 00 Grounding Table of Contents 00 0100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 26 07 50 Electrical Identification 26 12 30 Wire and Cable 26 13 60 Raceways 26 14 00 Wire Devices 26 24 16 Panelboards 26 32 00 Natural Gas Engine Generator 26 33 00 Automatic Transfer Switch 26 43 13 Surge Protection Devices 26 44 10 Disconnects 265100 Luminaires 26 74 00 Telephone/Data Systems Rough-In 26 75 00 Cable Television System Rough-In DIVISION 27 COMMUNICATIONS 27 00 00 Communications 27 05 26 Grounding and Bonding 27 05 28 Pathways for Communications Systems 27 05 43 Underground Ducts and Raceways 271100 Communications Room Fittings 27 15 00 Horizontal Cabling 27 41 16 Audio Visual Systems DIVISION 28 ELECTRONIC SAFETY AND SECURITY 28 00 00 Electronic Security 28 10 00 Access Control and Intrusion Detection 28 23 00 Video Surveillance 283100 Fire Detection and Alarm System DIVISION 31 EARTHWORK 31 10 00 Site Clearing 31 22 00 Grading 312316 Excavation 312316.13 Trenching Table of Contents 00 0100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 31 23 16.14 Trench Excavation Protection 31 23 23 Fill 31 31 16 Termite Control 31 37 00 Rip-Rap DIVISION 32 EXTERIOR IMPROVEMENTS 32 11 23 Aggregate Base Courses 32 12 50 Site Pavement 32 13 13.10 Concrete Curbs, Gutters and Sidewalks 32 17 13 Parking Bumpers 32 17 23.13 Pavement Markings DIVISION 33 UTILITIES 33 01 10.58 Disinfection of Water Utility Piping Systems 33 02 30 Jacking, Boring, or Tunneling Pipe 33 02 73 Site Concrete Encasement, Cradles, Saddles and Collars 33 05 61 Concrete Manholes 33 14 16 Site Water Utility Distribution Piping 33 31 13 Site Sanitary Sewerage Gravity Piping Appendix All Testing Reports as Applicable WHITECAP Geotechnical Engineering Report for Whitecap WWTP Operation and Control Building; UES Report No. 124227, dated July 3, 2024 (26 pages) END OF SECTION Table of Contents 00 0100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 SECTION 00 0101 -SEALS PAGE ARCHITECT: PHILIP RAMIREZ D AS. RC' Rq y� TURNER,RAMIREZ,&ASSOCIATES 3751 S.ALAMEDA ST. c CORPUS CHRISTI,TX 78411 * V 1361.994.8900 91a Q� F 361.994.8955 TF OF � E philip@trarch.com STRUCTURAL: �� �F ROBERT E.MARTINEZ,P.E. ROBERT EHRIOUEZ MARTIHE2 REM ENGINEERING ggg87 2218 BASSE ROAD SAN ANTONIO,TX 78213 V 210.320.1199 THE 5EaL APPEARING DN E robert@remengineerinecorp.com THIS DOCUMENT WAS ALITHOR12ED BY ROBERT E. MARTINEZ. P.E. # 09387 T_B_P_E. FIRM NO_ 69411. ELECTRICAL: �f � # JOHN RODRIGUEZ,P.E. ; r ,0...........0H .R "UEZ III r NRG ENGINEERING r JOIN A.RC7[3RIUE2 III I �� 90273 fo 5656 S STAPLES ST,SUITE 312 CORPUS CHRISTI,TX 78411 V 361.852.2727 E jrod@nrcc.com 10108/2026 MECHANICAL/PLUMBING: T. SEAN RODRIGUEZ,P.E. ��. ........ . *r '. •OL � NRG ENGINEERING 5656 S STAPLES ST,SUITE 312 {... ................V....,.......� B EAN M, R ]C}FtIGUEZio CORPUS CHRISTI,TX 78411 96478 � ,'•., V 361.852.2727 #f4 ONA ! � E Srod@nrecc.com 10/0812025 SEALS PAGE 00 0101- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 CIVIL: OF RICARDO R.GOMEZ CO PAPE-DAWSON ENGINEERS M R. � 807 N. UPPER BROADWAY,SUITE 103 127'575.,. ��, CORPUS CHRISTI,TX 78401 ` �... T V 1361.360.2209 E I rgomez0pape-dawson.com r TECHNOLOGY: 0c, oils, l� ALFONSO DELGADO r Mcm Q DATACOM DESIGN GROUP r Airvnso M Deegaiio cn 7551 CALLAGHA ROAD o° BICS1¢}#163790 SAN ANTONIO,TEXAS 78229 49y EXPIRES 12-31-27 �+* d• V 1210.698.6455 •RCDD + E I adelgado0datacomdesign.com END OF SECTION 00 0101 SEALS PAGE 00 0101-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 41 DATE(MM/DD/YYYY) ACCORa CERTIFICATE OF LIABILITY INSURANCE 3/23/2026 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 have ADDITIONAL INSURED provisions or 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 CONTACT NAME: Ashley Smalley The Baldwin Group Southwest, LLC PHONE FAx 2255 Ridge Rd, Ste 333 A/c No Ext: 972-771-4071 AC, c No):972-771-4695 Rockwall TX 75087 ADDRESS: certs2.southwest@baldwin.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:The Continental Insurance Comp 35289 INSURED KJMCOMM-02 INSURER B:Transguard Insurance Company o 28886 KJM Commercial, Inc. dba Victory Building Team INSURERC: Columbia Casualty Company 31127 402 S. Chaparral St, Suite A INSURERD: Corpus Christi TX 78401 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1247783078 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY 7063612408 12/20/2025 2/1/2027 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY L/'-1 PRO LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: Employee Benefits $1,000,000 A AUTOMOBILE LIABILITY 7063612411 12/20/2025 2/1/2027 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A X UMBRELLALIAB X OCCUR 7063612425 12/20/2025 2/1/2027 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Contractor's Equipment IMP4003240 01 12/20/2025 2/1/2027 Leased/Rented Equip 100,000 B Builder's Risk IMP4003240 01 12/20/2025 2/1/2027 Limit 7,500,000 C Professional/Pollution 7063878978 12/20/2025 2/1/2027 Aggregate/Occ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability and Auto Liability policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes an endorsement with"Primary and Noncontributory wording. The General Liability and Auto Liability policies include a blanket automatic waiver of subrogation endorsement that provides this feature when there is a written Contract between the named insured the certificate holder that requires such status. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services 1201 Leopard St. AUTHORIZED REPRESENTATIVE Corpus Christi TX 78401 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: KJMCOMM-02 LOC#: ACC o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED The Baldwin Group Southwest, LLC KJM Commercial, Inc. dba Victory Building Team POLICY NUMBER 402 S.Chaparral St,Suite A Corpus Christi TX 78401 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 The Umbrella Policy is follow form. "*Please always refer to the attached policy forms for specific wording of such coverage,limits,conditions&exclusion" Project Number:22156 Project Name:Whitecap Wastewater Treatment Plant Office Facility ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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: 7063612408 Page 2 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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 N 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) Policy No: 7063612408 Page 3 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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: 7063612408 Page 4 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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. 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: 7063612408 Page 5 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: KJM COMMERCIAL 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 (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: 7063612408 Page 6 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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: 7063612408 Page 7 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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: 7063612408 Page 8 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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: 7063612408 Page 9 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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: 7063612408 Page 10 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 (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/PARTNERSHIP/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; N 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 / ALIENATED PREMISES / 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: 7063612408 Page 11 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: KJM COMMERCIAL 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 j. 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: 7063612408 Page 12 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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, 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 In. 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.(lxaxii)of the Other Insurance Condition is deleted and replaced by the following: (i) 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 N 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: 7063612408 Page 13 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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.a43xb)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: 7063612408 Page 14 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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 2J42xb)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: 7063612408 Page 15 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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: 7063612408 Page 16 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL 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 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.(1xc): 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: 7063612408 Page 17 of 17 Endorsement No: 1 The Continental Insurance Co . Effective Date: 12/20/2025 Insured Name: xJM COMMERCIAL INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Business Auto Policy Policy Endorsement CONTRACTORS EXTENDED COVERAGED• • • PLUS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. 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 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 $500 a day. Form No: CNA63359XX (04-2012) Policy No:BUA 7063612411 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/20/2025 Endorsement No: 12; Page: 1 of 4 Policy Page: 69 of 104 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement 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. II. 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 $20; 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 $600. 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. Form No: CNA63359XX (04-2012) Policy No:BUA 7063612411 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/20/2025 Endorsement No: 12; Page: 2 of 4 Policy Page: 70 of 104 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement F. Electronic Equipment Section III, Paragraphs B.4.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 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 (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.: Form No: CNA63359XX (04-2012) Policy No:BUA 7063612411 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/20/2025 Endorsement No: 12; Page: 3 of 4 Policy Page: 71 of 104 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement (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 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. V. 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. Form No: CNA63359XX (04-2012) Policy No:BUA 7063612411 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/20/2025 Endorsement No: 12; Page: 4 of 4 Policy Page: 72 of 104 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. r i WEST BEND IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may contact West Bend Mutual Insurance Usted puede comunicarse con su West Bend Mutual Company: Insurance Company: 1-800-760-9250 1-800-760-9250 You may also write to West Bend Mutual Insurance Usted tambien puede escribir a West Bend Mutual Company at: Insurance Company at: Attn: Claims/Surety Department Attn: Claims/Surety Department 1900 S. 18th Avenue 1900 S. 18th Avenue West Bend,WI 53095 West Bend, WI 53095 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas.- P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin, TX 78714-9104 Fax: (512)490-1007 Fax: (512)490-1007 Web: www.tdi.texas.gov Web: www.tdi.texas.gov E-mail: ConsurlterProtection�a�tdi.texas.gov E-mail: ConsumerProtection(o)tdi.texas,gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo, debe comunicarse con el agente o la company first. If the dispute is not resolved, you may compania primero. Si no se resuelve la disputa, puede contact the Texas Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR BOND: UNA ESTE AVISO A SU FIANZA DE GARANTIA: This notice is for information only and does not become Este aviso es solo para proposito de informacion y no a part or condition of the attached document. se convierte en parte o condicion del documento adjunto. NB 1671 08 23 Page 1 of 1 1900 S 18th Avenue I West Bend,WI 53095 1 Phone: (800)236-5010 1 Fax: (877)674-2663 1 www-thesilverlining.com t i i I 006113 PERFORMANCE BOND BOND NO. 2298575 Contractor as Principal Surety Name: KJM Commercial, Inc dba Victory Building Team Name: West Bend Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 402 S Chaparral Steet STE A 1900 South l8th Avenue Corpus Christi, Texas 78401 West Bend,WI,53095 Physical address (principal place of business): Owner 1900 South 18th Avenue West Bend,WI,53095 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Wisconsin Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): (608)410-3410 22156 Whitecap Wastewater Treatment Plant Office Telephone (for notice of claim): Facility 972-772-7220 Local Agent for Surety Name: TonyFierro Award Date of the Contract:March 17, 2026 Address: 2255 Ridge Road,Ste.333 Three Million Rockwall,TX 75087 Contract Price: $3,658,500.00 Sia Hundred Fifty Eight Thousai d Hundred Dollars and 10( Bond Telephone: 972-772-7220 Email Address: tony.fierroabaldwin.com Date of Bond: March 23,2026 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the of the Contract) following toll free number.1-800-252-3439 Performance Bond 00 61 13-1 Rev 5/2025 22156 Whitecap Wastewater Treatment Plant Office Facility 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 through the Warranty Period required by the Contract Documents then this obligation shall be null and void,otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond,pursuant to Chapter 2253 of the Texas Government Code. 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. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor,said Contract Documents are incorporated by reference in this Bond. Contractor as Principal xJM Commercial,Inc. Surety West Bend In a Compa dba ictory Building Team - Signature: Signature: Name: Name: ony Fierro Title: qk Title: Email Address: Email Address: tony.fierroabaldwin.com (Attach Power of Attorney and place surety seal below) i I I I END OF SECTION Performance Bond 00 61 13-2 Rev 5/2025 22156 Whitecap Wastewater Treatment Plant Office Facility 1 t i WESTBEND Bond No. 2298575 POWER OF ATTORNEY Know all men by these Presents,that West Bend Insurance Company(formerly known as West Bend Mutual Insurance Company prior to 1/1/2024), a corporation having its principal office in the City of West Bend,Wisconsin does make,constitute and appoint: Jeremy Barnett,Ryan Cox,Tony Fierro,Caleb Hale,Jarod Jaggers,Jay Jordan,Robert G.Kanuth,Johnny Moss, Jack Nottingham,Jade Porter,Robert J.Shuya,Brennan Williamson,Brady Wilson,Jarrett Willson lawful Attorneys)-in-fact,to make,execute,seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of:Thirty Million Dollars($30,000,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Insurance Company by unanimous consent resolution effective the 1 st day of January 2024. Appointment of Attorney-In-Fact. The president or any vice president,or any other officer of West Bend Insurance Company may appoint by written certificate Attorneys-In-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company,and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment maybe revoked,for cause,or without cause,by any said officer at any time. Any reference to West Bend Mutual Insurance Company in any Bond and all continuations thereof shall be considered a reference to West Bend Insurance Company. In witness whereof,West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 1st day of January 2024. 1`��I fi!!r f eFtFri RgN Attest tab �'WI .1 t� 4,`�O of Boa rc't� Christo her C.Z gat s m* SEAL10- Robert J.Jacques Secretaryl_)a President State of Wisconsin '�•,,iiFnlflff�"���`` County of Washington On the 1st day of January 2024, before me personally came Robert Jacques,to me known being by duly sworn,did depose and say that he is the President of West Bend Insurance Company,the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal affixed to said instrument is such corporate seal;that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. 0„111t11f+,,,, L..86.... `�AoTR,gy'' ` n %n% j0USL1CI cad Corporate Attorney o"""'"bay' Nbtaty Public,Washington Co.,WI SG \�\ My Commission is Permanent The undersigned,duly elected to the office stated below,now the incumbent in West Bend Insurance Company,a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors,set forth in the Power of Attorney is now in force. Signed and sealed at West Bend,Wisconsin this 23rd day of March_ 2026 �Ih q t)d SEA1 Gy a 5` Chr!stop e- er C.Z4�, dr n a;l N� ISectetary While a bond(s)is active,a bonded principal is a member of West Berk;Mutual F Folding Company.Please visit https://www.thesilverlining.com/annual-meeting for details regarding the annual membership meeting and your voting eights. ' 1Qnn C IRfh Avanna I 1A/aef Ranrf WI F1110R I Phnna•/RM1 9'iF_Fn1n I Fmv-IP771 R7A_9RR'2 1 unenei fhncilvarlininn rnm dn- 00 61 16 PAYMENT BOND BOND NO. 2298575 Contractor as Principal Surety Name: KJM Commercial, Inc dba Victory Building Team Name: West Bend Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 402 S Chaparral Steet STE A 1900 South 18th Avenue Corpus Christi, Texas 78401 West Bend,WI,53095 Physical address (principal place of business): Owner 1900 South 18th Avenue West Bend,WI,53095 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Wisconsin _ Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): 22156 (608)410-3410 Whitecap Wastewater Treatment Plant Office Facility Telephone (for notice of claim): 972-772-7220 Local Agent for Surety Name: Tony Fierro Award Date of the Contract: March.17 2026 Address: 2255 Ridge Road,Ste.333 T iree MCI loll Rockwall,TX 75087 Contract Price:$3,658,500.00 Six Hundred FiftyEight'rhousand Bond Telephone: 972-772-7220 Email Address: tony.fierroabaldwin.com Date Of Bond: March 23,2026 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll free number.1-800-252-3439 Payment Bond Form 00 61 16-1 5/2024 22156 Whitecap Wastewater Treatment Plant Office Facility 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 Documents 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 liabili 'e on this bond shall be determined in accordance with the provisions of said Chapter to e s me a as if it were copied at length herein. Venue shall lie exclusively in Nueces County, xas r a le 1 action. Contractor as P_r_incipal UM ommercial,lnc. Surety west Be ,lance Co paj db Vic ry Building Tea Signature: m Signature: Name: Wrzhw Name: /--ony Fi' Title: gkL-e pREyp6rvf Title: Attorney-in-Fact Email Address: );NmNto�u��gutt-uw4T�YtAr.[�x Email Addre s: tony.fierro@baldwin.com (Attach Pow r of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 5/2024 22156 Whitecap Wastewater Treatment Plant Office Facility OO WEST BEND Bond No. 2298575 POWER OF ATTORNEY Know all men by these Presents,that West Bend Insurance Company(formerly known as West Bend Mutual Insurance Company prior to 1/1/2024),a corporation having its principal office in the City of West Bend,Wisconsin does make,constitute and appoint: Jeremy Barnett,Ryan Cox,Tony Fierro,Caleb Hale,Jarod Jaggers,Jay Jordan,Robert G.Kanuth,Johnny Moss, Jack Nottingham,Jade Porter,Robert J.Shuya,Brennan Williamson,Brady Wilson,Jarrett Willson lawful Attorney(s)-i n-fact,to make,execute,seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of:Thirty Million Dollars($30,000,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Insurance Company by unanimous consent resolution effective the 1 st day of January 2024. Appointment ofAttorney-In-Fact The president or any vice president,or any other officer of West Bend Insurance Company may appoint by written certificate Attorneys-In-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal maybe affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company,and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment may be revoked,for cause,or without cause,by any said officer at any time. Any reference to West Bend Mutual Insurance Company in any Bond and all continuations thereof shall be considered a reference to West Bend Insurance Company. In witness whereof,West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 1st day of January 2024. `�titttlltttttfl! \��t! Attest 110',',Apot1f:Y' P. e2to t =<?Voc4'O Christo her C.Z art =ro;+ AZ t Robert J.Jacques Secretary �"i iP� /�z�E President State of Wisconsin !!!!ryt/ttttiilltt,� County of Washington On the 15t day of January 2024, before me personally came Robert Jacques,to me known being by duly sworn,did depose and say that he is the President of West Bend Insurance Company,the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal affixed to said instrument is such corporate seal;that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. �I,t+lllutrt/ `O�J61 BEN,r, u'9• °UREIC ; ead Corporate Attorney ''. 0 'Wig�O .` Notary Public,Washington Co.,WI 011f III[ My Commission is Permanent The undersigned,duly elected to the office stated below,now the incumbent in West Bend Insurance Company,a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors,set forth in the Power of Attorney is now in force. Signed and sealed at West Bend,Wisconsin this 23rd day of March 2026 ......... ii�lY rt . SL1a Christopher C.Zw� a4 Secretary While a bond(s)is active,a bonded principal is a member of West Bend Mutual Flo!ding Company.Please visit https://www.thesilverlining.com/annual-meeting for details regarding the annual membership meeting and your voting rights. lQnn.Q 1Rfh Henn I W—f P-1 1A/1 F4nQF I Phnnn lRMI 9RF_r;nin I Fov•M77\R7d_9RR4 I --Ai fheeilvorlininn rnm gYUS O v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 17,2026, is between the City of Corpus Christi(Owner) and KJM Commercial, Inc dba Victory Building Team (Contractor). 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: Whitecap Wastewater Treatment Plant Office Facility Project No. 22156 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Turner I Ramirez Architects 3751 South Alameda Street Corpus Christi,Texas 78411 Contact:Jay Porterfield,AIA jay@trarch.com Note to Specifier: City will complete paragraph 2.02 upon award of contract. 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson—Assistant Director, Construction Management 4917 Holly Road, Building 5 Corpus Christi,Texas 78411 JosephJ2@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 Calendar 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 17.16 of the General Agreement 00 52 23- 1 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 Conditions within 365 Calendar days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 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 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 17.16 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 0135 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 15.03 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 $ 3,658,500.00 Agreement 00 52 23-2 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, 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. Agreement 00 52 23-3 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 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 23-4 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. 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. SIGNATURE PAGE TO FOLLOW Agreement 00 52 23-5 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI 94r" k2-b u&Hu,- fE y Jeff Edmonds(Apr 17,2026 08:05:37 CDT) Rebecca Huerta(Apr 20,2026 10.26.50 CDT) Rebecca Huerta Jeffrey Edmonds, P.E. City Secretary Director of Engineering Services M2026-021 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 3/17/2026 w�il' 16160501CDT) RH/SB Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR 7e�e�r�ruiG� Jeremy Baugh(Apr 10, 02808:4 (Seal Below) By: Jeremy Baugh Note: Attach copy of authorization to sign if Title: Vice President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 402 S. Chaparral Street STE A Financial Officer Address Corpus Christi Texas 78401 City State Zip 361.991.5600 Phone Fax jbaugh@victorybuildingteam.com EMail END OF SECTION Agreement 00 52 23-6 Whitecap Wastewater Treatment Plant Office Facility-22156 Rev 12/2021 RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM PROJECT: RFB 6871 Whitecap Wastewater Treatment Plant Office Facility RFB 6871, Project No. 22156 BIDDER: Victory Building Team TOTAL BID: $3,658,500.00 COMPLETION TIME: Not Required BIDDER INFO: 402 S. Chaparral Street Corpus Christi,TX 78401 P: 13619915600 F: CIVCAS, RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM BID TOTALS BASE BID Total PART A-GENERAL $166,500.00 PART B- EXISTING CONDITIONS $2,500.00 PART C-CONCRETE $272,500.00 PART D- MASONRY $271,500.00 PART E- METALS $124,500.00 PART F-WOOD, PLASTIC,&COMPOSITE $88,000.00 PART G-THERMAL&MOISTURE PROTECTION $221,500.00 PART H-OPENINGS $150,000.00 PART I- FINISHES $380,300.00 PART J-SPECIALTIES $63,000.00 PART K-SPECIAL CONSTRUCTION $7,500.00 PART L- FURNISHINGS $81,500.00 PART M- MECHANICAL, ELECTRICAL&PLUMBING $1,100,000.00 PART N- COMMUNICATIONS/SAFETY&SECURITY $102,100.00 PART O-SITEWORK $117,100.00 PART P- UTILITIES $145,000.00 PART Q-ALLOWANCES $150,000.00 PART R- MOBILIZATION, BONDS&INSURANCE $215,000.00 Total $3,658,500.00 PART A-GENERAL No. Description Unit Qty Unit Price Ext Price Al STORM WATER POLLUTION LS 1 $0.00 $0.00 PREVENTION A2 GENERAL SITE CONDITIONS LS 1 $158,500.00 $158,500.00 A3 TEMPORARY FACILITIES LS 1 $8,000.00 $8,000.00 Subtotal: $166,500.00 PART B- EXISTING CONDITIONS CIVCAST RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM No. Description Unit Qty Unit Price Ext Price B1 SELECTIVE DEMOLITION LS 1 $2,500,00 $2,500.00 Subtotal:$2,500.00 PART C-CONCRETE No. Description Unit Qty Unit Price Ext Price C1 CAST-IN-PLACE CONCRETE, LS 1 $272,500.00 $272,500.00 REINFORCING &ACCESSORIES- STRUCTURAL Subtotal: $272,500.00 PART D- MASONRY No. Description Unit Qty Unit Price Ext Price D1 UNIT MASONRY&REINFORCEMENT LS 1 $271,500.00 $271,500.00 Subtotal: $271,500.00 PART E- METALS No. Description Unit Qty Unit Price Ext Price E1 STRUCTURAL STEEL, METAL FRAMING & LS 1 $29,500.00 $29,500.00 FABRICATIONS E2 PRE-ENGINEERED PRE-FABRICATED LS 1 $95,000.00 $95,000.00 LIGHT GAGE STEEL TRUSSES Subtotal: $124,500.00 PART F-WOOD, PLASTIC,&COMPOSITE No. Description Unit Qty Unit Price Ext Price F1 MISCELLANEOUS ROUGH CARPENTRY& LS 1 $10,000.00 $10,000.00 SHEATHING F2 ARCHITECTURAL CABINETS& LS 1 $76,500.00 $76,500.00 CASEWORK F3 PLASTIC PANELING (FRP1) LS 1 $1,500.00 $1,500.00 Subtotal: $88,000.00 PART G-THERMAL&MOISTURE PROTECTION No. Description Unit Qty Unit Price Ext Price CIVCAST RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM G1 INSULATION LS 1 $15,000.00 $15,000.00 G2 EXTERIOR INSULATION &FINISH LS 1 $25,000,00 $25,000.00 SYSTEM (EIFS) G3 FLUID APPLIED AIR BARRIER LS 1 $30,000.00 $30,000.00 G4 SYNTHETIC ROOF TILES LS 1 $141,500.00 $141,500.00 G5 SHEET METAL, FLASHING& LS 1 $5,000.00 $5,000.00 ACCESSORIES G6 SEALANTS LS 1 $5,000.00 $5,000.00 Subtotal: $221,500.00 PART H-OPENINGS No. Description Unit Qty Unit Price Ext Price H1 HOLLOW METAL DOOR FRAMES LS 1 $50,000.00 $50,000.00 H2 FLUSH WOOD DOORS LS 1 $0.00 $0.00 H3 ACCESS DOORS&FRAMES LS 1 $0.00 $0.00 H4 ALUMINUM-FRAMED ENTRANCES, LS 1 $100,000.00 $100,000.00 STOREFRONTS&GLAZING H5 DOOR HARDWARE LS 1 $0.00 $0.00 H6 FIXED LOUVERS LS 1 $0.00 $0.00 Subtotal: $150,000.00 PART I- FINISHES No. Description Unit Qty Unit Price Ext Price 11 NON-STRUCTURAL METAL FRAMING& LS 1 $215,000.00 $215,000.00 GYPSUM BOARD 12 DRYWALL CELING GRID SUSPENSION LS 1 $0.00 $0.00 SYSTEMS 13 STUCCO(STO POWERWALL EXTRASEAL) LS 1 $25,000.00 $25,000.00 14 CERAMIC TILING LS 1 $35,000.00 $35,000.00 15 ACOUSTICAL PANEL CEILINGS LS 1 $0.00 $0.00 16 RESILIENT BASE &ACCESSORIES LS 1 $0.00 $0.00 17 RESILIENT TILE FLOORING LS 1 $20,000.00 $20,000.00 18 RESINOUS FLOORING LS 1 $0.00 $0.00 CIVCAST RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM 19 TILE CARPETING LS 1 $0.00 $0.00 110 PAINTING LS 1 $85,300,00 $85,300.00 111 HIGH PERFORMANCE COATINGS LS 1 $0.00 $0.00 Subtotal: $380,300.00 PART J-SPECIALTIES No. Description Unit Qty Unit Price Ext Price J1 VISUAL DISPLAY UNITS LS 1 $12,000.00 $12,000.00 J2 PLAQUES, DIMENSIONAL LETTERS& LS 1 $5,700.00 $5,700.00 ROOM IDENTIFICATION SIGNAGE J3 PLASTIC TOILET COMPARTMENTS LS 1 $10,000.00 $10,000.00 J4 WALL& DOOR PROTECTION LS 1 $3,500.00 $3,500.00 J5 TOILET, BATH &LAUNDRY ACCESSORIES LS 1 $6,500.00 $6,500.00 J6 FIRE PROTECTION CABINETS& LS 1 $3,500.00 $3,500.00 EXTINGUISHERS J7 HDPE LOCKERS LS 1 $21,800.00 $21,800.00 Subtotal: $63,000.00 PART K-SPECIAL CONSTRUCTION No. Description Unit Qty Unit Price Ext Price K1 LABORATORY DUCTED FUME HOODS LS 1 $7,500.00 $7,500.00 Subtotal:$7,500.00 PART L- FURNISHINGS No. Description Unit Qty Unit Price Ext Price L1 ROLLER WINDOW SHADES LS 1 $6,500.00 $6,500.00 L2 METAL LABORATORY CASEWORK LS 1 $75,000.00 $75,000.00 L3 EPDXY RESIN COUNTERTOPS LS 1 $0.00 $0.00 L4 SOLID SURFACING COUNTERTOPS LS 1 $0.00 $0.00 Subtotal: $81,500.00 PART M- MECHANICAL, ELECTRICAL&PLUMBING No. Description Unit Qty Unit Price Ext Price CIVCAST RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM M1 MECHANICAL EQUIPMENT LS 1 $400,000.00 $400,000.00 M2 DUCTWORK LS 1 $0.00 $0.00 M3 CONTROLS LS 1 $0.00 $0.00 M4 ELECTRICAL SWITCH GEAR/PANELS, LS 1 $500,000.00 $500,000.00 RACEWAYS,WIRING & DEVICES M5 LIGHT FIXTURES LS 1 $0.00 $0.00 M6 NATURAL GAS GENERATOR/ATS LS 1 $0.00 $0.00 M7 SITE/UTILITY DUCT&RACEWAYS LS 1 $0.00 $0.00 M8 PLUMBING EQUIPMENT/FIXTURES LS 1 $200,000.00 $200,000.00 M9 DWV/WATER PIPING LS 1 $0.00 $0.00 M10 NATURAL GAS PIPING LS 1 $0.00 $0.00 M11 ADJUSTING&BALANCING LS 1 $0.00 $0.00 Subtotal: $1,100,000.00 PART N-COMMUNICATIONS/SAFETY&SECURITY No. Description Unit Qty Unit Price Ext Price N1 UNDERGROUND DUCTS AND LS 1 $0.00 $0.00 RACEWAYS N2 BACKBONE&HORIZONTAL CABLING LS 1 $25,000.00 $25,000.00 N3 AUDIOVISUAL INFRASTRUCTURE LS 1 $11,000.00 $11,000.00 N4 ELECTRONIC SECURITY,ACCESS LS 1 $23,200.00 $23,200.00 CONTROL,&INTRUSION DETECTION N5 VIDEO SURVEILLANCE LS 1 $24,300.00 $24,300.00 N6 FIRE DETECTION &ALARM SYSTEM LS 1 $18,600.00 $18,600.00 Subtotal: $102,100.00 PART O-SITEWORK No. Description Unit Qty Unit Price Ext Price 01 TERMITE CONTROL LS 1 $2,100.00 $2,100.00 02 CLEARING, GRUBBING & LS 1 $115,000.00 $115,000.00 STRIPPING/EXCAVATION/GRADING/EART HWORK 03 CEMENT STABILIZED SUBGRADE LS 1 $0.00 $0.00 RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM 04 CONCRETE PAVEMENT,ASPHALT LS 1 $0.00 $0.00 PAVEMENT,CURB&GUTTER Subtotal: $117,100.00 PART P- UTILITIES No. Description Unit Qty Unit Price Ext Price P1 SITE WATERLINES, FITTINGS&VALVES LS 1 $145,000.00 $145,000.00 P2 FIRE HYDRANTS LS 1 $0.00 $0.00 P3 SITE SEWER&MANHOLES LS 1 $0.00 $0.00 Subtotal: $145,000.00 PART Q-ALLOWANCES No. Description Unit Qty Unit Price Ext Price Q1 UNFORESEEN CONDITIONS DURING AL 1 $150,000.00 $150,000.00 CONSTRUCTION Subtotal: $150,000.00 PART R- MOBILIZATION, BONDS&INSURANCE No. Description Unit Qty Unit Price Ext Price R1 MOBILIZATION (MAXIMUM 5%) LS 1 $150,000.00 $150,000.00 R2 BOND&INSURANCE (MAXIMUM 2%) LS 1 $65,000.00 $65,000.00 Subtotal: $215,000.00 CIVCAST RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 6871-22156Addendum No. 1 01/12/2026 13:48:53 PM CIVCAS, RFB 6871 Whitecap Wastewater Treatment Plant Office Facility Report Created On: 1/14/2026 8:03:58 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans 6871-22156 Drawings 1/12/2026 8:00:24AM Invitation To Bid 6871-22156 Invitation to Bid 1/12/2026 8:00:22 AM Other No Contact- Pocket Guide 1/5/2026 11:54:53 AM Other 6871-22156 Memorandum-ADD 1 1/5/2026 11:55:02 AM Forthcoming Addenda 6871-22156 Addendum No. 1 1/5/2026 11:54:23 AM 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO. 1 Project Name: City of Corpus Christi:Whitecap Wastewater Treatment Plant Office Facility Project Number: 22156 Owner: City of Corpus Christi OAR: Joseph Johnson,Assistant Director Construction Management Designer: Turner I Ramirez Architects By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: K M ommerical inc.dba Victory Building Team (full legal name of Bidder) Signature. (signature of person with authority to bind the Bidder) Name: Jeremy Baugh (printed name of person signing Bid Form) Title: Vice President (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 11-3664763 Address for Notices: Victory Building Team 402 S.Chaparral Street STE A Corpus Christi.Texas 78401 Phone: 361,991,5600 Email: [bauah(@victorybuildingteam.com Bid Form 00 30 01-Page 1 of 5 City of Corpus Christi:Whitecap Wastewater Treatment Plant Office Facility-22156 [ADDENDUM NO.01,Attachment No.1] Rev 12/17/2025 CONTRACT DOCUMENTS FOR CONSTRUCTION OF WHITECAP WASTEWATER TREATMENT PLANT OFFICE FACILITY PROJECT NO, 22156 SC a CORPOR 1851z TURNER I RAMIREZ I A R C H I T E C T S 3751 South Alameda Street Corpus Christi, Texas 78411 (361) 994-8900 TRA PROJECT NO. 2022-24 October 8, 2025 100% ISSUE FOR RE-BID Record Drawing Number: PBG-948 CONFORMED BID SET 02/02/2026 CONFORMED BID SET 02/02/2026 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 000101 Seals Page (Optional) Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) List of Drawings 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Revs-2019) Part S Standard Specifications NOT USED Part T Technical Specifications 01 25 00 Substitution Procedures 01 26 00 Contract Modification Procedures 013100 Project Management and Coordination 01 32 00 Construction Progress Documentation 01 33 00 Submittal Procedures 014000 Quality Requirements Table of Contents 00 0100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 014100 Testing Laboratory Services (Structural) 01 41 19 Windstorm Construction Requirements 01 42 00 References 014339 Mockups 01 60 00 Product Requirements 01 73 00 Execution 01 74 19 Construction Waste Management 01 77 00 Closeout Procedures DIVISION 02 EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISION 03 CONCRETE 030100 Maintenance of Concrete (Civil) 03 10 00 Concrete Forming and Accessories (Civil) 03 1000 Concrete Formwork (Structural) 03 20 00 Concrete Reinforcing (Civil) 03 20 00 Concrete Reinforcement (Structural) 03 30 00 Cast-in-Place Concrete (Civil) 03 30 00 Cast-in-Place Concrete (Structural) 03 30 00.10 Controlled Low Strength Backfill 033100 Epoxy Related Work (Structural) DIVISION 04 MASONRY 04 20 00 Unit Masonry 04 23 00 Reinforced Unit Masonry(Structural) DIVISION 05 METALS 05 12 00 Structural Steel (Structural) 05 40 00 Cold-Formed Metal Framing (Structural) 054100 Pre-Engineered Pre-Fabricated Light Gauge Steel Trusses (Structural) 05 50 00 Metal Fabrications Table of Contents 00 0100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section DIVISION 06 WOOD, PLASTICS,AND COMPOSITES 06 10 53 Miscellaneous Rough Carpentry 06 16 00 Sheathing 06 41 16 Plastic-Laminate-Clad Architectural Cabinets 06 64 00 Plastic Paneling(FRP1) DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 19 17 Anti-Graffiti Coatings 072100 Thermal Insulation 07 21 19 Foamed in Place Closed Cell Insulation 07 24 19 Water-Drainage Exterior Insulation and Finish System (EIFS) 07 27 20 Fluid-Applied Air Barrier System 073100 Synthetic Roof Tiles 07 62 00 Sheet Metal Flashing and Trim 07 92 00 Joint Sealants DIVISION 08 OPENINGS 08 11 13 Hollow Metal Doors and Frames 08 14 16 Flush Wood Doors 08 31 13 Access Doors and Frames 08 41 13 Aluminum-Framed Entrances and Storefronts 087100 Door Hardware 08 80 00 Glazing 09 81 19 Fixed Louvers DIVISION 09 FINISHES 09 22 16 Non-Structural Metal Framing 09 22 26.23 Drywall Ceiling Grid Suspension System 09 24 23 Stucco 09 29 00 Gypsum Board 09 30 13 Ceramic Tiling 09 51 13 Acoustical Panel Ceilings 09 65 13 Resilient Base and Accessories Table of Contents 00 0100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 09 65 19 Resilient Tile Flooring 09 67 23 Resinous Flooring 09 68 13 Tile Carpeting 09 91 13 Painting 09 96 00 High-Performance Coatings DIVISION 10 SPECIALTIES 101100 Visual Display Units 101416 Plaques 10 14 19 Dimensional Letter Signage 10 14 23.16 Room-Identification Panel Signage 10 21 13.19 Plastic Toilet Compartments 10 26 00 Wall Corner Protection 10 28 00 Toilet, Bath, and Laundry Accessories 10 44 00 Fire Protection Specialties 10 51 26 HDPE Lockers DIVISION 11 EQUIPMENT 11 53 13 LABORATORY DUCTED FUME HOODS DIVISION 12 FURNISHINGS 12 24 13 Roller Window Shades 12 35 53 Metal Laboratory Casework 12 36 53 Epoxy Resin Countertops 12 36 61.16 Solid Surfacing Countertops DIVISION 22 PLUMBING 22 03 00 Commissioning of Plumbing Systems 22 05 00 Basic Materials and Methods 22 07 00 Inside Utility Trench Excavation, Backfill and Compaction 22 08 00 Outside Utility Trench Excavation, Backfill and Compaction 22 14 00 Hangers and Supports 22 19 00 System Identification and Pipe Marking Table of Contents 00 0100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 22 26 00 Piping Insulation 22 41 00 Plumbing Piping and Valves 22 41 10 Natural Gas Piping 22 43 00 Plumbing Specialties 22 44 00 Plumbing Fixtures 22 45 00 Plumbing Equipment DIVISION 23 HEATING,VENTILATION,AND AIR-CONDITIONING (HVAC) 23 03 00 Commissioning of HVAC Systems 23 05 00 Basic Materials and Methods 23 05 10 Starting of HVAC Systems 23 07 19 DX Piping System Insulation 23 14 00 Supports and Anchors 23 14 40 Rooftop Walkway Supports 23 17 00 Motors and Motor Controllers 23 24 00 Sound and Vibration Controll-ERS 23 26 00 Piping Insulation 23 29 00 Duct Insulation 23 53 00 Refrigerant Piping 23 53 01 VRF Refrigerant Piping 23 58 54 DX Fan Coil Unit 23 67 10 Air-Cooled Condensing Unit 23 82 00 VRF-VRV Systems and Controls 23 86 00 Power Ventilators 23 88 10 Air Distribution Devices 23 88 85 Air Filters 23 89 00 Metal Ductwork 239100 Ductwork Accessories 23 99 00 Testing, Adjusting and Balancing DIVISION 26 ELECTRICAL 260100 Electrical General Provisions 26 06 00 Grounding Table of Contents 00 0100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 26 07 50 Electrical Identification 26 12 30 Wire and Cable 26 13 60 Raceways 26 14 00 Wire Devices 26 24 16 Panelboards 26 32 00 Natural Gas Engine Generator 26 33 00 Automatic Transfer Switch 26 43 13 Surge Protection Devices 26 44 10 Disconnects 265100 Luminaires 26 74 00 Telephone/Data Systems Rough-In 26 75 00 Cable Television System Rough-In DIVISION 27 COMMUNICATIONS 27 00 00 Communications 27 05 26 Grounding and Bonding 27 05 28 Pathways for Communications Systems 27 05 43 Underground Ducts and Raceways 271100 Communications Room Fittings 27 15 00 Horizontal Cabling 27 41 16 Audio Visual Systems DIVISION 28 ELECTRONIC SAFETY AND SECURITY 28 00 00 Electronic Security 28 10 00 Access Control and Intrusion Detection 28 23 00 Video Surveillance 283100 Fire Detection and Alarm System DIVISION 31 EARTHWORK 31 10 00 Site Clearing 31 22 00 Grading 312316 Excavation 312316.13 Trenching Table of Contents 00 0100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 Division/ Title Section 31 23 16.14 Trench Excavation Protection 31 23 23 Fill 31 31 16 Termite Control 31 37 00 Rip-Rap DIVISION 32 EXTERIOR IMPROVEMENTS 32 11 23 Aggregate Base Courses 32 12 50 Site Pavement 32 13 13.10 Concrete Curbs, Gutters and Sidewalks 32 17 13 Parking Bumpers 32 17 23.13 Pavement Markings DIVISION 33 UTILITIES 33 01 10.58 Disinfection of Water Utility Piping Systems 33 02 30 Jacking, Boring, or Tunneling Pipe 33 02 73 Site Concrete Encasement, Cradles, Saddles and Collars 33 05 61 Concrete Manholes 33 14 16 Site Water Utility Distribution Piping 33 31 13 Site Sanitary Sewerage Gravity Piping Appendix All Testing Reports as Applicable WHITECAP Geotechnical Engineering Report for Whitecap WWTP Operation and Control Building; UES Report No. 124227, dated July 3, 2024 (26 pages) END OF SECTION Table of Contents 00 0100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 1/2022 CONFORMED BID SET 02/02/2026 SECTION 00 0101 -SEALS PAGE ARCHITECT: PHILIP RAMIREZ D AS. RC' Rq y� TURNER,RAMIREZ,&ASSOCIATES 3751 S.ALAMEDA ST. c CORPUS CHRISTI,TX 78411 * V 1361.994.8900 91a Q� F 361.994.8955 TF OF � E philip@trarch.com STRUCTURAL: �� �F ROBERT E.MARTINEZ,P.E. ROBERT EHRIOUEZ MARTIHE2 REM ENGINEERING ggg87 2218 BASSE ROAD SAN ANTONIO,TX 78213 V 210.320.1199 THE 5EaL APPEARING DN E robert@remengineerinecorp.com THIS DOCUMENT WAS ALITHOR12ED BY ROBERT E. MARTINEZ. P.E. # 09387 T_B_P_E. FIRM NO_ 69411. ELECTRICAL: �f � # JOHN RODRIGUEZ,P.E. ; r ,0...........0H .R "UEZ III r NRG ENGINEERING r JOIN A.RC7[3RIUE2 III I �� 90273 fo 5656 S STAPLES ST,SUITE 312 CORPUS CHRISTI,TX 78411 V 361.852.2727 E jrod@nrcc.com 10108/2026 MECHANICAL/PLUMBING: T. SEAN RODRIGUEZ,P.E. ��. ........ . *r '. •OL � NRG ENGINEERING 5656 S STAPLES ST,SUITE 312 {... ................V....,.......� B EAN M, R ]C}FtIGUEZio CORPUS CHRISTI,TX 78411 96478 � ,'•., V 361.852.2727 #f4 ONA ! � E Srod@nrecc.com 10/0812025 SEALS PAGE 00 0101- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 CIVIL: OF RICARDO R.GOMEZ CO PAPE-DAWSON ENGINEERS M R. � 807 N. UPPER BROADWAY,SUITE 103 127'575.,. ��, CORPUS CHRISTI,TX 78401 ` �... T V 1361.360.2209 E I rgomez0pape-dawson.com r TECHNOLOGY: 0c, oils, l� ALFONSO DELGADO r Mcm Q DATACOM DESIGN GROUP r Airvnso M Deegaiio cn 7551 CALLAGHA ROAD o° BICS1¢}#163790 SAN ANTONIO,TEXAS 78229 49y EXPIRES 12-31-27 �+* d• V 1210.698.6455 •RCDD + E I adelgado0datacomdesign.com END OF SECTION 00 0101 SEALS PAGE 00 0101-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 00 0102— LIST OF DRAWINGS 1.01 LIST OF DRAWING SHEETS A. DRAWINGS: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled "100%Signed and Sealed Design Submission", dated October 8, 2025, as modified by subsequent Addenda and Contract Modifications. FRONT END-WHITECAP Sheet No. Drawing Title AO.OW WHITECAP COVER SHEET AO.00W SHEET INDEX AO.1 2017 A117.1 EXCERPTS AO.2 2017 A117.1 EXCERPTS AO.3 2017 A117.1 EXCERPTS AO.4 SYMBOLS AND ABBREVIATIONS AO.5 WALL TYPES AO.6 GENERAL NOTES AO.10 CODE INFORMATION AO.11 LEVEL 01—CODE PLAN CIVIL-WHITECAP CO.10 GENERAL CONSTRUCTION NOTES CO.20 STORM WATER POLLUTION PREVENTION PLAN CO.30 STORM WATER POLLUTION PREVENTION PLAN DETAILS CO.40 EXISTING CONDITIONS—DEMOLITION PLAN C1.00 OVERALL SITE PLAN C1.10 DIMENSION CONTROL PLAN C1.20 FIRE PROTECTION PLAN C1.30 CIVIL DETAILS C1.31 CIVIL DETAILS C2.00 GRADING PLAN C3.00 DRAINAGE AREA MAP C4.00 UTILITY PLAN C4.10 UTILITY PLAN DETAILS C4.20 UTILITY PLAN DETAILS List of Drawings 00 0102- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 STRUCTURAL-WHITECAP Sheet No. Drawing Title S1.1 FOUNDATION PLAN S1.2 ROOF FRAMING PLAN S1.3 EXISTING BLOWER BUILDING AND LIFT STATION PLANS AND ELEVATIONS S2.1 FOUNDATION DETAILS S2.2 FOUNDATION DETAILS S3.1 FRAMING DETAILS S3.2 FRAMING DETAILS S3.3 EXISTING BUILDING REPAIR DETAILS S4.1 GENERAL NOTES ARCHITECTURAL-WHITECAP A1.0 OVERALL SITE PLAN A1.1 SITE DETAILS A1.2 3D PERSPECTIVES A2.0 COMPOSITE FLOOR PLAN A2.1 DIMENSIONAL CONTROL FLOOR PLAN A2.2 EXISTING BLOWER BUILDING AND LIFT STATION FLOOR PLANS AND ELEVATIONS A2.3 EXISTING BLOWER BUILDING AND LIFT STATION DOOR SCHEDULE AND DETAILS A3.0 ENLARGED FLOOR PLANS A4.0 PLAN DETAILS A5.0 COMPOSITE ROOF PLAN A5.1 ROOF DETAILS A6.0 EXTERIOR ELEVATIONS A6.1 BUILDING SECTIONS A7.0 WALL SECTIONS A7.1 WALL SECTIONS A7.2 WALL DETAILS A8.0 DOOR SCHEDULE, WINDOW ELEV., & DOOR/FRAME TYPES A8.1 DOOR&WINDOW DETAILS A8.2 DOOR&WINDOW DETAILS A8.3 DOOR&WINDOW DETAILS A9.0 REFLECTED CEILING PLAN A9.1 CEILING DETAILS List of Drawings 00 0102-2 Whitecap Wastewater Treatment Plant Office Facility-Re-Bid-22156 October 8, 2025 CONFORMED BID SET 02/02/2026 INTERIORS-WHITECAP 11.0 COMPOSITE FLOOR FINISH PLAN 11.1 ROOM FINISH SCHEDULE 12.0 INTERIOR ELEVATIONS 12.1 INTERIOR ELEVATIONS 12.2 INTERIOR ELEVATIONS 12.3 INTERIOR ELEVATIONS 13.0 COMPOSITE EQUIPMENT& FURNITURE PLAN 14.0 MILLWORK DETAILS 15.0 SIGNAGE PLAN MECHANICAL-WHITECAP M0.1 MECHANICAL LEGEND M1.1 MECHANICAL FLOOR PLAN M1.2 MECHANICAL PRESSURE ZONE PLAN M1.3 MECHANICAL PIPING PLAN M1.4 MECHANICAL ROOF PLAN M1.5 MECHANICAL ENLARGED FLOOR PLAN M2.1 MECHANICAL SCHEDULES M2.2 MECHANICAL SCHEDULES M3.1 MECHANICAL DETAILS M3.2 MECHANICAL DETAILS M3.3 MECHANICAL DETAILS ELECTRICAL-WHITECAP E0.1 ELECTRICAL SITE PLAN E1.1 ELECTRICAL LIGHTING PLAN E2.1 ELECTRICAL POWER PLAN E3.1 ELECTRICAL SPECIAL SYSTEMS PLAN E4.1 ELECTRICAL SCHEDULES E4.2 ELECTRICAL ONE-LINE DIAGRAM E5.1 ELECTRICAL DETAILS E5.2 ELECTRICAL DETAILS List of Drawings 00 0102-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PLUMBING -WHITECAP Sheet No. Drawing Title P0.1 PLUMBING LEGENDS P1.0 PLUMBING SITE PLAN P1.1 PLUMBING DWV FLOOR PLAN P1.2 PLUMBING WATER FLOOR PLAN P2.1 PLUMBING SCHEDULES P3.1 PLUMBING DETAILS P3.2 PLUMBING DETAILS P4.1 PLUMBING DWV RISER DIAGRAM P4.2 PLUMBING WATER RISER DIAGRAM COMMUNICATIONS-WHITECAP TO.1 LEGENDS AND NOTES—COMMUNICATIONS T1.0 OVERALL SITE PLAN —COMMUNICATIONS T2.0 COMPOSITE FLOOR PLAN—COMMUNICATIONS T3.1 TELECOM ROOM DETAILS—COMMUNICATIONS T4.1 GENERAL DETAIL—COMMUNICATIONS AUDIO/VISUAL-WHITECAP AV10.1 LEGEND AND NOTES—AUDIOVISUAL INFRASTRUCTURE AV12.0 COMPOSITE FLOOR PLAN—AUDIOVISUAL INFRASTRUCTURE AV14.1 GENERAL DETAILS—AUDIOVISUAL INFRASTRUCTURE AV15.1 GENERAL DETAILS—AUDIOVISUAL ONE-LINE DIAGRAMS SECURITY-WHITECAP SC0.1 LEGEND AND NOTES—SECURITY SC2.0 COMPOSITE FLOOR PLAN—SECURITY SC3.1 DOOR ELEVATION DETAILS—SECURITY SC4.1 GENERAL DETAILS-SECURITY END OF SECTION 00 0102 List of Drawings 00 0102-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET o SC! 02/02/2026 O v �NOORPOPPI'Q 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). 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: Whitecap Wastewater Treatment Plant Office Facility—Re-Bid I Project No. 22156 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Turner I Ramirez Architects 3751 South Alameda Street Corpus Christi,Texas 78411 Contact:Jay Porterfield,AIA I lay@trarch.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson,Assistant Director Construction Management 4917 Holly Road, Building 5 Corpus Christi,Texas 78411 JosephJ@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 Calendar 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 17.16 of the General Conditions within 365 Calendar days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 00 52 23- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 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$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 17.16 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 0135 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 15.03 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 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, 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; Agreement 00 52 23-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 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. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractorthat without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. Agreement 00 52 23-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 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 15.01 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. b. Include Wastewater CD Exhibit if Project pertains to SSO CD work. 6. 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 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Agreement 00 52 23-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 12/2021 CONFORMED BID SET 02/02/2026 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site .............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 00 72 00-1 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 00 72 00-2 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal ................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 00 72 00-3 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work .......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs ...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 00 72 00-4 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 00 72 00-5 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation .......................................................................................................................96 21.05 Standards................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work .......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 00 72 00-6 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 00 72 00-7 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees .................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................130 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................131 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 00 72 00-8 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 30.21 Notices. .................................................................................................................................131 General Conditions 00 72 00-9 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 00 72 00-10 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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. §§5101 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. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. 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. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 00 72 00-11 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 21. 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. 22. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. 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 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 00 72 00-12 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 32. 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. 33. 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. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions 00 72 00-13 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 44. 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. 45. Schedule of Documents-A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. 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. 56. Unit Price Work-Work to be paid for on the basis of unit prices. General Conditions 00 72 00-14 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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. 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 General Conditions 00 72 00-15 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) 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 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 00 72 00-16 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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, which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 and Supplementary Conditions 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 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. General Conditions 00 72 00-17 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. General Conditions 00 72 00-18 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall,therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. 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. 4. 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 00-19 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. 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 00-20 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 00 72 00-21 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions 00 72 00-22 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 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. General Conditions 00 72 00-23 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 to 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 15.03. General Conditions 00 72 00-24 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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. General Conditions 00 72 00-25 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 15.03. 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 General Conditions 00 72 00-26 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 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. General Conditions 00 72 00-27 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. General Conditions 00 72 00-28 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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-Vill or better. D. Furnish copies of 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 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 General Conditions 00 72 00-29 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 18 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 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. 6.05 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 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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; and General Conditions 00 72 00-30 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 4. 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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. If required by the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. 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; 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, fixtures, 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, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. General Conditions 00 72 00-31 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. For Projects with a Contract Value that exceeds$5,000,000, 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 Owner as defined in Article 1; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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, General Conditions 00 72 00-32 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. 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. General Conditions 00 72 00-33 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article 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 contain provisions that the Subcontractor waive all rights against Owner,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. 6.08 Owner's Insurance for 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. General Conditions 00 72 00-34 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 6.09 Acceptable Evidence of Insurance 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. 6.10 Certificate 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. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 00 72 00-35 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 6.14 Texas Workers' Compensation Insurance Required Notice 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 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 General Conditions 00 72 00-36 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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; 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 this section, 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 General Conditions 00 72 00-37 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 00 72 00-38 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.13 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 Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions 00 72 00-39 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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, General Conditions 00 72 00-40 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. B. Contractor's obligation to indemnify Owner 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. General Conditions 00 72 00-41 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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 2S1. 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. General Conditions 00 72 00-42 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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 to pay 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 General Conditions 00 72 00-43 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 00 72 00-44 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's 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 General Conditions 00 72 00-45 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. General Conditions 00 72 00-46 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 or other contractor retained by the City: 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 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 if damages, delays, disruptions, or interference occur. General Conditions 00 72 00-47 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 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 00-48 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 00 72 00-49 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. 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 00-50 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions 00 72 00-51 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions 00 72 00-52 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 B. Notify the OAR within 3 days 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. 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. 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 Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 00 72 00-53 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the 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 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; and 9) Other items of cost. General Conditions 00 72 00-54 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 d. Provide the level of detail outlined 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 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 15 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 00 72 00-55 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 C. 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. D. 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. 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. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 00 72 00-56 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 00 72 00-57 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions 00 72 00-58 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions 00 72 00-59 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 15.01.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, 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 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 15.01 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; General Conditions 00 72 00-60 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities,fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. 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 General Conditions 00 72 00-61 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 15.01.C.1 or specifically covered by Paragraph 15.01.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. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions 00 72 00-62 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.13.1 and 15.02.13.2 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. 15.03 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 Contract. 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 15.03.E. General Conditions 00 72 00-63 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01. 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 Contract. 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 bythe Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 00 72 00-64 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions 00 72 00-65 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 16.04 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 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 00 72 00-66 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 00 72 00-67 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 16.07; 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. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 00 72 00-68 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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; p. Other items entitling Owner to a set-off against the amount recommended; or q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions 00 72 00-69 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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; 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; General Conditions 00 72 00-70 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment - 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. If unit prices are included in the Contract, use each unit price line item in the Contract as a unit price line item in the Schedule of Values. E. 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. General Conditions 00 72 00-71 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. F. 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 costs associated with the item in the Contract. The sum of the two components must equal the value of the line item in the Schedule of Values. G. 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. 17.04 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. 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. General Conditions 00 72 00-72 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 17.05 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 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 shown in the Application for Payment and attachments will be made for the invoice amount,up to the value shown in the 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 General Conditions 00 72 00-73 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 that Contractor provides 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. 17.07 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 the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions 00 72 00-74 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 items 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. 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. 17.09 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. General Conditions 00 72 00-75 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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 00-76 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 17.12 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 17.11 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 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. General Conditions 00 72 00-77 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 17.15 Final Payment A. Make final Application for 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. 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. 17.16 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; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.13 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. General Conditions 00 72 00-78 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 00 72 00-79 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 00 72 00-80 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. ARTICLE 19— PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions 00 72 00-81 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 19.05 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 Article 26. 19.06 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. 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 Article 26. 19.07 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. 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. 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. General Conditions 00 72 00-82 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 Pre-Construction Exploratory Excavations A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. General Conditions 00 72 00-83 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 C. Prepare a Plan of Action indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out of operation. 19.11 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 Data as required in Article 26. 19.12 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. General Conditions 00 72 00-84 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 19.13 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. General Conditions 00 72 00-85 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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: 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. 19.14 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. 19.15 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: General Conditions 00 72 00-86 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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). D. Assume responsibility for any damage resulting from construction along roads or drives. 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological 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. General Conditions 00 72 00-87 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. 19.20 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 00 72 00-88 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 00 72 00-89 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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 20.07 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. General Conditions 00 72 00-90 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 00 72 00-91 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 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. General Conditions 00 72 00-92 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. General Conditions 00 72 00-93 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. ARTICLE 21—QUALITY MANAGEMENT 21.01 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; General Conditions 00 72 00-94 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions 00 72 00-95 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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; 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions 00 72 00-96 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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. 21.08 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; General Conditions 00 72 00-97 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 b. Name of the laboratory, address, and telephone number; C. Name and signature of the laboratory personnel performing the test; 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 sample 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 00 72 00-98 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 submitting and include a copy of the completed checklist with 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 21.11.13.5 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 21.04. 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. General Conditions 00 72 00-99 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 21.12 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. Include 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. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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. General Conditions 00 72 00-100 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 00 72 00-101 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 to Article 13, as a condition precedent to filing a lawsuit,either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs.Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County,Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. 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. 23.02 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 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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). General Conditions 00 72 00-102 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 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. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities.The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. 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. 23.03 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. 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 General Conditions 00 72 00-103 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 23.04 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. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 Article 27. 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. General Conditions 00 72 00-104 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 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 CID Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor General Conditions 00 72 00-105 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor 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 to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 00 72 00-106 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 General Conditions 00 72 00-107 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. 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 Drawings; 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 Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.09. 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. General Conditions 00 72 00-108 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 25.04 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. 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. 25.05 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 General Conditions 00 72 00-109 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 25.06 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 Article 29. 25.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 00 72 00-110 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 Article 12 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 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 General Conditions 00 72 00-111 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 25.03. 25.08 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. 6. Protect mockups until Work has been completed and accepted by the OPT. General Conditions 00 72 00-112 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article 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. 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. 25.10 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. General Conditions 00 72 00-113 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article 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. 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 Article 26. 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. General Conditions 00 72 00-114 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 00 72 00-115 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 25.11 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. 25.12 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. 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 costs 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. General Conditions 00 72 00-116 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. ARTICLE 26—RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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. C. 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. General Conditions 00 72 00-117 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 D. 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. E. 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. 26.04 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 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. 26.0S 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. General Conditions 00 72 00-118 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 00 72 00-119 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 Article 12 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 26.03. 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 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 26.02 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 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions 00 72 00-120 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 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 General Conditions 00 72 00-121 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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: 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 00 72 00-122 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.05 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. General Conditions 00 72 00-123 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 00 72 00-124 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 28.04 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 photographs 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. 28.05 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. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions 00 72 00-125 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions 00 72 00-126 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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; General Conditions 00 72 00-127 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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 service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 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 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. 30.02 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. Examples of Contractor written and electronically stored records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions 00 72 00-128 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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 00-129 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 30.08 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. 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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. General Conditions 00 72 00-130 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 00 72 00-131 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 00 72 00-132 Corpus Christi Standards Rev 6/2021 CONFORMED BID SET 02/02/2026 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: OWNER: City of Corpus Christi,Texas PROJECT ARCHITECT: Turner I Ramirez Architects STRUCTURAL ENGINEER: REM Engineering, Corp. MECHANICAL/ELECTRICAL PLUMBING ENGINEER: NRG Engineering CIVIL ENGINEERING: Pape-Dawson Engineers TECHNOLOGY CONSULTANT: Datacom Design Group 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: 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 Supplementary Conditions 00 73 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 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. WHITECAP WASTEWATER TREATMENT PLANT SITE: Geotechnical Engineering Report for Whitecap WWTP Operation and Control Building, prepared by LIES Professional Solutions 45,LLC;dated July 3,2024(26 pages)—The Contractor may rely on the Technical Data provided in this document. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: NONE ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 Broad Form 2. Premises—Operations 3. Underground Hazard $1,000,000 Per Occurrence 4. Products/Completed Operations $2,000,000 Aggregate 5. Contractual Liability 6 Independent Contractors Supplementary Conditions 00 73 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 7. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $500,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required ❑X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 5 ft or asbestos present Builder's Risk(All Perils including Collapse) Coverage limit shall be in the amount of the total cost of the project. Required for vertical structures and bridges ❑X Required ❑ Not Required Installation/Equipment Floater Equal to Contract Price Required if installing city-owned equipment or storing contractor equipment on city- ❑ Required ❑X Not Required owned property 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's goal is to perform at least 30 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No Supplementary Conditions 00 73 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) GENERAL DECISION NUMBER: TX20250288 03/14/2025 SUPERSEDED GENERAL DECISION NUMBER: TX20240288 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: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). If the contract is entered into on or afterJanuar • Executive Order 14026 generally applies to y the contract. 30, 2022, or the contract is renewed or The contractor must pay all covered workers extended (e.g., an option is exercised) on or after January 30, 2022: at least $17.75 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. If the contract was awarded on or between Executive Order 13658 generally applies to January 1, 2015 and January 29, 2022, and the the contract. contract is not renewed or extended on or after . The contractor must pay all covered workers January 30, 2022: at least $13.30 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2025. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 Supplementary Conditions 00 73 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 1 03/14/2025 BOIL0074-003 01/01/2025 Rates Fringes BOILERMAKER ........................................................................................ $33.17 24.92 ELECO278-002 08/25/2024 ELECTRICIAN ........................................................................................... $30.80 8.97 ENG10178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ................................................................................. $32.85 13.10 (2) Cranes with Pile Driving or Cassion Attachment and Hydraulic Crane 60 Tons and Above ............................................................. $28.75 10.60 (3) Hydraulic Cranes 59 Tons and Under ........................................... $32.35 13.10 * IRON0084-011 06/01/2024 Rates Fringes IRONWORK, ORNAMENTAL ................................................................... $28.26 8.13 * 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 LABORER: Mason Tender-Cement/Concrete ...................................... $10.58** 0.00 LABORER: Pipelayer................................................................................ 12.49** 2.13 LABORER: Roof Tearoff .......................................................................... $11.28** 0.00 OPERATOR: 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 Supplementary Conditions 00 73 00-5 Whitecap Wastewater Treatment Plant Office Facility-Re-Bid-22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 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 METALWORKER (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** 0.00 TRUCK DRIVER: Water Truck .................................................................. $12.00** 4.11 ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- WELDERS—Receive rate prescribed for craft performing operation to which welding is incidental. ------------------------------------------------------------------------------ ------------------------------------------------------------------------------ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health- related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government- contracts. Unlisted classifications needed for work not included within the scope of classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a)(1)(iii)). ----------------------------------------------------------------------------------------------------------------------------- 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). Supplementary Conditions 00 73 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"", l`UAVG"", ""SA"", or 'WSC"" 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 1098.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. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing his classification and rate. 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 01/01/2024. 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. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 06/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the 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.The date,06/27/2024 in the example,indicates the survey completion date for the classifications and rates under that identifier. ",'SUl",wage rates typically remain in effect until a new survey is conducted. However,the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 CFR 1.3(g)-(h). Example:SAME2023-007 01/03/2024.SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based.The next number,007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ""SA"" identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------------------------------------------------------------------------- Supplementary Conditions 00 73 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter?This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail 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 an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: 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 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 ------------------------------------------------------------------------------- ------------------------------------------------------------------------------- Supplementary Conditions 00 73 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 END OF GENERAL DECISION" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Turner I Ramirez Architects 361-994-8900 Jay Porterfield,AIA 361-946-6884 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AE P 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryLi n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 00 73 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description Refer to Submittal Register SC-25.12 RESUBMISSION REQUIREMENTS A. Pay for excessive review of Shop Drawings. 1. A maximum of two (2) design submittals per item is expected. If additional submittals are required due to contractor errors, such as incomplete, unclear, or unprofessional submission, these will be considered excessive. Any excess designer review fees incurred as a result will be passed on to the contractor at the rates shown below. 2. 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 below: Turner I Ramirez Architects—Professional Services Hourly Rates (2025-2026) Effective January 1, 2025 Principal $265.00/hr Senior Project Manager $215.00/hr Project Architect II/Interior Designer II $205.00/hr Project Architect I/Interior Designer I $195.00/hr Associate II $175.00/hr Associate I $165.00/hr Administrative $110.00/hr ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Refer to Submittal Register. SC-30.21 Notices. A. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 00 73 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 3/2023 CONFORMED BID SET 02/02/2026 011100 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. WHITECAP WASTEWATER TREATMENT PLANT OFFICE FACILITY:The facility will be a one-story structure with a pitched roof.The total footprint is approximately 5,953 gross square feet,which includes covered porch area. The enclosed conditioned space is approximately 5,223 gross square feet. The building will be designed as Risk Category IV—Essential Facility. Foundation is traditionally reinforced concrete slab on grade. Roof framing is steep-sloped pre-engineered light-gage metal trusses, bearing on reinforced concrete masonry unit exterior walls. Roof finish is synthetic Spanish roof tiles with adhesive sheet underlayment on plywood deck. Exterior wall finish is a combination of masonry veneer and exterior insulation and finish system (EIFS). Exterior openings are aluminum storefront windows and doors with hurricane impact-resistant glazing. Interior finishes include LVT, carpet, epoxy paint, ceramic tile, gypsum board and acoustical ceilings. Mechanical systems include direct expansion split system air conditioners, associated lighting, electrical and plumbing utilities. Site development includes concrete paving, site utilities, grading and minor asphalt patching. 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. None 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. Summary of Work 01 1100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 10/2018 CONFORMED BID SET 02/02/2026 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 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. None 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 01 1100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 10/2018 CONFORMED BID SET 02/02/2026 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. S. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 0172 00 GENERAL CONDITIONS. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. C. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 5/2020 CONFORMED BID SET 02/02/2026 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. C. The Bid Items described as"Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES A. Allowance 1—Unforeseen Building Conditions During Construction—Whitecap Wastewater Treatment Plant Office Facility: 1. The sum of$150,000.00 to be used for unforeseen building conditions during construction. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 Rev 5/2020 ATTACHMENT NO. 2 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT CONFORMED BID SET 02/02/2026 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 A. Bid Item A1—Storm Water Pollution Prevention 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. B. Bid Item A2—General Site Conditions: 1. Upon acceptance of the Bid Items above, the basis of payment will be determined by the percentage of completion of the scope of the bid item. Measurement and Basis for Payment 01 29 01- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. C. Bid Item A3—Temporary Facilities: 1. Upon acceptance of the Bid Items above, the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. D. Bid Item 131—Selective Demolition: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. E. Bid Item C1—Cast-in-Place Concrete, Reinforcing and Accessories—Structural: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. F. Bid Item D1—Unit Masonry and Reinforcement: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. G. Bid Item E1—Structural Steel, Metal Framing and Fabrications: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. H. Bid Item E2—Pre-engineered, Pre-fabricated Light Gage Steel Trusses: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. I. Bid Item F1—Rough Carpentry and Sheathing: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Measurement and Basis for Payment 01 29 01-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 J. Bid Item F2—Architectural Cabinets and Casework: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. K. Bid Item F3—Plastic Paneling (FRP1): 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. L. Bid Item G1—Insulation: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. M. Bid Item G2—Exterior Insulation and Finish System (EIFS): 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. N. Bid Item G3—Fluid Applied Air Barrier: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. O. Bid Item G4—Synthetic Roof Tiles: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. P. Bid Item G5—Sheet Metal, Flashing, and Accessories: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Q. Bid Item G6—Sealants: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. Measurement and Basis for Payment 01 29 01-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. R. Bid Item H1— Hollow Metal Door Frames: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. S. Bid Item H2— Flush Wood Doors: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. T. Bid Item H3—Access Doors and Frames: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. U. Bid Item H4—Aluminum Storefronts, Entrances and Glazing: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. V. Bid Item H5—Door Hardware 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. W. Bid Item H6— Fixed Louvers: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. X. Bid Item 11—Non-Structural Metal Framing and Gypsum Board: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Measurement and Basis for Payment 01 29 01-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 Y. Bid Item 12—Drywall Ceiling Grid Suspension System: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Z. Bid Item 13—STUCC (STO Powerwall Extraseal: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. AA. Bid Item 14—Ceramic Tiling: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. BB. Bid Item 15—Acoustical Panel Ceilings: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. CC. Bid Item 16— Resilient Base and Accessories: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. DD. Bid Item 17— Resilient Tile Flooring: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. EE. Bid Item 18— Resinous Flooring: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. FF. Bid Item 19—Tile Carpeting: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. Measurement and Basis for Payment 01 29 01-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. GG. Bid Item 110—Painting: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. HH. Bid Item 111—High Performance Coatings: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. 11. Bid Item J 1—Visual Display Units: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. JJ. Bid Item J2—Plaques, Dimensional Letters, and Room Identification Signage: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. KK. Bid Item J3—Plastic Toilet Compartments: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. ILL. Bid Item J4—Wall and Door Protection: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. MM.Bid Item J5—Toilet, Bath, and Laundry Accessories: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Measurement and Basis for Payment 01 29 01-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 NN. Bid Item J6— Fire Protection Cabinets and Extinguishers: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. 00. Bid Item J7— HDPE Lockers: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. PP. Bid Item K1—Laboratory Fume Hoods: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. QQ. Bid Item L1—Roller Window Shades: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. RR. Bid Item L2—Metal Laboratory Casework: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. SS. Bid Item L3—Epoxy Resin Countertops: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. TT. Bid Item L4—Solid Surfacing Countertops: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. UU. Bid Item M1—Mechanical Equipment: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. Measurement and Basis for Payment 01 29 01-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. VV. Bid Item M2—Ductwork: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. WW. Bid Item M3—Controls: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. XX. Bid Item M4—Electrical Switchgear/Panels, Raceways, Wiring and Devices: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. YY. Bid Item M5—Light Fixtures: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. ZZ. Bid Item M6—Natural Gas Generator/ATS: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. AAA. Bid Item M7—Site/Utility Ducts and Raceways: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. BBB.Bid Item M8—Plumbing Equipment/Fixtures: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Measurement and Basis for Payment 01 29 01-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 CCC.Bid Item M9—DWV/Water Piping: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. DDD. Bid Item M10— Natural Gas Piping: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. EEE. Bid Item M11—Adjusting and Balancing: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. FFF. Bid Item N1— Underground Ducts and Raceways: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. GGG. Bid Item N2— Backbone and Horizontal Cabling: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. HHH. Bid Item N3— Audio Visual Infrastructure: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. III. Bid Item N4— Electronic Security,Access Control, and Intrusion Detection: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. JJJ. Bid Item N5— Video Surveillance: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. Measurement and Basis for Payment 01 29 01-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. KKK.Bid Item N6— Fire Detection and Alarm System: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. LLL. Bid Item 01—Termite Control: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. MMM. Bid Item 02—Clearing, Grubbing, and Stripping, Excavation, Grading and Earthwork: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. NNN. Bid Item 03—Cement Stabilized Subgrade: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. 000. Bid Item 04—Concrete Pavement,Asphalt Pavement, Curb Gutter,Valley Gutter, Sidewalk, Driveway, and Pavement Markings: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. PPP.Bid Item P1—Site Waterlines, Fittings and Valves: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. QQQ. Bid Item P2— Fire Hydrants: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. Measurement and Basis for Payment 01 29 01- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 RRR.Bid Item P3—Site Sewer and Manholes: 1. Upon acceptance of the Bid Items above,the basis of payment will be determined by the percentage of completion of the scope of the bid item. 2. The unit of measure for the basis of payment for this bid item will be on a percentage basis of completion verified by the Architect. SSS. Bid Item R1- Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices,sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization. 2. Mobilization may not exceed 5 percent of the total Contract Price. All bid items included in the Contract Price other than Mobilization and Bonds and Insurance will be subtotaled and multiplied by 5 percent to determine if this requirement is met. 3. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. TTT. Bid Item R2—Bonds and Insurance (Maximum 2%): 1. Payment shall include all bonds and insurance required under the Contract Documents and not exceed 2%of the Bid Price. 2. Bonds and Insurance may not exceed 2 percent of the total Contract Price. All bid items included in the Contract Price other than Mobilization and Bonds and Insurance will be subtotaled and multiplied by 2 percent to determine if this requirement is met. 3. Measurement for payment will be made per lump sum on the following basis: When at least 5%of the adjusted contract amount for construction is earned, 100%of the Bonds and Insurance lump sum bid amount will be eligible for payment, minus retainage. 4. Payment for Bonds and Insurance will be based on the receipt of documentation of the actual costs. Contractor shall furnish satisfactory evidence of rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of the project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. Measurement and Basis for Payment 01 29 01- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 CONFORMED BID SET 02/02/2026 UUU. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO. 01,Attachment No. 2] Rev 5/2020 0133 01 Submittal Register CONFORMED BID SET 02/02/2026 Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 02 41 19 Selective Demolition 1.3 Shop Drawing 03 20 00 Concrete Reinforcement 1.4 Shop Drawing 03 30 00 Cast-in-Place Concrete 1.4 Shop Drawing Sample 04 23 00 Reinforced Unit Masonry 1.3 Shop Drawing 05 12 00 Structural Steel 1.5 Shop Drawing 05 40 00 Cold-Formed Metal Framing 1.3 Record Data 05 41 00 Pre-Engineered Pre-Fabricated Light Gauge Steel Trusses 1.4 Record Data 0&M Manual 05 41 00 Pre-Engineered Pre-Fabricated Light Gauge Steel Trusses 1.4 Shop Drawing 05 50 00 Metal Fabrications 1.3 Record Data 0&M Manual 05 50 00 Metal Fabrications 1.3 Shop Drawing 06 10 53 Miscellaneous Rough Carpentry 1.2 Record Data 06 16 00 Sheathing 1.2 Record Data 06 41 16 Plastic-Laminate-Clad Architectural Cabinets 1.2 Record Data Sample 0&M Manual 06 41 16 Plastic-Laminate-Clad Architectural Cabinets 1.2 Shop Drawing 06 64 00 Plastic Paneling FRP1 1.3 Record Data Sample O&M Manual 07 19 17 Anti-Graffit Coatings 1.2 Record Data 07 21 00 Thermal Insulation 1.2 Record Data 0&M Manual 07 21 19 Foamed-in-Place Closed Cell Insulation 1.2 Record Data 0&M Manual 07 24 19 Water-Drainage Exterior Insulation&Finish System 1.4 Record Data Sample 0&M Manual 07 24 19 Water-Drainage Exterior Insulation&Finish System 1.4 Shop Drawing 07 27 26 Fluid-Applied Air Barrier 1.7 Record Data Sample 0&M Manual 07 27 26 Fluid-Applied Air Barrier 1.7 Shop Drawing 07 31 00 Synthetic Roof Tiles 1.4 Record DataMmp0&M Manual 073100 S nthetic Roof Tiles 1.4 Sho Drawin076200 Sheet Metal Flashin and Trim 1.5 Record Data0&M Manual 076200 Sheet Metal Flashin and Trim 1.5 Sho Drawin079200 Joint Sealants 1.3 Record Data0&M Manual 08 11 13 Hollow Metal Doors and Frames 1.2 Record Data 08 11 13 Hollow Metal Doors and Frames 1.2 Shop Drawing 08 14 16 Flush Wood Doors 1.2 Record Data 0&M Manual 08 14 16 Flush Wood Doors 1.2 Shop Drawing 08 31 13 Access Doors and Frames 1.2 Record Data 08 41 13 Aluminum-Framed Entrances&Storefronts 1.3 Record Data Sample 0&M Manual 08 41 13 Aluminum-Framed Entrances&Storefronts 1.3 Shop Drawing 08 80 00 Glazing 1.3 Record Data Sample 0&M Manual 08 80 00 Glazing 1.3 Shop Drawing 08 91 19 Fixed Louvers 1.2 Record Data Sample O&M Manual 08 91 19 Fixed Louvers 1.2 Shop Drawing 09 22 16 Non-Structural Metal Framing 1.3 Record Data 09 22 26.23 Drywall Ceiling Grid Suspension Systems 1.2 Record Data 09 24 23 STUCCO(STO Powerwall Extraseal 1.07 Record Data Sample 09 24 23 STUCCO(STO Powerwall Extraseal 1.07 Shop Drawing 09 29 00 Gypsum Board 1.2 Record Data Sample 09 30 13 Ceramic Tile 1.2 Record Data Sample 09 30 13 Ceramic Tile 1.2 Mockup 09 51 13 JAcoustical Panel Ceilings 1.2 Record Data Sample 0&M Manual 09 65 13 Resilient Base and Accessories 1.2 Record Data Sample 09 65 19 1 Resilient Tile Flooring 1.2 Record Data Sample 0&M Manual Submittal Register 01 33 01-1 Whitecap Wastewater Treatment Plant Office Facility-22156 10/2018 CONFORMED BID SET 02/02/2026 Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 09 67 23 Resinous Flooring 1.02 Record Data Sample 09 68 13 Tile Carpeting 1.02 Record Data Sample O&M Manual 09 91 13 Painting 1.4 Record Data Sample 09 96 00 High-Performance Coatings(Epoxy) 1.3 Record Data Sample 09 96 00 High-Performance Coatings(Epoxy) 1.4 Mockup 10 11 00 Visual Display Units 1.2 Record Data Sample O&M Manual 10 11 00 Visual Display Units 1.2 Shop Drawing Mockup 10 14 16 IPlaques 1.2 Record Data Sample O&M Manual 10 14 19 Dimensional Letter Si na e 1.2 Record Data Sample 0&M Manual 10 14 23.16 Room Identification Panel Si na a 1.2 Record Data Sample O&M Manual 10 14 23.16 Room Identification Panel Si na a 1.2 Shop Drawing 10 21 13.19 Plastic Toilet Compartments 1.02 Record Data Sample 10 21 13.19 Plastic Toilet Compartments 1.02 Shop Drawing 10 26 00 Wall Corner Protection 1.3 Record Data Sample 0&M Manual 10 28 00 Toilet Bath and Laundry Accessories 1.2 Record Data Sample 0&M Manual 10 44 00 Fire Protection Specialities 1.2 Record Data 0&M Manual 10 44 00 Fire Protection Specialities 1.2 Shop Drawing 10 51 26 HDPE Lockers 1.04 Record Data Sample 10 51 26 HDPE Lockers 1.04 Shop Drawing 1153 13 Laboratory Ducted Fume Hoods 1.05 Record Data Sample 1153 13 Laboratory Ducted Fume Hoods 1.05 Shop Drawing 12 24 13 Roller Window Shades 1.2 Record Data Sample 0&M Manual 12 36 53 Epoxy Resin Countertops 1.03 Record Data Sample 12 36 53 Epoxy Resin Countertops 1.03 Shop Drawin 12 36 61.16 Solid Surface Countertops 1.2 Record Data Sample 12 36 61.16 Solid Surface Countertops 1.2 Shop Drawing Division 22 Specifications Record Data 0&M Manual Shop Drawing Division23 Specifications Record Data 0&M Manual Shop Drawing Division 26 Specifications Record Data 0&M Manual Shop Drawing 31 31 16 Termite Control 1.2 Record Data 0&M Manual CONFORMED BID SET 02/02/2026 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. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 0150 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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. 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 10 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. 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. Temporary Facilities and Controls 0150 00-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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. 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. Temporary Facilities and Controls 0150 00-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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 0150 00-4 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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 as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 0157 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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. 1.05 PERMITS A. As applicable, 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 (NOI) 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 as applicable to the nature of the work and the total disturbed area: 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 Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Temporary Controls 0157 00-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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 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 Temporary Controls 0157 00-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 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—NOT APPLICABLE A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 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. Temporary Controls 0157 00-4 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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]. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor'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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor 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— NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER—NOT APPLICABLE 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 Temporary Controls 0157 00-5 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 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 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater 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 the current version of the International Building Code (IBC). When applicable, 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. 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 0157 00-6 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 Rev 8/2019 CONFORMED BID SET 02/02/2026 SECTION 0125 00-SUBSTITUTION PROCEDURES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 0123 10"Alternates and Allowances"for products selected under an alternate or under an allowance. 2. Section 0160 00 "Product Requirements"for requirements for submitting comparable product submittals for products by listed manufacturers. 1.03 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required to meet other Project requirements but may offer advantage to Contractor or Owner. 1.04 ACTION SUBMITTALS A. Substitution Requests: Submit documentation identifying product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use "Substitution Request" form provided by Architect. 2. Documentation:Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation method cannot be provided, if applicable. b. Coordination of information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. SUBSTITUTION PROCEDURES 01 25 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Detailed comparison of significant qualities of proposed substitutions with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes, such as performance, weight, size, durability,visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples,where applicable or requested. f. Certificates and qualification data,where applicable or requested. g. List of similar installations for completed projects, with project names and addresses as well as names and addresses of architects and owners. h. Material test reports from a qualified testing agency, indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC-ES. j. Detailed comparison of Contractor's construction schedule using proposed substitutions with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. I. Contractor's certification that proposed substitution complies with requirements in the Contract Documents, except as indicated in substitution request, is compatible with related materials and is appropriate for applications indicated. M. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. SUBSTITUTION PROCEDURES 01 25 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.06 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. 1.07 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. C. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 0125 00 SUBSTITUTION PROCEDURES 01 25 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0126 00- CONTRACT MODIFICATION PROCEDURES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section 0125 00 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 2. Section 013100 "Project Management and Coordination" for requirements for forms for contract modifications provided as part of web-based Project management software. 1.03 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested,furnish survey data to substantiate quantities. b. Indicate applicable taxes,delivery charges,equipment rental,and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times,and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. CONTRACT MODIFICATION PROCEDURES 01 26 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 0125 00 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.04 ADMINISTRATIVE CHANGE ORDERS A. Allowance Adjustment: See Section 01 21 00 "Allowances" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect actual costs of allowances. 1.05 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Change Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.06 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. CONTRACT MODIFICATION PROCEDURES 01 26 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 0126 00 CONTRACT MODIFICATION PROCEDURES 01 26 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project, including, but not limited to, the following: 1. General coordination procedures. 2. Coordination drawings. 3. RFIs. 4. Digital project management procedures. 5. Web-based Project management software package. 6. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 01 32 00 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section 01 73 00 "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 3. Section 0177 00 "Closeout Procedures"for coordinating closeout of the Contract. 1.03 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, telephone number, and email address of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project PROJECT MANAGEMENT AND COORDINATION 013100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 site. Identify individuals and their duties and responsibilities; list addresses, cellular telephone numbers, and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1.04 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results, where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and scheduled activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to,the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 1.05 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely indicated on Shop Drawings, where limited space availability necessitates coordination, or if coordination is PROJECT MANAGEMENT AND COORDINATION 013100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Coordinate the addition of trade-specific information to coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. C. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves, and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternative sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire-protection, fire-alarm, and electrical Work. Show locations of visible ceiling-mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within plenums to accommodate layout of light fixtures and other components indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms, showing plans and elevations of mechanical, plumbing, fire-protection, fire-alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. PROJECT MANAGEMENT AND COORDINATION 013100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications,sleeves,anchor bolts, bearing plates,angles,door floor closers,slab depressions for floor finishes,curbs and housekeeping pads,and similar items. 6. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation, bracing, flanges, and support systems. b. Dimensions of major components,such as dampers,valves,diffusers,access doors, cleanouts and electrical distribution equipment. C. Fire-rated enclosures around ductwork. 7. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inches in diameter and larger. b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire- alarm locations. C. Panel board,switchboard,switchgear,transformer,busway,generator,and motor- control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. 8. Fire-Protection System: Show the following: a. Locations of standpipes, mains piping, branch lines, pipe drops, and sprinkler heads. 9. Review:Architect will review coordination drawings to confirm that, in general,the Work is being coordinated, but not for the details of the coordination, which are Contractor's responsibility. If Architect determines that coordination drawings are not being prepared in sufficient scope or detail,or are otherwise deficient,Architect will so inform Contractor, who shall make suitable modifications and resubmit. 10. Coordination Drawing Prints: Prepare coordination drawing prints according to requirements in Section 0133 00 "Submittal Procedures." C. Coordination Drawing Process: Prepare coordination drawings in the following manner: 1. Schedule submittal and review of Fire Sprinkler, Plumbing, HVAC, and Electrical Shop Drawings to make required changes prior to preparation of coordination drawings. 2. Commence routing of coordination drawing files with HVAC Installer, who will provide drawing plan files denoting approved ductwork. HVAC Installer will locate ductwork and piping on a single layer, using orange color. Forward drawings to Plumbing Installer. 3. Plumbing Installer will locate plumbing and equipment on a single layer, using blue color. 4. Fire Sprinkler Installer will locate piping and equipment, using red color. Fire Sprinkler Installer shall forward drawing files to Electrical Installer. PROJECT MANAGEMENT AND COORDINATION 013100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Electrical Installer will indicate service and feeder conduit runs and equipment in green color. Electrical Installer shall forward drawing files to Communications and Electronic Safety and Security Installer. 6. Communications and Electronic Safety and Security Installer will indicate cable trays and cabling runs and equipment in purple color. Communications and Electronic Safety and Security Installer shall forward completed drawing files to Contractor. 7. Contractor shall perform the final coordination review. As each coordination drawing is completed, Contractor will meet with Architect to review and resolve conflicts on the coordination drawings. D. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: a. Same digital data software program, version, and operating system as original Drawings. 2. File Submittal Format: Submit or post coordination drawing files using PDF format. 3. Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Digital data files will be provided in the software and format that is used to prepare the Contract Documents.Translations to different programs or modifications to the drawing setup will be the responsibility of the Contractor. C. Contractor shall execute a data licensing agreement in the form of Agreement included in this Project Manual. 1.06 REQUEST FOR INFORMATION (RFI) A. General: Immediately on discovery of the need for additional information, clarification, or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return without response those RFIs submitted to Architect by other entities controlled by Contractor. 2. Coordinate and submit RFIs in a prompt manner to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Owner name. PROJECT MANAGEMENT AND COORDINATION 013100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Owner's Project number. 4. Name of Architect. 5. Architect's Project number. 6. Date. 7. Name of Contractor. 8. RFI number, numbered sequentially. 9. RFI subject. 10. Specification Section number and title and related paragraphs, as appropriate. 11. Drawing number and detail references, as appropriate. 12. Field dimensions and conditions, as appropriate. 13. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 14. Contractor's signature. 15. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings,coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions,thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. Architect's Action:Architect will review each RFI,determine action required,and respond.Allow seven days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt by Architect of additional information. PROJECT MANAGEMENT AND COORDINATION 013100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 0126 00 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 5 days of receipt of the RFI response. D. RFI Log: Prepare, maintain,and submit a tabular log of RFIs organized by the RFI number.Submit log weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number, including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.07 DIGITAL PROJECT MANAGEMENT PROCEDURES A• Web-Based Project Management Software Package: Refer to Section 00 72 00-General Conditions,Article 2.03. 1. Web-based Project management software includes, at a minimum, the following features: a. Compilation of Project data, including Contractor, subcontractors, Architect, Architect's consultants, Owner, and other entities involved in Project. Include names of individuals and contact information. b. Access control for each entity for each workflow process, to determine entity's digital rights to create, modify, view, and print documents. C. Document workflow planning, allowing customization of workflow between project entities. d. Creation, logging,tracking,and notification for Project communications required in other Specification Sections, including, but not limited to, RFIs, submittals, Minor Changes in the Work, Construction Change Directives, and Change Orders. PROJECT MANAGEMENT AND COORDINATION 013100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 e. Track status of each Project communication in real time, and log time and date when responses are provided. f. Procedures for handling PDFs or similar file formats, allowing markups by each entity. Provide security features to lock markups against changes once submitted. g. Processing and tracking of payment applications. h. Processing and tracking of contract modifications. i. Creating and distributing meeting minutes. j. Document management for Drawings, Specifications, and coordination drawings, including revision control. k. Management of construction progress photographs. I. Mobile device compatibility, including smartphones and tablets. 2. Provide up to seven Project management software user licenses for use of Owner, Architect, and Architect's consultants. Provide eight hours of software training at Architect's office for web-based Project software users. 3. At completion of Project, provide digital archive in format that is readable by common desktop software applications in format acceptable to Architect. Provide data in locked format to prevent further changes. B. PDF Document Preparation: Where PDFs are required to be submitted to Architect, prepare as follows: 1. Assemble complete submittal package into a single indexed file, incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. 3. Certifications: Where digitally submitted certificates and certifications are required, provide a digital signature with digital certificate on where indicated. 1.08 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times a minimum of seven days prior to meeting. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. 4. Notification: Inform participants three days prior to meetings not regularly scheduled. PROJECT MANAGEMENT AND COORDINATION 013100-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Responsibilities and personnel assignments. b. Tentative construction schedule. C. Phasing. d. Critical work sequencing and long lead items. e. Designation of key personnel and their duties. f. Lines of communications. g. Procedures for processing field decisions and Change Orders. h. Procedures for RFIs. i. Procedures for processing Submittals. j. Procedures for processing substitution requests. k. Procedures for processing field decisions, proposal requests and Change Orders. I. Procedures for testing and inspecting. M. Procedures for processing Applications for Payment. n. Distribution of the Contract Documents. o. Procedures for moisture and mold control. P. Procedures for disruptions and shutdowns. q. Construction waste management and recycling. r. Office,work and storage areas. S. Preparation of Record Documents. t. Use of the premises. U. Work restrictions. V. Working hours. W. Owner's occupancy requirements. X. Responsibility for temporary facilities and controls. Y. Procedures for moisture and mold control. PROJECT MANAGEMENT AND COORDINATION 013100-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Z. Procedures for disruptions and shutdowns. aa. Construction waste management and recycling. bb. Office,work, and storage areas. cc. Equipment deliveries and priorities. dd. First aid. ee. Security. ff. Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity when required by other Sections and when required for coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. For exterior installations that require TDI Certification, include the TDI Inspector. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Review of mockups. i. Possible conflicts. j. Compatibility requirements. k. Time schedules. I. Weather limitations. M. Manufacturer's written instructions. n. Warranty requirements. o. Compatibility of materials. PROJECT MANAGEMENT AND COORDINATION 01 31 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 P. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. S. Regulations of authorities having jurisdiction. t. TDI Certification requirements. U. Testing and inspecting requirements. V. Installation procedures. W. Coordination with other work. X. Required performance results. Y. Protection of adjacent work. Z. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 30 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Owner's Commissioning Authority, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of Record Documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Procedures for completing and archiving web-based Project software site data files. d. Submittal of written warranties. PROJECT MANAGEMENT AND COORDINATION 01 31 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 e. Requirements for preparing operations and maintenance data. f. Requirements for delivery of material samples, attic stock, and spare parts. g. Requirements for demonstration and training. h. Preparation of Contractor's punch list. i. Procedures for processing Applications for Payment at Substantial Completion and for final payment. j. Submittal procedures for closeout documents. k. Coordination of separate contracts. I. Owner's partial occupancy requirements. M. Installation of Owner's furniture,fixtures, and equipment. n. Responsibility for removing temporary facilities and controls. E. Progress Meetings: Contractor will conduct progress meetings at weekly intervals. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner, Owner's Commissioning Authority and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning,coordination,or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time,ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Resolution of BIM component conflicts. 4) Status of submittals. 5) Deliveries. 6) Off-site fabrication. PROJECT MANAGEMENT AND COORDINATION 01 31 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7) Access. 8) Site use. 9) Temporary facilities and controls. 10) Work hours. 11) Hazards and risks. 12) Progress cleaning. 13) Quality and work standards. 14) Status of correction of deficient items. 15) Field observations. 16) Status of RFIs. 17) Status of Proposal Requests. 18) Pending changes. 19) Status of Change Orders. 20) Pending claims and disputes. 21) Documentation of information for payment requests. 22) Testing and inspection requirements. 23) Other business relating to the Work. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. Include a brief summary, in narrative form, of the progress since the previous meeting and report. a. Schedule Updating: Contractor shall revise the construction schedule after each progress meeting,where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. F. Coordination Meetings: Contractor will conduct Project coordination meetings at regular intervals corresponding to the Work that needs to be coordinated. Project coordination meetings are in addition to specific meetings held for other purposes,such as progress meetings and preinstallation conferences. 1. Attendees: In addition to representatives of Owner, Owner's Commissioning Authority and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning,coordination,or performance of future activities shall be represented at these meetings. All participants at the meetings shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. PROJECT MANAGEMENT AND COORDINATION 01 31 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to combined Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Schedule Updating: Revise combined Contractor's construction schedule after each coordination meeting, where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. C. Review present and future needs of each contractor present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Resolution of BIM component conflicts. 4) Status of submittals. 5) Deliveries. 6) Off-site fabrication. 7) Access. 8) Site use. 9) Temporary facilities and controls. 10) Work hours. 11) Hazards and risks. 12) Progress cleaning. 13) Quality and work standards. 14) Status of RFIs. 15) Proposal Requests. 16) Change Orders. 17) Pending changes. 3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 01 31 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0132 00- CONSTRUCTION PROGRESS DOCUMENTATION PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's Construction Schedule. 3. Construction schedule updating reports. 4. Daily construction reports. 5. Material location reports. 6. Site condition reports. 7. Special reports. B. Related Requirements: 1. Section 01 29 01 "Measurement and Basis for Payment" for schedule of values and requirements for use of cost-loaded schedule for Applications for Payment. 2. Section 0140 00"Quality Requirements" for schedule of tests and inspections 1.03 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction Project.Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the schedule of values for completing an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum. C. CPM: Critical path method,which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine the critical path of Project and when activities can be performed. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. E. Event: The starting or ending point of an activity. F. Float:The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Resource Loading: The allocation of manpower and equipment necessary for completing an activity as scheduled. 1.04 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file. 2. PDF file. B. Startup construction schedule. 1. Submittal of cost-loaded startup construction schedule will not constitute approval of schedule of values for cost-loaded activities. C. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working digital copy of schedule, using software indicated, and labeled to comply with requirements for submittals. D. Construction Schedule Updating Reports: Submit with Applications for Payment. E. Daily Construction Reports: Submit at weekly intervals. F. Material Location Reports: Submit at weekly intervals. G. Site Condition Reports: Submit at time of discovery of differing conditions. H. Unusual Event Reports: Submit at time of unusual event. 1.05 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Coordinate Contractor's Construction Schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities, and schedule them in proper sequence. 3. Coordinate Contractor's construction schedule with the Owner's construction schedule for Owner's own forces. Revise Contractor's construction schedule, if necessary, after a joint review and mutual agreement. The construction schedule shall then constitute the schedule to be used by the Contractor, separate contractors and Owner until subsequently revised. 1.06 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting, using CPM scheduling. 1. In-House Option: Owner may waive requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. C. Activities: Treat each floor or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for all long lead-time items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with submittal schedule. 4. Startup and Testing Time: Include no fewer than 15 days for startup and testing. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and Final Completion. 7. Demonstration and Training: Training of Owner's personnel as indicated in Section 017700 "Closeout Procedures." D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Work under More Than One Contract: Include a separate activity for each contract. 3. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use-of-premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to,the following: a. Subcontract awards. b. Submittals. C. Purchases. d. Mockups. e. Fabrication. f. Sample testing. g. Deliveries. h. Installation. i. Tests and inspections. j. Adjusting. k. Curing. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 I. Building flush-out. M. Startup and placement into final use and operation. S. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Temporary enclosure and space conditioning. C. Permanent space enclosure. d. Completion of mechanical installation. e. Completion of electrical installation. f. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to,the Notice to Proceed, Substantial Completion, and Final Completion. F. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. 1. See Section 012900 "Payment Procedures"for cost reporting and payment procedures. G. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and the Contract Time. H. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Final Completion percentage for each activity. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Notify Owner, Construction Project Manager and Architect a minimum of one week prior to issuance of updated schedule of all anticipated significant revisions to the Construction Schedule. I. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, equipment required to achieve compliance, and date by which recovery will be accomplished. J. Distribution: Distribute copies of approved schedule to Architect Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post electronic copies of the updated project schedule on the project website. 2. Post copies in Project meeting rooms and temporary field offices. 3. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. 1.07 CPM SCHEDULE REQUIREMENTS A. Prepare network diagrams using AON (activity-on-node)format. B. Startup Network Diagram: Submit diagram within 14 days of the date established for the Notice to Proceed. Outline significant construction activities for the first 90 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. C. CPM Schedule: Prepare Contractor's Construction Schedule using a time-scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule,so it can be accepted for use no later than 30 days after date established for the Notice to Proceed. a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates, regardless of Architect's approval of the schedule. 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule to coordinate with the Contract Time. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration,sequence requirements,and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. C. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Work by Owner that may affect or be affected by Contractor's activities. i. Testing and inspection. j. Commissioning. k. Punch list and Final Completion. I. Activities occurring following Final Completion. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates.Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Subnetworks on separate sheets are permissible for activities clearly off the critical path. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall Project schedule. F. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight"early start-total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Main events of activity. 4. Immediately preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of values). G. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. 1.08 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Testing and inspection. 8. Accidents. 9. Meetings and significant decisions. 10. Unusual events. 11. Stoppages, delays, shortages, and losses. CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 12. Meter readings and similar recordings. 13. Emergency procedures. 14. Orders and requests of authorities having jurisdiction. 15. Change Orders received and implemented. 16. Construction Change Directives received and implemented. 17. Services connected and disconnected. 18. Equipment or system tests and startups. 19. Partial completions and occupancies. 20. Substantial Completions authorized. B. Material Location Reports: At weekly intervals, prepare and submit a comprehensive list of materials delivered to and stored on the Project site. List shall be cumulative,showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. Indicate the following categories for stored materials: 1. Material stored prior to previous report and remaining in storage. 2. Material stored prior to previous report and since removed from storage and installed. 3. Material stored following previous report and remaining in storage. C. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. D. Unusual Event Reports:When an event of an unusual and significant nature occurs at the Project site,whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, responses by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. 1. Submit unusual event reports directly to Owner within one day(s) of an occurrence. Distribute copies of report to parties affected by the occurrence. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 0132 00 CONSTRUCTION PROGRESS DOCUMENTATION 0132 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0133 00-SUBMITTAL PROCEDURES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. B. Related Requirements: 1. Section 0129 01 "Measurement and Basis for Payment" for submitting Applications for Payment and the schedule of values. 2. Section 01 31 00 "Project Management and Coordination" for submitting coordination drawings and subcontract list and for requirements for web-based Project software. 3. Section 01 32 00 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 4. Section 01 32 33 "Photographic Documentation" for submitting preconstruction photographs, periodic construction photographs, and Final Completion construction photographs. 5. Section 0140 00 "Quality Requirements" for submitting test and inspection reports, and schedule of tests and inspections. 6. Section 01 77 00 "Closeout Procedures" for submitting closeout submittals and maintenance material submittals. 1.03 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. SUBMITTAL PROCEDURES 0133 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 A FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format(PDF):An open standard file format licensed by Adobe Systems used for representing documents in a device-independent and display resolution-independent fixed- layout document format. 1.04 SUBMITTAL SCHEDULE A. Submittal Schedule:Submit,as an action submittal,a list of submittals,arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal Schedule: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal Schedule: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule as required to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal Category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled dates for purchasing. h. Scheduled date of fabrication. i. Scheduled dates for installation. j. Activity or event number. 5. Architect reserves the right to withhold 10 percent of each payment request, in addition to retainage fee, if any, until the submittal schedule is received and accepted by the Architect. SUBMITTAL PROCEDURES 0133 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic copies of Drawings of the Contract Drawings and Project Manual will not be provided by Architect. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all Action and Informational submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. a. Exception:Where samples for initial selection and samples for verification are both required, submit samples for verification after initial selection has been returned by Architect. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal.The Architect will document on submittal the date and time of receipt. Submittals received by the Architect after 1:00 p.m. will be considered as received the following working day. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. Delaying submittals to facilitate coordination between submittals shall not constitute a delay of the Work nor shall it be the basis for an extension of time. 2. Sequential Review: Sequential review is a submittal that requires review by more than one design discipline. Where sequential review of submittals by Architect's consultants, Owner, or other parties is indicated, allow 15 days for initial review of each submittal. 3. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 15 days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. SUBMITTAL PROCEDURES 0133 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Allow 15 days for review of each resubmittal. D. Paper Submittals: Place a permanent label ortitle block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information for processing and recording action taken: a. Project Name. b. Date. C. Name of Architect. d. Name of Contractor. e. Name of Subcontractor. f. Name of Supplier. g. Name of Manufacturer. h. Unique identifier, including revision number. Submittals shall be numbered with the Section number, followed by a dash, followed by a three-digit number, followed by a dash, and ending in a sequential submission number as indicated below.The numbering system shall be retained throughout all revisions. 1) Section Number: Section number where submittal is specified. 2) Two-digit Number: Sequential number, beginning with "01," for each submittal transmitted to Architect for each Section. 3) Submission Number: Use ".0" for initial submittal, ".1" for first resubmittal, ".2"for second resubmittal, and so forth. 4) Three-Digit Number: Sequential number, beginning with (001), for each submittal issued to Architect chronologically. a) Example: 061000.01.0 - (001) - (Section 061000, first submission of the Section, initial submittal). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. I. Other necessary identification. 4. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Architect or Construction Project Manager observe noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. a. Submit one copy of the submittal to concurrent reviewer in addition to specified number of copies to Architect and Construction Project Manager. SUBMITTAL PROCEDURES 0133 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Transmittal for Paper Submittals:Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will discard submittals received from sources other than Contractor. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. a. Unique identifier, including revision number. Submittals shall be numbered with the Section number, followed by a dash, followed by a three-digit number, followed by a dash, and ending in a sequential submission number as indicated below.The numbering system shall be retained throughout all revisions. 1) Section Number: Section number where submittal is specified. 2) Two-digit Number: Sequential number, beginning with "01," for each submittal transmitted to Architect for each Section. 3) Submission Number: Use ".0" for initial submittal, ".1" for first resubmittal, ".2"for second resubmittal, and so forth. 4) Three-Digit Number: Sequential number, beginning with (001), for each submittal issued to Architect chronologically. a) Example: 061000.01.0 - (001) - (Section 061000, first submission of the Section, initial submittal). b) Example:061000.01.1-(001.111)-(Section 061000,first submission of the Section, first resubmittal, third submittal issued in chronological order, but Resubmittal). c) Example: 055000.01.0 - (020) - (Section 055000, first submission of the Section,twentieth submittal issued in chronological order). d) Example: 055000.07.0 - (030) - (Section 055000, seventh submission of the Section, thirtieth submittal issued in chronological order, but Resubmittal). e) Example: 055000.07.1 - (030.R1) - (Section 055000, seventh submission of the Section,first resubmittal,fiftieth submittal issued in chronological order, but Resubmittal). 2. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 3. Scanned Copies: Legible scanned PDF files of paper originals are acceptable. Scanned submittals that are not legible will be rejected. 4. Sheet Orientation: Orient PDF sheets to a "Ready-to-Read" orientation with majority of text horizontal to the sheet with no additional adjustments or formatting required by the viewer. SUBMITTAL PROCEDURES 0133 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. File Security: Do not set any permissions on the file. Protected documents will not be accepted. 6. Transmittal Form for Electronic Submittals: Use software-generated form from electronic project management software. 7. Metadata: Include the following information in the electronic submittal file metadata: a. Title: Project title. b. Author: Contractor's name. C. Subject: Submittal type (product data, shop drawing, report, etc.) d. Keywords: Number and title of appropriate Specification Section; manufacturer name; product name/model number. 8. File Size: Limit file size of each submittal as follows. Break larger PDF files into multiple packages where necessary to meet delivery restrictions. Identify split packages as"1 of#" and "2 of#" in the subject line. a. Email Delivery: 2 Megabytes. b. FTP Delivery: 100 Megabytes. F. Options: Identify options requiring selection by Architect. G. Deviations and Additional Information: On an attached separate document, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include the same identification information as related submittal. H. Resubmittals: Make resubmittals in the same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are stamped with Architect's action stamp marker "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED," and Project Manager's approval notation. 4. Costs of compensation for Architect's additional services and expenses made necessary for review of submittals exceeding the limits set forth below shall be at the Contractor's expense. a. Reviews of Each Submittal:Two, including initial review. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. SUBMITTAL PROCEDURES 0133 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals with Architect's action stamp marked "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS AS NOTED." K. The Contractor shall perform no portion of the Work for which the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been reviewed by the Architect and returned to Contractor with Architect's action stamp marked "NO EXCEPTIONS TAKEN"or"MAKE CORRECTIONS AS NOTED." PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 0133 00 SUBMITTAL PROCEDURES 0133 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0140 00- QUALITY REQUIREMENTS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspection services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and quality-control requirements for individual work results are specified in their respective Specification Sections. Requirements in individual Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and quality-control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and quality-control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Requirements: 1. Section 0123 10 "Alternates and Allowances" for testing and inspection allowances. 1.03 DEFINITIONS A. Experienced: When used with an entity or individual, "experienced," unless otherwise further described, means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. B. Field Quality-Control Tests and Inspections:Tests and inspections that are performed on-site for installation of the Work and for completed Work. C. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee,subcontractor,or sub-subcontractor,to perform a particular construction operation, including installation, erection, application, assembly, and similar operations. 1. Use of trade-specific terminology in referring to a Work result does not require that certain construction activities specified apply exclusively to specific trade(s). QUALITY REQUIREMENTS 0140 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Mockups: Physical assemblies of portions of the Work constructed to establish the standard by which the Work will be judged. Mockups are not Samples. 1. Mockups are used for one or more of the following: a. Verify selections made under Sample submittals. b. Demonstrate aesthetic effects. C. Demonstrate the qualities of products and workmanship. d. Demonstrate successful installation of interfaces between components and systems. e. Perform preconstruction testing to determine system performance. 2. Product Mockups: Mockups that may include multiple products, materials, or systems specified in a single section. 3. In-Place Mockups: Mockups constructed on-site in their actual final location as part of permanent construction. E. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. Unless otherwise indicated, copies of reports of tests or inspections performed for other than the Project do not meet this definition. F. Product Tests: Tests and inspections that are performed by a nationally recognized testing laboratory(NRTL)according to 29 CFR 1910.7, by a testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program (NVLAP), or by a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction,to establish product performance and compliance with specified requirements. G. Source Quality-Control Tests and Inspections: Tests and inspections that are performed at the source (e.g., plant, mill,factory, or shop). H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. The term "testing laboratory" has the same meaning as the term "testing agency." I. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work,to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. J. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work, to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Contractor's quality-control services do not include contract administration activities performed by Architect. 1.04 DELEGATED DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. QUALITY REQUIREMENTS 0140 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. If the criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated Design Services Statement: Submit a statement signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. 1.05 CONFLICTING REQUIREMENTS A. Conflicting Standards and Other Requirements: If compliance with two or more standards or requirements is specified and the standards or requirements establish different or conflicting requirements for minimum quantities or quality levels, inform the Architect regarding the conflict and obtain clarification prior to proceeding with the Work. Refer conflicting requirements that are different, but apparently equal, to Architect for clarification before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified is the minimum provided or performed.The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits.To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.06 ACTION SUBMITTALS A. Mockup Shop Drawings: 1. Include plans, sections, elevations, and details, indicating materials and size of mockup construction. 2. Indicate manufacturer and model number of individual components. 3. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.07 INFORMATIONAL SUBMITTALS A. Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities. B. Qualification Data: For Contractor's quality-control personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility submitted to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system, or component listed in the Statement of Special Inspections. QUALITY REQUIREMENTS 0140 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Primary wind-force-resisting system or a wind-resisting component listed in the Statement of Special Inspections. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. F. Reports: Prepare and submit certified written reports and documents as specified. G. Permits, Licenses, and Certificates: For Owner's record, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents established for compliance with standards and regulations bearing on performance of the Work. 1.08 CONTRACTOR'S QUALITY-CONTROL PLAN A. Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions,tests, records, and forms to be used to carry out Contractor's quality-assurance and quality-control responsibilities and to coordinate Owner's quality-assurance and quality-control activities. Coordinate with Contractor's Construction Schedule. B. Quality-Control Personnel Qualifications: Engage qualified personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project. 1. Project quality-control manager may have other Project responsibilities but may not also serve as Project Superintendent. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. QUALITY REQUIREMENTS 0140 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following: 1. Contractor-performed tests and inspections, including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor-elected tests and inspections. Distinguish source quality-control tests and inspections from field quality- control tests and inspections. 2. Special inspections required by authorities having jurisdiction and indicated on the Statement of Special Inspections. 3. Owner-performed tests and inspections indicated in the Contract Documents, including tests and inspections indicated to be performed by Commissioning Authority. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring the Work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports, including log of approved and rejected results. Include Work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming Work into compliance with requirements. Comply with requirements of authorities having jurisdiction. 1.09 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address,telephone number, and email address of testing agency. 4. Dates and locations of samples and tests or inspections. S. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample-taking and testing and inspection. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. QUALITY REQUIREMENTS 0140 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name,address,telephone number, and email address of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement of whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement of whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. 1.10 QUALITY ASSURANCE A. Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance,as well as sufficient production capacity to produce the required units.As applicable, procure products from manufacturers able to meet qualification requirements, warranty requirements, and technical or factory-authorized service representative requirements. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce the required units. QUALITY REQUIREMENTS 0140 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Installer Qualifications: A firm or individual experienced in installing, erecting, applying, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications:A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system,assembly,or product that is similar in material,design,and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities be performed by entities who are recognized experts in those operations. Specialists will satisfy qualification requirements indicated and engage in the activities indicated. 1. Requirements of authorities having jurisdiction supersede requirements for specialists. G. Testing and Inspecting Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspection indicated, as documented in accordance with ASTM E329, and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material,design,and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect, demonstrate, repair, and perform service on installations of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods,comply with the following Contractor's responsibilities, including the following: 1. Provide test specimens representative of proposed products and construction. 2. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. 3. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. 4. Build site-assembled test assemblies and mockups, using installers who will perform the same tasks for Project. 5. When testing is complete, remove test specimens and test assemblies, and mockups; do not reuse products on Project. QUALITY REQUIREMENTS 0140 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Testing Agency Responsibilities:Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect,with copy to Contractor. Interpret tests and inspections, and state in each report whether tested and inspected Work complies with or deviates from the Contract Documents. K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups of size indicated. 2. Build mockups in location indicated or, if not indicated, as directed by Architect. 3. Notify the Architect seven days in advance of dates and times when mockups will be constructed. 4. Employ supervisory personnel who will oversee mockup construction. Employ workers who will be employed to perform the same tasks during the construction of the Project. 5. Demonstrate the proposed range of aesthetic effects and workmanship. 6. Obtain Architect's approval of mockups before starting corresponding Work, fabrication, or construction. a. Allow seven days for initial review and each re-review of each mockup. 7. Promptly correct unsatisfactory conditions noted by Architect's preliminary review,to the satisfaction of the Architect, before completion of final mockup. 8. Approval of mockups by the Architect does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 9. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 10. Demolish and remove mockups when directed unless otherwise indicated. 1.11 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspection they are engaged to perform. 2. Payment for these services will be made from testing and inspection allowances specified in Section 012100 "Allowances," as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by Work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. QUALITY REQUIREMENTS 0140 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities, whether specified or not, to verify and document that the Work complies with requirements. 1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction,whether specified or not. 2. Engage a qualified testing agency to perform quality-control services. a. Contractor will not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspection will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspection requested by the Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they are so directed. C. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Architect, Commissioning Authority and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify the Architect, Commissioning Authority, and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the locations from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections, and state in each report whether tested and inspected Work complies with or deviates from requirements. 4. Submit a certified written report,in duplicate,of each test,inspection,and similar quality- control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform duties of Contractor. E. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." QUALITY REQUIREMENTS 0140 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 F. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. G. Contractor's Associated Requirements and Services: Cooperate with agencies and representatives performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspection. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspection equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and quality-control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspection. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality- control services required by the Contract Documents as a component of Contractor's quality- control plan. Coordinate and submit concurrently with Contractor's Construction Schedule. Update and submit with each Application for Payment. 1. Schedule Contents: Include tests, inspections, and quality-control services, including Contractor- and Owner-retained services, commissioning activities, and other Project- required services paid for by other entities. 2. Distribution: Distribute the schedule to Owner, Architect, Commissioning Authority, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. 1.12 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified special inspector to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: QUALITY REQUIREMENTS 01 40 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures, reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying the Architect, Commissioning Authority, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to the Architect and Commissioning Authority with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion,which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections, and stating in each report whether tested and inspected Work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected Work. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION 3.01 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. The date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. The date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's and Commissioning Authority's reference during normal working hours. 1. Submit log at Project closeout as part of Project Record Documents. 3.02 REPAIR AND PROTECTION A. General: On completion of testing, inspection, sample-taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 0173 00 "Execution." B. Protect construction exposed by or for quality-control service activities. QUALITY REQUIREMENTS 01 40 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 0140 00 QUALITY REQUIREMENTS 01 40 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 014100-TESTING LABORATORY SERVICES PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections apply to work specified in this Section. 1.02 PROCEDURE A. Testing Laboratory: An independent testing laboratory will be selected and furnished by the Owner to inspect and test the materials and methods of construction as hereinafter specified for compliance with the specification requirements of the Contract Documents and to perform such other specialized technical services as required by the Owner or his representative. All testing lab services shall be paid for by the owner. 1.03 QUALIFICATIONS OF TESTING LABORATORY A. The Testing Laboratory selected shall meet the basic requirements of ASTM E329 "Standard of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction", and shall submit to the Contractor, Owner, Architect, and Engineer, a copy of the report of inspection of their facilities made by the Materials Reference Laboratory of the National Bureau of Standards during the most recent tour of such inspections, and shall submit a memorandum stating steps taken to remedy all deficiencies reported by this inspection. B. The Testing Laboratory selected shall meet "Recommended Requirements for Independent Laboratory Qualification", latest edition, as published by the American Council of Independent Laboratories. C. The Testing Laboratory shall be approved by the local Building Official to perform inspection and certification services as an approved inspector of prefabricated construction. D. Testing machines shall be calibrated at intervals not exceeding 12 months by devices of accuracy traceable to the National Bureau of Standards or accepted values of natural physical constants. The Testing Laboratory shall submit a copy of certificate of calibration made by an accredited calibration agency. TESTING LABORATORY SERVICES 014100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 E. Tests and inspections shall be conducted in accordance with specified requirements, and if not specified, in accordance with the applicable standards of the American Society for Testing and Materials or other recognized and accepted authorities in the field. 1.04 AUTHORITIES AND DUTIES OF THE LABORATORY A. Attending Preconstruction Conferences: The Testing Laboratory shall obtain and review the project plans and specifications with the Architect and Engineer as soon as possible prior to the start of construction. The Laboratory shall attend preconstruction conferences with the Architect, Engineer, Project Manager, General Contractor, and Material Suppliers as required to coordinate materials inspection and testing requirements with the planned construction schedule. The Laboratory will participate in such conferences throughout the course of the project. B. Outline Testing Program: The Testing Laboratory shall be responsible for outlining a written detailed testing program conforming to the requirements as specified in the Contract Documents and in consultation with the Owner, Contractor, Architect, and Engineer. The testing program shall contain an outline of inspections and tests to be performed with reference to applicable sections of the specifications or drawings and a list of personnel assigned to each portion of the work. Such testing program shall be submitted to the Owner, Contractor, Architect, and Engineer five weeks in advance of the start of construction so as not to delay the start of construction. It shall be the Testing Laboratory's responsibility that such program conforms to the requirements of the Specifications and drawings and falls within the budget for testing laboratory services. If the allocated budget is not sufficient to cover the services as outlined in the Specifications, it shall be the responsibility of the Laboratory to notify the Contractor, Architect, Engineer, and Owner so that the Laboratory services can be modified accordingly prior to the start of construction. Furthermore, the Testing Laboratory shall monitor its expenditures throughout the course of the job and notify immediately the Owner, Contractor, Architect, and Engineer, of any significant deviation from the planned testing program and budget. C. Cost Proposal: The Testing Laboratory's proposal to the Owner shall contain the outlined testing program based on a unit price basis for tests and inspections and on an hourly basis for personnel. A total estimated price shall also be submitted. D. Cooperation with Design Team: TESTING LABORATORY SERVICES 014100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 The Laboratory shall cooperate with the Architect, Engineer, and Contractor and provide qualified personnel promptly on notice. E. The Laboratory shall perform the required inspections, sampling, and testing of materials as specified under each section and observe methods of construction for compliance with the requirements of the Contract Documents. F. Inspections Required by Government Agencies: The Testing Laboratory shall perform all inspections and submit all reports and certifications as required by all government agencies. G. Notification of Deficiencies in the Work: The Laboratory shall notify the Architect, Engineer, and Contractor first by telephone and then in writing of observed irregularities and deficiencies of the work and other conditions not in compliance with the requirements of the Contract Documents. H. Reports: 1. Information on Reports: The Laboratory shall submit copies of all reports of inspections and tests promptly and directly to the parties named below. All reports shall contain at least the following information: a. Project Name b. Date report issued C. Testing Laboratory name and address d. Name and signature of inspector e. Date of inspection and sampling f. Date of test g. Identification of product and Specification section h. Location in the project i. Identification of inspection or test j. Record of weather conditions and temperature (if applicable) k. Results of test regarding compliance with Contract Documents. TESTING LABORATORY SERVICES 014100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 2. Copies: The Laboratory shall send certified copies of test and inspection reports to the following parties: a. 2 copies to the Owner or his representative b. 2 copies to the General Contractor C. 1 copy to the Architect d. 1 copy to the Engineer of responsibility e. 1 copy to the Supplier of the material tested 3. Certification by Notary Public: Upon completion of the job, the Testing Laboratory shall furnish to the Owner, Architect, and Engineer of responsibility, a statement certified by a Notary Public that all required tests and inspections were made in accordance with the requirements of the Contract Documents. I. Accounting: The Testing Laboratory shall be responsible for separating and billing costs attributed to the Owner and cost attributed to the Contractor. J. Obtaining Product and Material Certifications: The Testing Laboratory shall be responsible for obtaining all product and material certifications from manufacturers and suppliers as specified in the Specifications. K. Limitations of Authority: The Testing Laboratory is not authorized to revoke, alter, relax, enlarge upon, or release any requirements of the Specifications or to approve or accept any portion of the work or to perform any duties of the General Contractor and his Subcontractors. 1.05 CONTRACTORS RESPONSIBILITY A. Cooperation with Design Team: The owner shall pay for all testing lab services. The Contractor shall cooperate with laboratory personnel, provide access to the work, and to manufacturers operations. B. Furnishing Samples: TESTING LABORATORY SERVICES 014100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 The Contractor shall provide to the laboratory representative, samples of materials proposed for use in the work in quantities sufficient for accurate testing as specified. C. Furnishing Casual Labor, Equipment and Facilities: The Contractor shall furnish casual labor, equipment, and facilities as required for sampling and testing by the Laboratory and otherwise facilitate all required inspections and tests. D. Advance Notice: The Contractor shall be responsible for notifying the Testing Laboratory sufficiently in advance of operations to allow for assignment of personnel and scheduling of tests. E. Payment for Substitution Testing: The Contractor shall arrange with the Testing Laboratory and pay for any additional samples and tests above those required by the Contract Documents as requested by the Contractor for his convenience in performing the work. F. Payment for Retesting: The Contractor shall pay for any additional inspections, sampling, testing, and retesting as required when initial tests indicate work does not comply with the requirements of the Contract Documents. G. Payment by Contractor: The Contractor shall furnish and pay for the following items: 1. Soil survey of the locations of borrow soil materials, samples of existing soil materials, and delivery to the Testing Laboratory. 2. Samples of concrete aggregates and delivery to the Testing Laboratory. 3. Concrete mix designs as prepared by his concrete supplier or by his Testing Laboratory. 4. Concrete coring, tests of below strength concrete, and load tests, if ordered by the Owner,Architect, or Engineer. 5. Certification of reinforcing steel mill order. 6. Certification of structural steel mill order. 7. Certification of Portland cement, lime, and flyash. TESTING LABORATORY SERVICES 014100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 8. Certification of welders. 9. Tests, samples and mock-ups of substitute material where the substitution is requested by the Contractor and the tests are necessary in the opinion of the Owner, Architect, or Engineer to establish equality with specified items. 10. Any other tests when such cost are required by the Contract Documents to be paid by the Contractor. H. Notification of Source Change: The Contractor shall be responsible for notifying the Owner, Architect, Engineer, and Testing Laboratory when the source of any material is changed after the original tests or inspections have been made. I. Tests for Suspected Deficient Work: If in the opinion of the Owner, Architect, or Engineer any of the work of the Contractor is not satisfactory, the Contractor shall make all tests that the Owner, Architect, or Engineer deem advisable to determine its proper construction. The owner shall pay all costs if the tests prove the questioned work to be satisfactory. 1.06 PAYMENT OF TESTING LABORATORY The Owner will pay for all Laboratory services for testing of materials for compliance with the requirements of the Contract Documents. The Contractor will pay for testing and retesting of materials that do not comply with the requirements of the Contract Documents and all other items as specified in these Specifications. PART 2- PRODUCTS (Not Used) PART 3- EXECUTION 3.01 SCOPE OF WORK The work to be performed by the Testing Laboratory shall be as specified in this Section of the Specification and the contract drawings, and as determined in meetings with the Contractor, Owner,Architect, and Engineer. 3.02 REINFORCING STEEL A. Visual Inspection: TESTING LABORATORY SERVICES 014100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 The Testing Laboratory shall inspect the rebar to determine the following: 1. The bars shall be free from injurious defects and shall have a workman-like finish. 2. Deformations shall be of the proper sizes, shapes, and spacing as detailed in ASTM A-615. 3. The bars shall not have excessive rust and/or pelting. 4. The bars shall not have any unusual twists or bends. B. Identified Stock: Where job material is taken from bundles as delivered from the mill, is properly identified as to heat number and is accompanied by mill and analysis test reports, provided an affidavit is given from the Supplier to the Testing Laboratory that the materials conform with the requirements of the ASTM specification as listed on the structural drawings. In case of controversy, the procedure as stipulated below for unidentified stock shall be followed. C. Unidentified Stock: For all unidentified stock, the Testing Laboratory shall secure samples of the reinforcing steel bars at the time of inspection.The samples shall confirm to the following: 1. The sample shall include 2 bars for each ten tons or fraction thereof, of each bar size, heat number, and manufacturer being shipped. 2. The sample bars shall be a minimum of 24 inches in length and should be identical to the material being shipped. The Testing Laboratory shall tag each of the steel bundles with the Laboratory identification tag and appropriately mark the samples corresponding to the steel being inspected and shipped. The fabricator will supply shipping lists showing the weight of each bar size in the shipment. 3.04 CONCRETE MATERIALS AND POURED IN PLACE CONCRETE A. Tests of Portland Cement: Portland Cement shall be tested by the Testing Laboratory for compliance with the requirements of ASTM C150. 1. Mill Certificates: TESTING LABORATORY SERVICES 014100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 Mill certificates certifying that the cement has been tested and meets the requirements of the Specifications will be acceptable as test results, provided the cement proposed for use can be identified with test lots. Mill certificates shall be submitted by the Contractor prior to use of any such material. 2. Retesting: Retesting of cement will be required if: a. In the opinion of the Owner, Architect, or Engineer, the cement has been damaged in storage or transit or is any way defective. b. The cement has been in storage at the mixing site for over 30 days. B. Test of Aggregates: 1. The Contractor's Testing Laboratory shall verify that concrete aggregates proposed for use conform to the following specification: a. ASTM C33 "Specification for Concrete Aggregates" Suppliers record of tests run on the proposed materials will be adequate provided a written affidavit is furnished as a shop drawing submittal. C. Concrete Mix Designs: The Contractor shall submit for approval by the Engineer and Testing Laboratory at least 15 days prior to the start of construction, concrete mix designs for each class of concrete indicated on the structural drawings and in the Specifications. The Contractor shall not begin work until the applicable mix design has been approved. 1. The Contractor acting in conjunction with his Concrete Supplier and the Testing Laboratory shall submit in writing with his mix designs, whether the concrete is to be proportioned by either of the following methods as outlined in ACI 318: a. Field Experience Method b. Laboratory Trial Batch Method When field experience methods are used to select concrete proportions, establish proportions as specified in ACI 301 and ACI 211. When Laboratory trial batches are used to select concrete proportions, the procedure as outlined in ACI 318 shall be followed. Prepare test specimens in accordance with ASTM C192 and conduct strength tests in accordance with ASTM C39. TESTING LABORATORY SERVICES 014100-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 2. Required types of concrete and compressive strengths shall be as indicated on the Structural Drawings and as specified in the various sections of the Specifications. 3. All mix designs shall state the following information: a. Mix design number or code designation by which the Contractor shall order the concrete from the Supplier b. Structural member for which the concrete is designed (i.e. columns, piers, etc.) C. Type of concrete (normal weight). d. 28 day compressive strength e. Aggregate type, source, size, gradation,fineness modulus f. Cement type and brand g. Fly ash type and brand (if any) h. Admixtures including air entrainment, water reducers, accelerators, and retarders i. Slump j. Proportions of each material used k. Water cement ratio and maximum allowable water content I. Method by which the concrete is intended to be placed (bucket, chute, or pump) 4. Concrete Suppliers Record of Quality Control: The concrete supplier's past record of quality control shall be used in the design of the concrete mixes to determine the amount by which the average concrete strength fcr should exceed the specified strength f'c as outlined in ACI 318. If a suitable record of test results is not available, the average strength must exceed the design strength by 1200 PSI as specified in ACI 318. After sufficient data becomes available from the job, the statistical methods of ACI 214 may be used to reduce the amount by which the average strength must exceed f'c as outlined in ACI 318. 5. Admixtures: TESTING LABORATORY SERVICES 014100-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 a. Admixtures to be used in concrete shall be subject to the approval of the Engineer and Testing Laboratory. b. Quantities of admixtures to be used shall be in strict accordance with the manufacturers instructions. C. Admixtures containing chloride ions shall not be used in concrete containing galvanized or aluminum embedments. d. Air entraining admixtures shall conform to "Specification for Air Entraining Admixtures for Concrete" ASTM C260. e. Water reducing admixtures, retarding admixtures, accelerating admixtures, water reducing and retarding admixtures, and water reducing and accelerating admixtures shall conform to "Specification for Chemical Admixtures for Concrete" ASTM C494. f. Fly ash or other pozzolons, used as admixtures, shall conform to "Specification for Fly Ash and Raw or Calcined Natural Pozzolons for use in Portland Cement Concrete" ASTM C618. Obtain mill test reports for approval. Maximum flyash content shall be 20%. g. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities of admixtures as required to maintain quality control. 6. Slump Limits: Unless shown otherwise on the structural drawings, proportion and design mixes to result in concrete slump at the point of placement as follows: a. Ramps and Sloping surfaces- 3" ± 1" b. Foundation concrete -4-1/2" ± 1-1/2" C. All other concrete -4" ± 1" When increased workability, pumpability, lower water-cement ratio, shrinkage reduction, or permeability reduction is required, then a superplasticizer admixture shall be considered for use. The maximum slump with the use of superplasticizers shall be 8 inches unless approved otherwise by the Architect/Engineer and Testing Laboratory. Any deviation from these values (such as concrete design to be pumped) shall be submitted to the Engineer and Testing Laboratory for approval. 7. Adjustments of Concrete Mixes: TESTING LABORATORY SERVICES 01 41 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Such mix design adjustments shall be provided at no additional cost to the Owner. Any adjustments in approved mix designs including changes in admixtures shall be submitted in writing to the Engineer and Testing Laboratory for approval prior to field use. 8. Shrinkage: All concrete shall be proportioned for a maximum allowable unit shrinkage of 0.03%at 28 days as determined by ASTM C 157. 9. Chloride Ion Content: A written submittal shall be made with each mix design proposed for use on the project that the chloride ion content from all ingredients including admixtures will not exceed the limits specified in the Cast-In-Place section of the Specifications. D. Concrete Test Cylinders by the Testing Laboratory: 1. Molding and Testing: Cylinders for strength tests shall be molded and Laboratory cured in accordance with ASTM C31 "Method of Making and Curing Concrete Test Cylinders in the Field" and tested in accordance with ASTM C39 "Method of Testing for Compressive Strength of Cylindrical Concrete Specimens" 2. Field Samples: Field samples for strength tests shall be taken in accordance with ASTM C172 "Method of Sampling Fresh Concrete". 3. Frequency of Testing: Each set of test cylinders shall consist of a minimum of four standard test cylinders. A set of test cylinders shall be made according to the following frequency guidelines: a. One set for each class of concrete taken not less than once a day. b. Mat Foundation: One set for each 250 cubic yards or fraction thereof. C. All Other Concrete: A minimum of one set for each 150 cubic yards or fraction thereof. TESTING LABORATORY SERVICES 01 41 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 d. No more than one set of cylinders at a time shall be made from any single truck. e. If the total volume of concrete is such that the frequency of testing as specified above would provide less than five strength tests for a given class of concrete, tests shall be made from at least five randomly selected batches or from each batch if fewer than five batches are used. f. Frequencies assume one batch plant will be used for each pour. If more than one batch plant is used, the frequencies cited above shall apply for each plant used. The cylinders shall be numbered, dated, and the point of concrete placement in the building recorded. Of the four cylinders per set break one at seven days, two at 28 days, and one automatically at 56 days only if either 28 day cylinder break is below required strength. 4. Cylinder Storage Box: The Contractor shall be responsible for providing a protected concrete cylinder storage box at a point on the jobsite mutually agreeable with the Testing Laboratory for the purpose of storing concrete cylinders until they are transported to the Laboratory. 5. Transporting Cylinders: The Testing Laboratory shall be responsible for transporting the cylinders to the Laboratory in a protected environment such that no damage or ill effect will occur to the concrete cylinders. 6. Information on Concrete Test Reports: The Testing Laboratory shall make and distribute concrete test reports after each job cylinder is broken. Such reports shall contain the following information: a. Truck number and ticket number b. Concrete Batch Plant C. Mix design number d. Accurate location of pour in the structure e. Strength requirement f. Date cylinders made and broken TESTING LABORATORY SERVICES 01 41 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 g. Technician making cylinders h. Concrete temperature at placing i. Air temperature at point of placement in the structure j. Amount of water added to the truck at the batch plant and at the site and whether it exceeds the amount allowed by the mix design k. Slump I. Unit weight M. Air content n. Cylinder compressive strengths with type of failure if concrete does not meet Specification requirements. Seven day breaks are to be flagged if they are less than 60% of the required 28 day strength. 28 day breaks are to be flagged if either cylinder fails to meet Specification requirements. E. Other Required Tests of Concrete by the Testing Laboratory(unless noted otherwise): 1. Slump Tests: Slump Tests (ASTM C143) shall be made at the beginning of concrete placement for each batch plant and for each set of test cylinders made. 2. Air Entrainment: Air entrainment (ASTM C233) tests shall be made at the same time slump tests are made as cited above. 3. Concrete Temperature: Concrete temperature at placement shall be measured at the same time slump tests are made as cited above. 4. Chloride Ions: The Contractor shall have the laboratory verify in a written submittal with the mix designs that the chloride ion concentration will not exceed the limits specified. Tests shall be run for each class of concrete according to AASHTO Designation T 260-82 Sampling and Testing for Total Chloride Ion in Concrete and Concrete Raw Materials to determine that the maximum chloride ion content does not TESTING LABORATORY SERVICES 01 41 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 exceed the limits stated in the concrete section of the specifications. One test shall be run for each set of cylinders specified to be taken for each class of concrete. F. Evaluation and Acceptance of Concrete: 1. Strength Test: A strength test shall be defined as the average strength of two 28 day cylinder breaks from each set of cylinders. 2. Quality Control Charts and Logs: The Testing Laboratory shall keep the following quality control logs and charts for each class of concrete containing more than 2,000 cubic yards. The records shall be kept for each batch plant and submitted on a weekly basis with cylinder test reports: a. Number of 28 day strength tests made to date. b. 28 day strength test results containing the average of all strength tests to date, the high test result, the low test result, the standard deviation, and the coefficient of variation. C. Number of tests under specified 28 day strength. d. A histogram plotting the number of 28 day cylinders versus compressive strength. e. Quality control chart plotting compressive strength test results for each test. f. Quality control chart plotting moving average for strength where each point plotted is the average strength of three previous test results. g. Quality control chart plotting moving average for range where each point plotted is the average of 10 previous ranges. 3. Acceptance Criteria: The strength level of an individual class of concrete shall be considered satisfactory if both of the following requirements are met: a. The average of all sets of three consecutive strength tests equal or exceed the required f'c. TESTING LABORATORY SERVICES 01 41 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 b. No individual strength test (average of two 28 day cylinder breaks) falls below the required fc by more than 500 PSI. If either of the above requirements is not met, the Testing Laboratory shall immediately notify the Engineer by telephone. Steps shall immediately be taken to increase the average of subsequent strength tests. G. Investigation of Low Strength Concrete Test Results: 1. Contractor Responsibility for Low Strength Concrete: If any strength test of Laboratory cured cylinders falls below the required fc by more than 500 psi, the Contractor shall take steps immediately to assure that the load carrying capacity of the structure is not jeopardized. 2. Nondestructive Field Tests: The Testing Laboratory shall under the direction of the Engineer perform nondestructive field tests of the concrete in question using Swiss Hammer, Windsor Probe, or other appropriate methods as approved by the Engineer and report the results in the same manner as for cylinder test reports. 3. Core Tests: If the likelihood of low strength concrete is confirmed and computations indicate that the load carrying capacity of the structure has been significantly reduced, tests of cores by the Testing Laboratory, drilled from the area in question under the direction of the Engineer, will be required in accordance with ASTM C42 "Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete". In such case, three cores shall be taken for each strength test more than 500 PSI below required fc. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 60' to 80°F, relative humidity less than 60 percent) for 7 days before test and shall be tested dry. If concrete in the structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 48 hours and tested wet. The Contractor shall fill all holes made by drilling cores with an approved drypack concrete. 4. Acceptance Criteria for Core Tests: Concrete in an area represented by core tests shall be considered structurally adequate if the average of three cores is equal to at least 85% of Pc and if no single core is less than 75% of f'c. If approved by the Engineer, locations of erratic core strengths may be retested to check testing accuracy. TESTING LABORATORY SERVICES 01 41 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 5. Load Test: If the above criteria are not met and the structural adequacy remains in doubt, the Engineer may order a load test as specified in ACI 318 for the questionable portion of the structure. 6. Strengthening of the Structure or Demolition: If the structural adequacy of the affected portion of the structure remains in doubt, the Engineer may order the structure to be strengthened by an appropriate means or demolished and rebuilt. 7. Cost of Investigations for Low Strength Concrete: The costs of all investigations of low strength concrete shall be borne by the Contractor. H. Jobsite Inspection: The scope of the work to be performed by the inspector on the jobsite shall be as follows: 1. Verify that air temperatures at the point of placement in the structure are within acceptable limits defined above prior to ordering of concrete by the Contractor. 2. Inspect concrete upon arrival to verify that the proper concrete mix number, type of concrete, and concrete strength is being placed at the proper location. 3. Inspect plastic concrete upon arrival at the jobsite to verify proper batching. Observe mix consistency and adding of water as required to achieve target slumps in mix designs. Record the amount of water added and note if it exceeds that allowed in the mix design. The responsibility for adding water to trucks at the jobsite shall rest only with the Contractor's designated representative. The Contractor is responsible that all concrete placed in the field is in conformance to the Contract Documents. 4. Obtain concrete test cylinders. 5. Perform slump tests and air entrainment tests. 6. Record information for concrete test reports. TESTING LABORATORY SERVICES 01 41 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 7. Verify that all concrete being placed meets job Specifications. Report concrete not meeting the specified requirements and immediately notify the Contractor, Batch Plant Inspector, Contractor,Architect, Engineer, and Owner. 8. Pick up and transport to Laboratory, cylinders cast the previous day. 9. Check concrete placing techniques to determine that concrete deposited is uniform and that vertical drop does not exceed six feet. 10. The jobsite inspector shall report any irregularities that occur in the concrete at the jobsite or test results to the Contractor, Architect, Owner, and Engineer. I. Causes for Rejection of Concrete: The Contractor shall reject all concrete delivered to the site for any of the following reasons: 1. Wrong class of concrete (incorrect mix design number). 2. Air temperature: Air temperature limits shall be as follows: a. Cold Weather: Air temperature must be 40°F and rising b. Hot Weather: Air temperature must be cooler than 100°. Concrete may be placed at other air temperature ranges only with approval of the job inspector for the Testing Laboratory or other duly appointed representative. 3. Concrete with temperatures exceeding 9S°F may not be placed in the structure. 4. Air contents outside the limits specified in the mix designs. S. Slumps outside the limits specified in the mix designs. 6. Excessive Age: Concrete shall be discharged within 90 minutes of plant departure or before it begins to set if sooner than 90 minutes unless approved by the Laboratory job inspector or other duly appointed representative. The Contractor is responsible that all concrete placed in the field is in conformance to the Contract Documents. J. Concrete Batch Trip Tickets: TESTING LABORATORY SERVICES 01 41 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 All concrete batch trip tickets shall be collected and retained by the Contractor. Compressive strength, slump, air, and temperature tests shall be identified by reference to a particular trip ticket. All tickets shall contain the information specified in ASTM C 94. Each ticket shall also show the amount of water that may be added in the field for the entire batch that will not exceed the specified water cement ratio for the design mix. The Contractor and Testing Laboratory shall immediately notify the Architect/Engineer and each other of tickets not meeting the criteria specified. 3.05 STRUCTURAL STEEL A. Contract Obligations: 1. Owner Responsibility: The Owner shall pay for all initial field inspections and tests as required during the fabrication and erection of the structural steel. 2. Contractor Responsibility: The Contractor shall arrange with the Testing Laboratory for the certification of all shop and field welders. Each bolting crew and welder shall be assigned an identifying symbol or mark and all shop and field connections shall be so identified so that the inspector can refer back to the person or crew performing the work. The costs of all retesting of material or workmanship not in conformance with the Contract Documents shall be borne by the Contractor. The Fabricator and Erector shall provide the Laboratory inspector with access to all places where work is being done. A minimum of 24 hours notification shall be given prior to commencement of work. The Contractor shall provide the Testing Laboratory with the following: a. A complete set of Architect/Engineer reviewed shop and erection drawings including all revisions and addenda. b. Cutting lists, order sheets, material bills, shipping bills, and mill test reports. C. Information as to time and place of all rollings and shipment of material to shops. d. Representative sample pieces requested for testing. e. Full and ample means and assistance for testing all material. f. Proper facilities, including scaffolding, temporary work platforms, hoisting facilities, etc., for inspection of the work in the mills, shop and field. TESTING LABORATORY SERVICES 01 41 00- 18 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 3. Testing Laboratory Responsibility: Inspection of field work shall be completed promptly so that corrections can be made without delaying the progress of the work. Inspections shall be performed by qualified technicians with a minimum of two years experience in structural steel testing and inspection. All inspection personnel shall be certified in accordance with AWS QC-1. The Testing Laboratory shall provide test reports of all shop and field inspections. Shop test reports shall include shop welders certifications. All test reports shall indicate types and locations of all defects found during inspection, the measures required and performed to correct such defects, statements of final approval of all welding and bolting of shop and field connections, and other fabrication and erection data pertinent to the safe and proper welding and bolting of shop and field connections. In addition to the parties listed in this Specification the Fabricator and Erector shall receive copies of all test reports. 4. Rejection of Material or Workmanship: The Owner, Architect, Engineer, and Testing Laboratory reserve the right to reject any material or workmanship not in conformance with the Contract Documents at any time during the progress of the work. However, this provision does not allow waiving the obligation for timely, in sequence inspections. B. Mill Tests of Structural Steel: 1. Mill Order Steel: The Fabricator shall furnish certified mill test reports and an affidavit stating that the structural steel furnished meets the requirements of the grade specified on the structural drawings for all mill order steel. In case of controversy, test of the material according to ASTM A6 or A568 as applicable made by the Contractor's Testing Laboratory with certified test reports paid for by the Contractor shall be made to verify conformity with ASTM standards. Tests shall be made for each 10 tons of material used unless approved otherwise by the Engineer. 2. Local Stock Steel: Materials taken from stock by a Fabricator for use for structural purposes must be of a quality at least equal to that required by the ASTM specifications applicable to the classification covering the intended use. Certified mill test reports shall be accepted as sufficient record of the quality of materials carried in stock by the fabricator provided the stock steel can be identified by heat or melt numbers. In case of controversy, tests by the Contractor's Testing TESTING LABORATORY SERVICES 01 41 00- 19 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 Laboratory with certified reports as specified for mill order steel shall be required. 3. If tests are required, test specimens shall be taken by the Contractor under the direction of the Testing Laboratory and shall be machined by the Testing Laboratory to dimensions as required by the applicable ASTM standards. C. Field Inspections and Tests: The Testing Laboratory shall provide inspection in the field for a period of time as determined in consultation with the Architect, Owner, and Engineer prior to the start of erection in a timely manner so as to not delay the start of erection. The following tests and inspections shall be made: 1. Obtain the planned erection procedure, and review with the Erectors supervisory personnel. 2. Verify field welding procedures and obtain welder certificates. (Including welding of cold formed framing.) 3. Check steel as received in the field for possible shipping damage, workmanship, and piece marking. 4. Check plumbness and frame alignment as erection progresses. 5. Check joint preparation and fit up, backing strips, and runout plates for welded moment connections and column splices. 6. Check preheating to assure proper temperature, uniformity, and thoroughness through the full material thickness. 7. Review welding sequence. 8. Visually inspect all field welding for size, length, and quality. 9. Perform nondestructive examination services for various weldments of field erection determined in consultation with the Structural Engineer prior to the start of erection. The Laboratory shall furnish a qualified technician with the necessary equipment to perform radiographic, ultrasonic, magnetic particle, or dye penetrant inspection as required for the item being tested and other duties as outlined for shop inspection in the previous Section. Unless specified otherwise, check all partial and complete penetration welds in connections of beams, girders, columns, and braces. Check 10% of connections with fillet welds. Visual inspection is required for all welds. 10. Check calibration of impact wrenches used in field bolted connections. TESTING LABORATORY SERVICES 01 41 00-20 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 11. Visually inspect the welding of metal deck to the structure. 12. Perform field tests on 10% of completed shear connectors in each beam according to inspection procedures outlined in AWS D1.1 The costs of repairing all defective welds and the costs of retesting by the Testing Laboratory shall be borne by the Contractor. If removal of a backing strip is required by the Testing Laboratory to investigate a suspected weld defect, such cost shall be borne by the Contractor. 3.06 MASONRY: A. Prism Tests 1. Scope: Prism tests shall be made for each class of masonry (hollow masonry, grouted masonry) on the project using an assembly of actual masonry units, mortar, and grout as planned in the work. 2. Compressive Strength Test: Test shall be run according to the requirements of ASTM E447 "Test Methods for Compressive Strength of Masonry Prisms." Each strength test shall be defined as the average of three test prisms from the same class of masonry. 3. Frequency of Testing: a. Interior Walls: One strength test shall be run for each 5,000 square feet of wall or fraction thereof. b. Exterior Walls: One strength test shall be run for each 5,000 square feet of wall area but not less than one strength test for each day's operation for each class of wall. An additional test should be run whenever there is a change in mortar or grout proportions. B. Mortar Test: 1. Scope: Mortar cube test shall be required only for loadbearing masonry construction (hollow or grouted) for the purpose of measuring uniformity of field batching. 2. Compressive Strength Test: TESTING LABORATORY SERVICES 01 41 00-21 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 Tests shall be run according to the requirements of ASTM C780 "Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry." Each strength test shall be defined as the average of three cube specimens two inches in dimension tests at 28 days. 3. Frequency of Testing: One strength test shall be run for each 5,000 square feet of wall but not less than one strength test for each day's operation for each class of wall. An additional test should be run whenever there is a change in mix proportions. C. Grout Tests: 1. Scope: Grout prism tests shall be required for all grout used in masonry construction. 2. Compressive Strength Test: Specimens shall be 3%"x3WW" or 3"x3"x6" cast in molds with a flat nonabsorbent base and masonry units having the same moisture condition as those being laid forming the sides of the specimens. Specimens shall be capped according to ASTM C617 and tested according to ASTM C39. Each strength test shall be defined as the average of two 28 day prisms. 3. Frequency of Testing: Four grout prisms shall a made for each 30 cubic yards of grout but not less than one set for each day's operation. An additional set should be made whenever the grout mix is changed. One prism shall be tested at 7 days, two at 28 days, and one at 56 days only if either 28 day test is low. D. Experience Requirement: Field inspection of masonry construction by the Testing Laboratory as herein described shall be performed by qualified technicians with a minimum of ten years experience in masonry testing and inspection. E. Field Inspection Requirements: The duties and responsibilities of the Testing Laboratory Inspector in the field shall be as follows: 1. Review and become familiar with project drawings and specifications. 2. Review all masonry materials used in the field for conformance to project specifications. This shall include masonry units, mortar, grout, portland cement, TESTING LABORATORY SERVICES 01 41 00-22 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 masonry cement, sand, lime, horizontal joint reinforcement, ties, masonry anchoring devices,to the structure, and control joint strips. 3. Review proper horizontal joint reinforcement size and spacing. Review size and spacing of wall ties. 4. Review proper masonry construction practices for mortar including requirements for high and low lift grouting. Check conformance with hot and cold weather construction requirements. 5. Verify proper mortar batching proportions. 6. Confirm clean outs for high lift grouting. 7. Verify construction tolerances. 8. Review and confirm installation of reinforcing steel size, spacing, and splices in all walls, lintels, pilasters, and columns. 9. Confirm number and size of dowels in the foundation to walls and columns. 10. Take mortar, grout, and prism samples as specified. END OF SECTION 01 41 00 TESTING LABORATORY SERVICES 01 41 00-23 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 SECTION 014119 -WINDSTORM CONSTRUCTION REQUIREMENTS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provision of the contract,including general and supplementary conditions and other Division 1 specification sections, apply to this section. 1.02 SUMMARY A. All components and cladding must meet or exceed the wind load requirements as specified in this section. B. Exterior wall and roof openings shall be protected with impact resistant covers or designed to meet impact resistance requirements. C. Exterior mechanical and electrical equipment shall be secured against indicated windstorm loads. D. Owner shall pay for Texas Department of Insurance Inspection services for Windstorm Certification on the exterior components and the structure. Contractor is responsible for all other costs related to Windstorm Certification. E. Contractor shall be responsible for coordinating and scheduling the site inspections of the Owner's Windstorm Engineer. 1.03 DEFINITIONS A. Components and Cladding: Elements assembled to form the exterior wall and roof systems that are either directly loaded by the wind or receive wind loads originating at relatively close locations, and that transfer those loads to the main wind force resisting system. Examples: Curtain walls, exterior glass windows and panels, roof sheathing, studs, soffits, etc. B. Exterior Wall and Roof Openings: Openings that are likely to be breached during high winds. Examples: skylights, smoke vents, HVAC equipment,windows, doors, roof hatches, louvers,etc. 1.04 DESIGN REQUIREMENTS A. Wind loads shall be determined from the pressures developed by a 153-mph wind velocity (LRFD), Exposure C, Risk Category IV, and appropriate shape factor from the American Society of Civil Engineers (ASCE) 7-16 "Minimum Design Loads for Buildings and Other Structures". B. Impact resistance shall be as determined by the Texas Windstorm Code. 1. Impact Cyclic Wind Pressure Criteria. Impact protective systems and exterior opening products must be tested for windborne debris resistance under ASTM E 1886 and ASTM E 1996 or other windborne debris standards or procedures that are recognized by the Texas Department of Insurance.The missile criteria must be as follows: WINDSTORM CONSTRUCTION REQUIREMENTS 0141 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Products located within 30 feet of grade must be tested to resist large, and if required small missile. If ASTM E 1996 is the test standard used, then missile level D from Table 2,Applicable Missiles, must be used. b. Products located above 30 feet of grade must be tested to resist a small missile. If ASTM E 1996 is the test standard used,then missile level D from Table 2,Applicable Missiles, must be used. 2. Impact Protective Systems. Impact protective systems must be installed under the manufacturer's installation instructions and in the manner in which they were tested for uniform static wind pressure resistance and for windborne debris resistance. 3. Exterior Opening Products. a. If the exterior opening products are not protected from windborne debris by an impact protective system, then they must be manufactured to resist windborne debris under Section 1.4.13.1. b. Exterior opening products must be installed under the manufacturer's installation instructions and under the manner in which they were tested for uniform static wind pressure resistance and for windborne debris resistance. 1.05 SUBMITTALS A. All components and cladding listed in the Texas Windstorm Approved Materials catalog shall have the appropriate product evaluation number indicated on the submittal. B. Components and cladding not listed will require certification that they meet or exceed the design requirements of this section by the manufacturer. C. Installation instructions indicating fasteners, minimum attachment requirements, and other necessary pertinent information for installation shall be submitted. D. Forms:The following Texas Department of Insurance may be found on the TWIA website: 1. TWIA Insurability Requirements. 2. WPI-1 Application for Certificate of Compliance. 3. WPI-2-BC-7 Inspection Verification. 1.06 QUALITY ASSURANCE A. Notify the Architect not less than 72 hours in advance of a requested windstorm inspection.The Contractor shall provide,and have available at the job site,all necessary installation instructions during construction. It is incumbent upon the Contractor to have the project superintendent and knowledgeable representatives of the trades/craftwork being inspected in attendance with documentation to illustrate compliance of installation to TDI requirements. B. Prior to covering or concealing the fasteners or connectors, the contractor shall notify the architect/engineer in time to allow visual structural inspections by the Architect/Engineer for the multiple inspections required for Windstorm Certification by the Architect/Engineer. DO WINDSTORM CONSTRUCTION REQUIREMENTS 0141 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 NOT COVER UP FASTENERS WITHOUT HAVING THEM REVIEWED AND APPROVED BY THE WINDSTORM ENGINEER. C. Contractor shall furnish, upon completion, written confirmation that the installation and materials used for all components and cladding is in conformance with requirements of this section to the Windstorm Engineer. D. Re-inspection:The Windstorm Engineer will re-inspect the Work upon receipt of notice that the inspection list items from earlier inspections have been completed. 1. Upon completion of windstorm re-inspection, the Windstorm Engineer will notify the Contractor that the work being inspected complies with windstorm requirements. If the Work is incomplete, the Windstorm Engineer will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, re-inspection will be repeated one time for a total of three (3) inspections of the work in question. Additional re-inspections required due to Contractor's failure to complete the list of incomplete windstorm items will be billed to the Contractor at the Windstorm Engineer's customary billing rates for the personnel involved. PART 2-PRODUCTS (Not Applicable) PART 3-EXECUTION (Not Applicable) END OF SECTION 014119 WINDSTORM CONSTRUCTION REQUIREMENTS 0141 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0142 00- REFERENCES PART 1-GENERAL 1.01 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.02 INDUSTRY STANDARDS A. Applicability of Standards:Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1. For standards referenced by applicable building codes,comply with dates of standards as listed in building codes. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. REFERENCES 0142 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Where copies of standards are needed to perform a required construction activity,obtain copies directly from publication source. 1.03 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's"Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC-Associated Air Balance Council; www.aabc.com. 2. AAMA-American Architectural Manufacturers Association; (See FGIA). 3. AAPFCO-Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 5. AATCC-American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA-American Bearing Manufacturers Association; www.americanbearings.org. 7. ABMA-American Boiler Manufacturers Association; www.abma.com. 8. ACI -American Concrete Institute; (Formerly: ACI International); www.concrete.org. 9. ACPA-American Concrete Pipe Association; www.concrete-pipe.org. 10. AEIC-Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 11. AF&PA-American Forest& Paper Association; www.afandpa.org. 12. AGA-American Gas Association; www.aga.org. 13. AHAM -Association of Home Appliance Manufacturers; www.aham.org. 14. AHRI -Air-Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 15. Al -Asphalt Institute; www.asphaltinstitute.org. 16. AIA-American Institute of Architects(The); www.aia.org. 17. AISC-American Institute of Steel Construction; www.aisc.org. 18. AISI -American Iron and Steel Institute; www.steel.org. 19. AITC-American Institute of Timber Construction; www.plib.org. 20. AMCA-Air Movement and Control Association International, Inc.; www.amca.org. 21. ANSI -American National Standards Institute;www.ansi.org. 22. AOSA-Association of Official Seed Analysts, Inc.; www.aosaseed.com. REFERENCES 0142 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 23. APA-APA-The Engineered Wood Association; www.apawood.org. 24. APA-Architectural Precast Association; www.archprecast.org. 25. API -American Petroleum Institute; www.api.org. 26. ARI -Air-Conditioning& Refrigeration Institute; (See AHRI). 27. ARI -American Refrigeration Institute; (See AHRI). 28. ARMA-Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 29. ASCE -American Society of Civil Engineers; www.asce.org. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 31. ASHRAE - American Society of Heating, Refrigerating and Air-Conditioning Engineers; www.ashrae.org. 32. ASME-ASME International; (American Society of Mechanical Engineers);www.asme.org. 33. ASSE-American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASSP -American Society of Safety Professionals(The); www.assp.org. 35. ASTM -ASTM International; www.astm.org. 36. ATIS-Alliance for Telecommunications Industry Solutions; www.atis.org. 37. AVIXA - Audiovisual and Integrated Experience Association; (Formerly: Infocomm International); www.avixa.org. 38. AWEA-American Wind Energy Association; www.awea.org. 39. AWI -Architectural Woodwork Institute; www.awinet.org. 40. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 41. AWPA-American Wood Protection Association;www.awpa.com. 42. AWS-American Welding Society; www.aws.org. 43. AWWA-American Water Works Association; www.awwa.org. 44. BHMA- Builders Hardware Manufacturers Association; www.buildershardware.com. 45. BIA- Brick Industry Association (The); www.gobrick.com. 46. BICSI - BICSI, Inc.; www.bicsi.org. 47. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.bifma.org. 48. BISSC- Baking Industry Sanitation Standards Committee; www.bissc.org. 49. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.org. REFERENCES 0142 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 50. CDA-Copper Development Association; www.copper.org. 51. CE-Conformite Europeenne; www.ec.europa.eu/growth/single-market/ce-marking. 52. CEA-Canadian Electricity Association; www.electricity.ca. 53. CFFA-Chemical Fabrics and Film Association, Inc.; www.chemicalfabricsandfilm.com. 54. CFSEI -Cold-Formed Steel Engineers Institute; www.cfsei.org. 55. CGA-Compressed Gas Association; www.cganet.com. 56. CIMA-Cellulose Insulation Manufacturers Association; www.cellulose.orB. 57. CISCA-Ceilings& Interior Systems Construction Association; www.cisca.org. 58. CISPI -Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI -Chain Link Fence Manufacturers Institute; www.chainlinkinfo.or . 60. CPA-Composite Panel Association; www.compositepanel.org. 61. CRI -Carpet and Rug Institute (The); www.carpet-rug.org. 62. CRRC-Cool Roof Rating Council; www.coolroofs.org. 63. CRSI -Concrete Reinforcing Steel Institute; www.crsi.org. 64. CSA-CSA Group; www.csa-group.orp,. 65. CSI -Cast Stone Institute; www.caststone.org. 66. CSI -Construction Specifications Institute (The); www.csiresources.org. 67. CSSB-Cedar Shake &Shingle Bureau; www.cedarbureau.org. 68. CTA-Consumer Technology Association; www.cta.tech. 69. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.coolingtechnology.org. 70. CWC-Composite Wood Council; (See CPA). 71. DASMA- Door and Access Systems Manufacturers Association; www.dasma.com. 72. DHA - Decorative Hardwoods Association; (Formerly: Hardwood Plywood & Veneer Association); www.decorativehardwoods.or . 73. DHI - Door and Hardware Institute; www.dhi.org. 74. ECA- Electronic Components Association; (See ECIA). 75. ECAMA- Electronic Components Assemblies& Materials Association; (See ECIA). 76. ECIA- Electronic Components Industry Association; www.ecianow.or�. 77. EIA- Electronic Industries Alliance; (See TIA). 78. EIMA- EIFS Industry Members Association; www.eima.com. 79. EJMA- Expansion Joint Manufacturers Association, Inc.; www.eima.org. REFERENCES 0142 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 80. EOS/ESD Association; (Electrostatic Discharge Association); www.esda.org. 81. ESTA- Entertainment Services and Technology Association; (See PLASA). 82. ETL- Intertek (See Intertek); www.intertek.com. 83. EVO- Efficiency Valuation Organization;www.evo-world.org. 84. FCI - Fluid Controls Institute; www.fluidcontrolsinstitute.org. 85. FGIA- Fenestration and Glazing Industry Alliance; https://fgiaonline.org. 86. FIBA- Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 87. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.org. 88. FM Approvals- FM Approvals LLC; www.fmapprovals.com. 89. FM Global - FM Global; (Formerly: FMG - FM Global); www.fmglobal.com. 90. FRSA- Florida Roofing, Sheet Metal Contractors Association, Inc.; www.floridaroof.com. 91. FSA- Fluid Sealing Association; www.fluidsealing.com. 92. FSC- Forest Stewardship Council U.S.; www.fscus.org. 93. GA-Gypsum Association;www.gypsum.org. 94. GANA-Glass Association of North America; (See NGA). 95. GS-Green Seal;www.greenseal.org. 96. HI - Hydraulic Institute; www.pumps.org. 97. HI/GAMA- Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 98. HMMA- Hollow Metal Manufacturers Association; (See NAAMM). 99. HPVA- Hardwood Plywood &Veneer Association; (See DHA). 100. IAPSC- International Association of Professional Security Consultants; www.iapsc.or . 101. IAS- International Accreditation Service; www.iasonline.org. 102. ICBO - International Conference of Building Officials; (See ICC). 103. ICC- International Code Council; www.iccsafe.org. 104. ICEA- Insulated Cable Engineers Association, Inc.; www.icea.net. 105. ICPA- International Cast Polymer Association; www.theicpa.com. 106. ICRI - International Concrete Repair Institute, Inc.;www.icri.org. 107. IEC- International Electrotechnical Commission; www.iec.ch. 108. IEEE- Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. REFERENCES 0142 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 109. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 110. IESNA- Illuminating Engineering Society of North America; (See IES). 111. IEST- Institute of Environmental Sciences and Technology; www.iest.orR. 112. IGMA- Insulating Glass Manufacturers Alliance; (See FGIA). 113. IGSHPA- International Ground Source Heat Pump Association; www.igshpa.org. 114. II - Infocomm International; (See AVIXA). 115. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 116. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 117. ISA-International Society of Automation (The); (Formerly: Instrumentation,Systems,and Automation Society); www.isa.or . 118. ISAS- Instrumentation, Systems, and Automation Society(The); (See ISA). 119. ISFA-International Surface Fabricators Association;(Formerly: International Solid Surface Fabricators Association); www.isfanow.or . 120. ISO- International Organization for Standardization; www.iso.org. 121. ISSFA- International Solid Surface Fabricators Association; (See ISFA). 122. ITU - International Telecommunication Union; www.itu.int. 123. KCMA- Kitchen Cabinet Manufacturers Association; www.l<cma.org. 124. LMA- Laminating Materials Association; (See CPA). 125. LPI - Lightning Protection Institute; www.lightning.org. 126. MBMA- Metal Building Manufacturers Association; www.mbma.com. 127. MCA- Metal Construction Association; www.metaIconstruction.org. 128. MFMA- Maple Flooring Manufacturers Association, Inc.; www.maplefloor.or . 129. MFMA- Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 130. MHI - Material Handling Industry;www.mhi.org. 131. MIA- Marble Institute of America; (See NSI). 132. MMPA- Moulding& Millwork Producers Association; www.wmmpa.com. 133. MPI - Master Painters Institute; www.l)aintinfo.com. 134. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss-hq.org. 135. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.org. REFERENCES 0142 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 136. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.org. 137. NADCA- National Air Duct Cleaners Association; www.nadca.com. 138. NAIMA- North American Insulation Manufacturers Association; www.nadca.com. 139. NALP - National Association of Landscape Professionals; www.landscapeprofessionals.org. 140. NBGQA- National Building Granite Quarries Association, Inc.; www.nbgga.com. 141. NBI - New Buildings Institute; www.newbuildings.org. 142. NCAA- National Collegiate Athletic Association (The); www.ncaa.org. 143. NCMA- National Concrete Masonry Association; www.ncma.org. 144. NEBB- National Environmental Balancing Bureau; www.nebb.org. 145. NECA- National Electrical Contractors Association; www.necanet.org. 146. NeLMA- Northeastern Lumber Manufacturers Association; www.nelma.org. 147. NEMA- National Electrical Manufacturers Association; www.nema.org. 148. NETA- InterNational Electrical Testing Association; www.netaworld.org. 149. NFHS- National Federation of State High School Associations; www.nfhs.org. 150. NFPA- National Fire Protection Association; www.nfpa.org. 151. NFPA- NFPA International; (See NFPA). 152. NFRC- National Fenestration Rating Council; www.nfrc.org. 153. NGA - National Glass Association (The); (Formerly: Glass Association of North America); www.glass.org. 154. NHLA- National Hardwood Lumber Association; www.nhla.com. 155. NLGA- National Lumber Grades Authority; www.nlga.org. 156. NOFMA- National Oak Flooring Manufacturers Association; (See NWFA). 157. NOMMA- National Ornamental & Miscellaneous Metals Association; www.nomma.org. 158. NRCA- National Roofing Contractors Association; www.nrca.net. 159. NRMCA- National Ready Mixed Concrete Association; www.nrmca.org. 160. NSF- NSF International; www.nsf.org. 161. NSI - National Stone Institute; (Formerly: Marble Institute of America); www.naturalstoneinstitute.org. 162. NSPE- National Society of Professional Engineers; www.nspe.org. 163. NSSGA- National Stone, Sand & Gravel Association; www.nssga.org. 164. NTMA- National Terrazzo& Mosaic Association, Inc. (The); www.ntma.com. REFERENCES 0142 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 165. NWFA- National Wood Flooring Association; www.nwfa.org. 166. NWRA- National Waste & Recycling Association; www.wasterecyclinp.org. 167. PCI - Precast/Prestressed Concrete Institute; www.pci.org. 168. PDI - Plumbing& Drainage Institute; www.pdionline.org. 169. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); www.plasa.org. 170. RCSC- Research Council on Structural Connections; www.boltcouncil.or�. 171. RFCI - Resilient Floor Covering Institute; www.rfci.com. 172. IRIS- Redwood Inspection Service; www.redwoodinspection.com. 173. SAE-SAE International; www.sae.or . 174. SCTE -Society of Cable Telecommunications Engineers; www.scte.org. 175. SDI -Steel Deck Institute;www.sdi.or . 176. SDI -Steel Door Institute;www.steeldoor.org. 177. SEFA-Scientific Equipment and Furniture Association (The); www.sefalabs.com. 178. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 179. SIA-Security Industry Association; www.siaonline.org. 180. SJI -Steel Joist Institute; www.steelioist.org. 181. SMA-Screen Manufacturers Association; www.smainfo.org. 182. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org. 183. SMPTE-Society of Motion Picture and Television Engineers; www.smpte.orR. 184. SPFA-Spray Polyurethane Foam Alliance; www.sprayfoam.org. 185. SPIB-Southern Pine Inspection Bureau; www.spib.org. 186. SPRI -Single Ply Roofing Industry; www.spri.org. 187. SRCC-Solar Rating& Certification Corporation; www.solar-rating.or�. 188. SSINA-Specialty Steel Industry of North America; www.ssina.com. 189. SSPC-SSPC:The Society for Protective Coatings; www.sspc.org. 190. STI -Steel Tank Institute;www.steeltank.com. 191. SWI -Steel Window Institute; www.steelwindows.com. 192. SWPA-Submersible Wastewater Pump Association; www.swpa.org. 193. TCA-Tilt-Up Concrete Association; www.tilt-up.org. REFERENCES 0142 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 194. TCNA-Tile Council of North America, Inc.;www.tileusa.com. 195. TEMA-Tubular Exchanger Manufacturers Association, Inc.; www.tema.or�. 196. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org. 197. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 198. TMS-The Masonry Society; www.masonrysociety.org. 199. TPI -Truss Plate Institute; www.tpinst.org. 200. TPI -Turfgrass Producers International;www.turfgrasssod.org. 201. TRI -Tile Roofing Institute; www.tileroofing.org. 202. UL- Underwriters Laboratories Inc.; www.ul.com. 203. UL LLC- UL LLC; www.ul.com. 204. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 205. USAV- USA Volleyball; www.usavolleyball.or . 206. USGBC- U.S. Green Building Council;www.usgbc.org. 207. USITT- United States Institute for Theatre Technology, Inc.; www.usitt.org. 208. WA-Wallcoverings Association; www.waIIcoverings.org. 209. WCLIB-West Coast Lumber Inspection Bureau; www.wclib.org. 210. WCMA-Window Covering Manufacturers Association; www.wcmanet.or�. 211. WDMA-Window& Door Manufacturers Association; www.wdma.com. 212. WI -Woodwork Institute; www.wicnet.or . 213. WSRCA-Western States Roofing Contractors Association; www.wsrca.com. 214. WWPA-Western Wood Products Association; www.wwpa.org. B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. IAPMO- International Association of Plumbing and Mechanical Officials;www.iapmo.org. 2. ICC- International Code Council; www.iccsafe.org. 3. ICC-ES- ICC Evaluation Service, LLC; www.icc-es.org. C. Federal Government Agencies:Where abbreviations and acronyms are used in Specifications or other Contract Documents,they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE -Army Corps of Engineers; www.usace.army.mil. REFERENCES 0142 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. CPSC-Consumer Product Safety Commission; www.cpsc.Rov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; www.nist.gov. 4. DOD- Department of Defense; www.guicksearch.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA- Environmental Protection Agency; www.epa.gov. 7. FAA- Federal Aviation Administration; www.faa.gov. 8. FG - Federal Government Publications; www.gpo.gov/fdsys. 9. GSA-General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.gov. 12. OSHA-Occupational Safety& Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. 14. TRB -Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.orp,. 15. USDA- Department of Agriculture;Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 16. USDA- Department of Agriculture; Rural Utilities Service; www.usda.gov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.obp.usdoe.gov. 18. USP - U.S. Pharmacopeial Convention; www.usp.org. 19. USPS- United States Postal Service; www.usps.com. D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CFR - Code of Federal Regulations; Available from Government Printing Office; www.govinfo.gov. 2. DOD- Department of Defense; Military Specifications and Standards; Available from DLA Document Services; www.guicksearch.dla.mil. 3. DSCC- Defense Supply Center Columbus; (See FS). 4. FED-STD- Federal Standard; (See FS). 5. FS - Federal Specification; Available from DLA Document Services; www.guicksearch.dla.mil. REFERENCES 01 42 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. C. Available from National Institute of Building Sciences/Whole Building Design Guide; www.wbdg.org. 6. MILSPEC- Military Specification and Standards; (See DOD). 7. TAS-Texas Accessibility Standards; https://www.tdlr.texas.gov/ab/abtas.htm 8. USAB- United States Access Board; www.access-board.gov. 9. USATBCB- U.S. Architectural &Transportation Barriers Compliance Board; (See USAB). PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 0142 00 REFERENCES 01 42 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0143 39 - MOCKUPS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Integrated exterior mockups. B. Related Requirements: 1. Section 0140 00"Quality Requirements"for quality assurance requirements for aesthetic and workmanship mockups specified in other Sections. 1.02 DEFINITIONS A. Integrated Exterior Mockups: Mockups of the exterior envelope constructed on-site as freestanding temporary built elements, consisting of multiple products, assemblies, and subassemblies. 1.03 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups. 1. Include plans, elevations, sections, and mounting attachment and support details. 2. Indicate manufacturer and model number of individual components, subassemblies, and assemblies. 3. Include site location drawing indicating orientation of mockup. 4. Revise and resubmit Shop Drawings to reflect approved modifications in details and component interfaces resulting from changes made during testing procedures. 1.04 QUALITY ASSURANCE A. Build mockups to do the following: 1. Verify selections made under Sample submittals. 2. Demonstrate aesthetic effects. 3. Demonstrate the qualities of products and workmanship. 4. Demonstrate acceptable coordination between components and systems. 5. Perform preconstruction testing, such as window air-and water-leakage testing. B. Fabrication: Before fabricating or installing portions of the Work requiring mockups, build mockups for each form of construction and finish required. Use materials and installation methods as required for the Work. 1. Build mockups of size indicated. MOCKUPS 0143 39- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Build mockups in location indicated or, if not indicated, as directed by Architect. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers who will be employed to perform same tasks during the construction of the Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Demolish and remove mockups when directed unless otherwise indicated. C. Notifications: 1. Notify Architect seven days in advance of the dates and times when mockups will be constructed. 2. Notify Architect 14 days in advance of the dates and times when mockups will be tested. 3. Allow seven days for initial review and each re-review of each mockup. D. Approval: Obtain Architect's approval of mockups before starting fabrication or construction of corresponding Work. 1. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 1.05 COORDINATION A. Coordinate schedule for construction of mockups, so construction, testing, and review of mockups do not impact Project schedule. PART 2-PRODUCTS 2.01 INTEGRATED EXTERIOR MOCKUPS A. Construct integrated exterior mockups according to approved mockup Shop Drawings. Construct mockups to demonstrate constructability, coordination of trades, and sequencing of Work; and to ensure materials, components, subassemblies, assemblies, and interfaces integrate into a system complying with indicated performance and aesthetic requirements. B. Design and construct foundation and superstructure to support free-standing integrated exterior mockups. C. Build integrated exterior mockups using installers and construction methods that will be used in completed construction. MOCKUPS 0143 39-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Use specified products that have been approved by Architect. Coordinate installation of materials and products specified in individual Specification Sections that include Work included in integrated exterior mockups. E. The Work of integrated exterior mockups includes, but is not limited to, the following: 1. Masonry veneer. 2. EIFS veneer. 3. Air and weather barriers. 4. Thermal insulation. 5. Through-wall flashing. 6. Flashing and sheet metal trim. 7. Joint sealants. 8. Aluminum-framed entrances and storefront. F. Photographic Documentation: Document construction of integrated exterior mockups with photographs in accordance with Section 01 32 33 "Photographic Documentation." Provide photographs showing details of interface of different materials and assemblies. 1. Document testing procedures, including water leakage and other deficiencies. Photograph modifications to component interfaces intended to correct deficiencies. G. Provide and document modifications to construction details and interfaces between components and systems required to properly sequence the Work, or to pass performance testing requirements. Obtain Architect's approval for modifications. H. Retain approved mockups constructed in place. Incorporate fully into the Work. PART 3-EXECUTION (Not Used) END OF SECTION 0143 39 MOCKUPS 0143 39-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0160 00- PRODUCT REQUIREMENTS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 0110 00 "Summary" for Contractor requirements related to Owner-furnished products. 2. Section 0123 10 "Alternates and Allowances" for products selected under an alternate and products selected under an allowance. 3. Section 0125 00 "Substitution Procedures" for requests for substitutions. 4. Section 0142 00 "References" for applicable industry standards for products specified. 5. Section 0177 00 "Closeout Procedures"for submitting warranties. 1.03 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Salvaged items or items reused from other projects are not considered new products. Items that are manufactured orfabricated to include recycled content materials are considered new products, unless indicated otherwise. 3. Comparable Product: Product by named manufacturer that is demonstrated and approved through the comparable product submittal process described in Part 2 "Comparable Products" Article, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. PRODUCT REQUIREMENTS 01 60 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Basis-of-Design Product Specification: A specification in which a single manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation. Published attributes and characteristics of basis-of-design product establish salient characteristics of products. C. Manufacturer's Warranty:Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. D. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights to Owner. E. Action Submittals 1. Comparable Product Request Submittal: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. a. Include data indicating compliance with the requirements specified in Part 2 "Comparable Products"Article. b. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation,whichever is later. 1) Form of Approval: As specified in Section 0133 00 "Submittal Procedures." 2) Use of product specified if Architect does not issue a decision on use of a comparable product request within time allocated. 2. Basis-of-Design Product Specification Submittal: An action submittal complying with requirements in Section 01 33 00 "Submittal Procedures." Show compliance with requirements. 1.04 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Resolution of Compatibility Disputes between Multiple Contractors: a. Contractors are responsible for providing products and construction methods compatible with products and construction methods of other contractors. b. If a dispute arises between the multiple contractors over concurrently selectable but incompatible products,Architect will determine which products shall be used. PRODUCT REQUIREMENTS 01 60 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Identification of Products: Except for required labels and operating data, do not attach or imprint manufacturer or product names or trademarks on exposed surfaces of products or equipment that will be exposed to view in occupied spaces or on the exterior. 1. Labels: Locate required product labels and stamps on a concealed surface, or, where required for observation following installation, on a visually accessible surface that is not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of service- or power-operated equipment. Locate on a visually accessible but inconspicuous surface. Include information essential for operation, including the following: a. Name of product and manufacturer. b. Model and serial number. C. Capacity. d. Speed. e. Ratings. 3. See individual identification Sections in Divisions 21, 22, 23, and 26 for additional equipment identification requirements. 1.05 COORDINATION A. Modify or adjust affected work as necessary to integrate work of approved comparable products and approved substitutions. 1.06 PRODUCT DELIVERY,STORAGE,AND HANDLING A. Deliver, store, and handle products, using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration,theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and that products are undamaged and properly protected. C. Storage: PRODUCT REQUIREMENTS 01 60 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Provide a secure location and enclosure at Project site for storage of materials and equipment. 2. Store products to allow for inspection and measurement of quantity or counting of units. 3. Store materials in a manner that will not endanger Project structure. 4. Store products that are subject to damage by the elements under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation and with adequate protection from wind. S. Protect foam plastic from exposure to sunlight,except to the extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 8. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.07 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written standard warranty form furnished by individual manufacturer for a particular product and issued in the name of the Owner or endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner and issued in the name of the Owner or endorsed by manufacturer to Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included in the Project Manual, prepare a written document, using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 0177 00 "Closeout Procedures." PRODUCT REQUIREMENTS 01 60 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.01 PRODUCTS, GENERAL A. Components, materials or parts required to be supplied in quantity within a Section shall be of the same manufacturer,shall be interchangeable,and shall be the same with regard to function, texture, pattern and color. B. Except for building equipment in service area, no manufacturers' labels or name plates shall be visible on any component, unless required by local authorities having jurisdiction. 2.02 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents,are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties meeting requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. B. Product Selection Procedures: 1. Sole Product:Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for the Contractor's convenience will not be considered. 2. Sole Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for the Contractor's convenience will not be considered. 3. Non-Limited List of Manufacturers: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed or a product by an unnamed manufacturer that complies with requirements. PRODUCT REQUIREMENTS 01 60 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Non-limited list of manufacturers is indicated by the phrase "Subject to compliance with requirements, available manufacturers whose products may be incorporated in the Work include, but are not limited to,the following." b. Provision of products of an unnamed manufacturer is not considered a substitution, if the product complies with requirements. 4. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications may additionally indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. a. For approval of products by unnamed manufacturers,comply with requirements in Section 0125 00 "Substitution Procedures" for substitutions for convenience. C. Visual Matching Specification: Where Specifications require the phrase "match Architect's sample," provide a product that complies with requirements and matches Architect's sample. The Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 01 25 00 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: 1. Standard Range: Where Specifications include the phrase "as selected by Architect from manufacturer's standard range" or similar phrase, Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that does not include premium items. 2. Full Range: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. PART 3-EXECUTION (Not Used) END OF SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0173 00- EXECUTION PART 1-GENERAL 1.01 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work, including, but not limited to,the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner's portion of the Work. 6. Coordination of Owner-installed products. 7. Progress cleaning. 8. Starting and adjusting. 9. Protection of installed construction. B. Related Requirements: 1. Section 011100 "Summary of Work" for coordination of Owner-furnished products, and limits on use of Project site. 2. Section 0133 00 "Submittal Procedures" for submitting surveys. 3. Section 0177 00 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, replacing defective work, and final cleaning. 4. Section 02 4119 "Selective Demolition" for demolition and removal of selected portions of the building. 1.02 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of subsequent work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. 1.03 INFORMATIONAL SUBMITTALS A. Qualification Data: For land surveyor. B. Certified Surveys: Submit two copies signed by land surveyor. EXECUTION 0173 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Certificates: Submit certificate signed by land surveyor, certifying that location and elevation of improvements comply with requirements. 1.04 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing land-surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, or when encountering the need for cutting and patching of elements whose structural function is not known, notify Architect of locations and details of cutting and await directions from Architect before proceeding.Shore, brace,and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. a. Primary operational systems and equipment. b. Fire-suppression systems. C. Plumbing piping systems. d. Mechanical systems piping and ducts. e. Control systems. f. Communication systems. g. Fire-detection and -alarm systems. h. Electrical wiring systems. i. Operating systems of special construction. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Equipment supports. d. Piping, ductwork,vessels, and equipment. EXECUTION 0173 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 e. Noise-and vibration-control elements and systems. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. C. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of specified products and equipment. PART 2-PRODUCTS 2.01 MATERIALS A. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that,when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. Use materials that are not considered hazardous. B. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned.Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3-EXECUTION 3.01 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities,mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, gas service piping, and water-service piping; underground electrical services; and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. EXECUTION 0173 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates,including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work, including Specification Section number and paragraph, and Drawing sheet number and detail, where applicable. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.02 PREPARATION A. Existing Utility Information: Furnish information to local utility and Architect that is necessaryto adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Architect in accordance with requirements in the Project Manual. 3.03 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks and existing conditions. If discrepancies are discovered, notify Architect promptly. B. Engage a land surveyor experienced in laying out the Work, using the following accepted surveying practices: 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. EXECUTION 0173 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every major element as the Work progresses. 6. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 7. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements,including pavements,grading,fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. 3.04 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. EXECUTION 0173 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. E. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor,that principal metes, bounds, lines,and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.05 INSTALLATION A. Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. Where indicated to remain exposed, arrange overhead systems in an orderly manner. 4. Maintain minimum headroom clearance of in occupied spaces and 90 inches in unoccupied spaces, unless otherwise indicated on Drawings. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure satisfactory results as judged by Architect. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations, so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy of type expected for Project. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on-site and placement in permanent locations. F. Tools and Equipment: Select tools or equipment that minimize production of excessive noise levels. EXECUTION 0173 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. Templates: Obtain and distribute to the parties involved templates for Work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions with manufacturer. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings,templates,and directions for installing anchorages, including sleeves,concrete inserts,anchor bolts,and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed Work are not indicated, arrange joints for the best visual effect,as judged by Architect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners and installation materials that are not considered hazardous. K. Protect adjacent property and adjoining work, including sealant bond surfaces, from spillage or blow-over of coatings, paints, sprayed fire-resistive material, and other spray-applied products. Cover adjoining and nearby surfaces, including live plants and grass, if there is a possibility of spray-applied products being deposited on surfaces. 3.06 CUTTING AND PATCHING A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Temporary Support: Provide temporary support of Work to be cut. C. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. D. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. EXECUTION 0173 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces.Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Proceed with patching after construction operations requiring cutting are complete. E. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as practicable,asjudged by Architect. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color,texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch,corner to corner of wall and edge to edge of ceiling. Provide additional coats until patch blends with adjacent surfaces. 4. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. F. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.07 COORDINATION OF OWNER'S PORTION OF THE WORK A. Site Access: Provide access to Project site for Owner's construction personnel. EXECUTION 0173 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work.Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work.Attend pre- installation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.08 PROGRESS CLEANING A. Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials for more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where Work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. EXECUTION 0173 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 017419 "Construction Waste Management and Disposal." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place.Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.09 STARTING AND ADJUSTING A. Coordinate startup and adjusting of equipment and operating components in accordance with the manufacturer's requirements. B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace them with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Section 01 40 00 "Quality Requirements." 3.10 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. C. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 0173 00 EXECUTION 01 73 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0174 19 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Recycling nonhazardous demolition and construction waste. 2. Disposing of nonhazardous demolition and construction waste. B. Related Requirements: 1. Section 04 20 00 "Unit Masonry"for disposal requirements for masonry waste. 2. Section 2110 20 "Site Clearing and Stripping" for disposition of waste resulting from site clearing and removal of above-and below-grade improvements. 1.03 DEFINITIONS A. Construction Waste: Building, structure, and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building, structure, and site improvement materials resulting from demolition operations. C. Disposal: Removal of demolition or construction waste and subsequent salvage, sale, recycling, or deposit in landfill, incinerator acceptable to authorities having jurisdiction,or designated spoil areas on Owner's property. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.04 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition and construction waste become property of the Contractor. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 0174 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and store for reuse in the project. 1.05 QUALITY ASSURANCE A. Regulatory Requirements: Comply with transportation and disposal regulations of authorities having jurisdiction. B. Waste Management Conference: Conduct conference at Project site to comply with requirements in Section 01 31 00 "Project Management and Coordination." Review methods and procedures related to waste management including, but not limited to, the following: 1. Review procedures for periodic waste collection and transportation to recycling and disposal facilities. 2. Review waste management requirements for each trade. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION 3.01 PLAN IMPLEMENTATION A. General: Provide handling, containers, storage, signage, transportation, and other items as required to implement waste removal during the entire duration of the Contract. B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work. C. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged and recycled. 2. Comply with local, state and federal regulations for controlling dust and dirt, environmental protection, and noise control. 3.02 RECYCLING DEMOLITION AND CONSTRUCTION WASTE,GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 0174 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor as often as required to prevent overfilling bins. 3.03 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. 3.04 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged or recycled, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION 0174 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 0174 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 0177 00- CLOSEOUT PROCEDURES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for Contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Requirements: 1. Closeout requirements for specific construction activities are included in the appropriate Sections in Division 02 through 33. 2. Section 013100 "Project Management and Coordination" for project closeout meeting. 1.03 DEFINITIONS A. List of Incomplete Items: Contractor-prepared list of items to be completed or corrected, prepared for the Architect's use prior to Architect's inspection, to determine if the Work is substantially complete. 1.04 ACTION SUBMITTALS A. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. 1.05 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.06 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items required by other Sections. CLOSEOUT PROCEDURES 0177 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.07 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's "punch list"), indicating the value of each item on the list and reasons why the Work is incomplete. Comply with the General Conditions 9.8.2 Contractor (Punch List) comprehensive list of items to be completed or corrected. B. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 1. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. 2. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. C. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Owner's signature for receipt of submittals. 5. Submit testing, adjusting, and balancing records. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. D. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise the Owner of pending insurance changeover requirements. CLOSEOUT PROCEDURES 0177 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Make final changeover of permanent locks and deliver keys to Owner.Advise the Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct the Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings as needed to fully explain each item or procedure. 6. Advise the Owner of changeover in utility services. 7. Participate with the Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements. 10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. E. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request,Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Request the Architect's reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.08 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: 1. Submit a final, updated Application for Payment in accordance with Section 012900 "Payment Procedures" with releases and supporting documentation not previously submitted and accepted. 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. CLOSEOUT PROCEDURES 0177 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements for the Work. 5. Submit consent of surety to final payment. 6. Submit pest-control final inspection report. 7. Submit Final Completion photographic documentation. B. Re-inspection: The Architect will re-inspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items that show completion is delayed under circumstances acceptable to the Architect. 1. Upon completion of re-inspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, re-inspection will be repeated one time for a total of three (3) punch-list inspections, including the Substantial Completion punch-list. Additional re-inspections required due to Contractor's failure to complete the punch-list will be billed to the Contractor at the Architect's customary billing rates for the personnel involved. 1.09 LIST OF INCOMPLETE ITEMS A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1.10 RECORD DOCUMENT SUBMITTALS A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Architect's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately.Where Shop Drawing are used,record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related Change Order numbers where applicable. CLOSEOUT PROCEDURES 0177 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Organize record drawing sheets into manageable sets. Bind sets with durable paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one (1) copy of other written construction document, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Not related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records. D. Record Product Data: Maintain one (1) copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show substantial variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of the markup, submit complete set of record Product Data to the Architect for Owner's records. E. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2 inch, 3-ring, vinyl- covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Submit a preliminary maintenance manual for review by the Architect before or with the 50%application for payment. Submit three (3)copies of the final maintenance manual prior to final acceptance of the project. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn-around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Contact names, addresses and telephone numbers for service and supplies. CLOSEOUT PROCEDURES 0177 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 F. Electronic Submission Requirements: Provide 2 USB flash drives with electronic copies (PDF format) of all final submittals, shop drawings, product data, record drawings, record specifications and maintenance manuals. Organize electronic files to match submitted paper documents. 1.11 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal:Submit written warranties on request of Architect for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion,or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. D. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 1. Submit to Architect on 2 USB flash drives. E. Warranties in Paper Form: 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title"WARRANTIES," Project name, and name of Contractor. F. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.01 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned.Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. CLOSEOUT PROCEDURES 0177 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 FINAL CLEANING A. General: Perform final cleaning.Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are not planted, mulched, or paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited-access spaces, including roofs, plenums, shafts,trenches, equipment vaults, manholes, attics, and similar spaces. h. Clean flooring, removing debris, dirt, and staining; clean according to manufacturer's recommendations. i. Vacuum and mop concrete. j. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. k. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass,taking care not to scratch surfaces. I. Remove labels that are not permanent. M. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. CLOSEOUT PROCEDURES 0177 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. P. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. 1) Clean HVAC system in compliance with NADCA ACR. Provide written report on completion of cleaning. q. Clean luminaires, lamps, globes, and reflectors to function with full efficiency. r. Clean strainers. S. Leave Project clean and ready for occupancy. C. Pest Control: Comply with pest control requirements of local, state and federal authorities having jurisdiction. D. Construction Waste Disposal: Comply with waste-disposal requirements in Section 01 74 19 "Construction Waste Management and Disposal." 3.02 REPAIR OF THE WORK A. Complete repair and restoration operations required by Section 01 73 00 "Execution" before requesting inspection for determination of Substantial Completion. END OF SECTION 0177 00 CLOSEOUT PROCEDURES 0177 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 02 4119 -SELECTIVE DEMOLITION PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Demolition and removal of selected site elements. 1.02 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.03 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including Drawings,that indicates the measures proposed for protecting individuals and property,for environmental protection, for dust control and for noise control. Indicate proposed locations and construction of barriers. B. Schedule of selective demolition activities with starting and ending dates for each activity. C. Pre-demolition photographs or video. 1.04 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. G. Arrange selective demolition schedule so as not to interfere with Owner's operations. SELECTIVE DEMOLITION 02 41 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials and using approved contractors so as not to void existing warranties. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSP A10.6 and NFPA 241. PART 3-EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. 3.02 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated on Drawings to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Equipment to Be Removed: Disconnect and cap services and remove equipment. 3.03 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. SELECTIVE DEMOLITION 02 41 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Remove temporary barricades and protections where hazards no longer exist. 3.04 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping.Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials.At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. 4. Maintain fire watch during and for at least 1 hours after flame-cutting operations. 5. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls,floors, or framing. 6. Dispose of demolished items and materials promptly. B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. 3.05 CLEANING A. Remove demolition waste materials from Project site and dispose of them in an EPA-approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Comply with requirements specified in Section 01 74 19 "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. SELECTIVE DEMOLITION 02 41 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 02 4119 SELECTIVE DEMOLITION 02 41 19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 03 10 00- CONCRETE FORMWORK PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK The work of this section includes all labor, materials and equipment required to form all cast-in- place concrete shown on the drawings including but not limited to all slabs,joists, beams, walls, stairs, and equipment pads. 1.03 CODES AND STANDARDS Comply with the provision of the following codes, specifications and standards except where more stringent requirements are shown or specified: A. ACI 301 "Specifications for Structural Concrete for Buildings" B. ACI 318 "Building Code Requirements for Reinforced Concrete" C. Concrete Reinforcing Steel Institute "Reinforced Concrete, Manual of Standard Practice" D. ACI SP-4 "Formwork for Concrete" In addition, all formwork shall be designed, erected, supported, braced, and maintained as a minimum according to ACI Standard 347 "Guide to Formwork". 1.04 RESPONSIBILITY The design, construction and safety of all formwork shall be the responsibility of the General Contractor. The Contractor shall also be responsible for determining when temporary supports, shores, backshores, and other bracing may be safely removed. CONCRETE FORMWORK 03 10 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.01 FORMS FOR EXPOSED FINISH CONCRETE Unless otherwise specified, formwork for exposed concrete surfaces shall consist of plywood, metal, metal framed plywood, or other acceptable surface. Formwork shall provide a continuous straight and smooth surface conforming to the joint system as specified on the Architect's drawings. Form material shall have sufficient thickness to withstand pressure of concrete without bow or deflection. Plywood shall be overlaid plywood complying with U.S. Product Standard PS-1 "A-C or B-B High Density Overlaid Concrete Form", Class I, or plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood", Class I, Exterior Grade or better, mill-oiled and edge sealed, with each piece bearing legible inspection trademark. 2.02 FORMS FOR UNEXPOSED FINISH CONCRETE Unless otherwise specified,formwork for unexposed concrete surfaces shall be constructed with plywood, lumber, metal or other acceptable material. Lumber shall be dressed on at least two edges and one side for tight fit. 2.03 FORMWORK COATINGS Formwork coatings shall be a commercial formulation that will not bond with, stain, nor adversely affect concrete surfaces or impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede curing with water or curing compounds. Provide a product that has a maximum VOC (Volatile Organic Compounds) of 350 mg/I but not greater than permitted by the local government agency having jurisdiction in the area where the project is located. 2.04 NAILS AND FASTENERS Use only galvanized nails and fasteners for securing formwork in structures exposed to weather or unconditioned spaces such as garages, canopies and porte-cocheres. PART 3- EXECUTION 3.01 FABRICATION AND CONSTRUCTION A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by concrete structure. Construct formwork so concrete members and structures are of correct size, shape, CONCRETE FORMWORK 03 10 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 alignment, elevation and position. Maintain formwork construction tolerances complying with ACI 347. B. Design formwork to be readily removable without impact, shock or damage to cast-in- place concrete surfaces and adjacent materials. C. Construct forms to sizes, shapes, lines and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide back-up at joints to prevent leakage of cement paste. D. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like,to prevent swelling and for easy removal. E. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and patch forms to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F. Chamfer exposed corners and edges as indicated, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Form Ties: Factory-fabricated, adjustable-length, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. Unless otherwise indicated, provide ties so portion remaining within concrete after removal is 1 1/2" inside concrete and will not leave holes larger than 1" diameter in concrete surface. Provide only galvanized form ties in structures exposed to weather or unconditioned spaces. H. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. CONCRETE FORMWORK 03 10 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 CLEANING AND TIGHTENING Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and all other debris just prior to concrete placement. Retighten forms and bracing prior to concrete placement as required to prevent mortar leaks and maintain proper alignment. 3.03 CLEANING AND RE-USE OF FORMS Forms reused in the work shall be repaired and cleaned. Split, frayed, delaminated, or otherwise damaged facing material will not be acceptable for exposed surfaces. Forms intended for successive concrete placement shall have surfaces cleaned, fins and laitance removed, and joints tightened to avoid surface offsets. New form coating compound shall be applied to reused forms. Thin form-coating compounds only with thinning agent of type, and in amount, and under conditions of form-coating compound manufacturer's directions. Do not allow excess form-coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. 3.04 TOLERANCES Unless specified otherwise, all tolerances for concrete formwork shall conform to ACI Standard 117, "Standard Tolerances for Concrete Construction and Materials". Before concrete placement the Contractor shall check lines and levels of erected formwork and make any corrections and adjustments as required to ensure proper size and location of concrete members and stability of forming systems. During concrete placement the Contractor shall check formwork and supports to ensure that forms have not displaced and that completed work will be within specified tolerances. 3.05 SHORES AND SUPPORTS A. Definitions 1. Shores: Vertical or inclined support members designed to carry the weight of formwork, concrete, and construction loads above. 2. Reshores: Shores placed snugly under a stripped concrete structural member after the original forms and shores have been removed from the member, thus requiring the member to carry its own weight and superimposed construction loads at the time of installation. Reshores are assumed to carry no load at the time of installation. After the installation of reshores, superimposed construction loads are assumed to be distributed among all members connected by reshores. CONCRETE FORMWORK 03 10 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Backshores: Shores placed snugly under a stripped concrete structural member after the original formwork and shores have been removed from a small area without allowing the structural member to deflect or support its own weight or superimposed construction loads. It is assumed that backshores carry the same load as that carried by the original shores they replace. Comply with ACI 347 for shoring, reshoring and backshoring in concrete construction and as herein specified where more stringent: B. Structures with Three Supported Levels or Less: Extend shoring from soil supported slab or suitable subgrade to uppermost level for structures with three structurally supported levels or less. 3.06 REMOVAL OF FORMS AND SUPPORTS A. Curing and Stripping Concrete Cylinders: The General Contractor shall be responsible for making and curing stripping concrete cylinders, cured under field conditions, for the purpose of determining concrete strength at time of form and shore removal. Such cylinders shall be made by the Contractor and tested by his testing laboratory. B. Formwork Not Supporting Concrete: Formwork not supporting concrete such as sides of beams, walls, columns and similar parts of the structure, may be removed after cumulatively (not necessarily consecutively) curing at not less than 50°F for 12 hours after placing concrete, provided the concrete is sufficiently hard so as not to be damaged by form removal operations and provided curing and protection operations are maintained. If ambient air temperatures remain below 50°F or if retarding agents are used, then this specified minimum period should be increased as required to safely remove the forms without damage to the concrete. Where such forms also support formwork for slab or beam soffits,the removal times of the latter shall govern. END OF SECTION 03 10 00 CONCRETE FORMWORK 03 10 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 03 20 00- CONCRETE REINFORCEMENT PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to work of this section. 1.02 DESCRIPTION OF WORK The work of this section includes labor, materials, hardware, equipment, transportation and services required to fabricate and place all reinforcement for cast-in-place concrete including bars,welded wire fabric,ties and supports shown on the drawings and as specified. 1.03 QUALITY ASSURANCE A. Codes and Standards: Comply with all provisions of the following codes, specifications and standards except where more stringent requirements are shown or specified: 1. ACI 315, "ACI Manual of Standard Practice for Detailing Reinforced Concrete Structures". 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute, "Reinforced Concrete, Manual of Standard Practice". 4. Concrete Reinforcing Steel Institute, "Placing Reinforcing Bars." 1.04 SHOP DRAWINGS A. Shop drawings and samples for all reinforcing steel and related accessories shall be submitted for the Engineer's approval. B. Shop Drawings shall show layout, bending and assembly diagrams, bar schedules, stirrup spacing, splicing and laps of bars and shall be prepared in accordance with ACI 315. CONCRETE REINFORCEMENT 03 20 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 TESTING AND INSPECTION Perform all tests and inspections specified in Laboratory Testing Section of these specifications. PART 2- PRODUCTS 2.01 MATERIALS A. Reinforcement: 1. Reinforcing Steel: All reinforcing steel shall conform to the " Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement," ASTM A615 Grade 60 unless noted otherwise on the drawings. All reinforcing steel required to be welded shall conform to ASTM A 706 "Standard Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement". 2. Tie Wire: Tie wire shall be annealed steel tie wire, minimum 16 gauge. Provide only plastic coated or stainless steel tie wire in exposed concrete structures and all architectural concrete. B. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI recommendations. 1. Slabs-on-Grade: Use supports with sand plates or horizontal runners. 2.02 SPLICES A. Splice Type and Lap Lengths: Required splice type and lap lengths are defined on the drawings. Lap splice lengths for unscheduled bars not shown otherwise on the drawings shall be 40 bar diameters minimum. CONCRETE REINFORCEMENT 03 20 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3- EXECUTION 3.01 FABRICATION AND DELIVERY A. Bending and Forming: Fabricate bars of indicated sizes and accurately form to shapes and lengths indicated and required, by methods not injurious to materials. Do not heat reinforcement for bending. Bars with kinks or bends not scheduled will be rejected. B. Marking and Shipping: Bundle reinforcement and tag with suitable identification to facilitate sorting and placing. Transport and store at site so as not to damage material. Keep sufficient supply of tested, approved and proper reinforcement at the site to avoid delays. Maintain reinforcing bars free of mud, dirt, grease, or other coating. 3.02 PLACING REINFORCEMENT A. Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports and as herein specified. B. Before placing and again before concrete is placed, clean reinforcement of loose rust and mill scale, earth, ice and other materials which reduce or destroy bond with concrete. C. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. Exercise particular care to maintain proper distance and clearance between parallel bars and between bars and forms. Provide metal spreaders and spacers to hold steel in position. Support steel at proper height upon approved chairs. D. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Coordinate with other trades and expedite materials and labor to avoid omissions and delay. F. Install waterproof membrane or moisture barrier as specified prior to placing steel for concrete slabs-on-grade. CONCRETE REINFORCEMENT 03 20 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. Extend reinforcement continuous through construction joints or, if approved on the shop drawings, provide dowels of sufficient length to develop the full tension or compression strength of the bar as applicable. H. Provide and place additional reinforcing steel at all sleeves and openings in beams, slabs and walls as specified on the drawings. Where reinforcement is interrupted by sleeves or openings not shown on the drawings, consult with Engineer for instructions for placing and splicing of bars. Provide required additional reinforcing steel at no additional cost to the Owners. 3.03 REINFORCING STEEL SPACING AND COVERAGE A. Reinforcing Steel Coverage Reinforcing steel coverage should conform to the requirements specified in the General Notes. Cover specified shall be considered minimums that may require increasing where reinforcing steel intersects for different member types. Cover in structural members not specified in the General Notes shall conform to the requirements of ACI 318-08 Section 7.7 unless specified otherwise on the drawings. B. Reinforcing Steel Spacing: The clear distance between parallel bars in a layer shall be not less than the bar diameter nor 1". Where parallel reinforcement is placed in 2 or more layers, bars in the upper layer shall be placed directly above bars in the lower layer with clear distance between layers of not less than 1". 3.04 SPLICING REINFORCING STEEL A. All lap splices in reinforcing steel shall be contact lap splices unless detailed otherwise on the drawings. B. Maintain proper cover between reinforcing bars at splices. C. Lap unscheduled reinforcing bars not otherwise specified a minimum of 40 bar diameters at splices. Lap welded wire fabric a minimum of one full wire mesh plus two inches. 3.05 SHRINKAGE AND TEMPERATURE REINFORCEMENT Provide shrinkage and temperature reinforcement at right angles to main top and bottom bars for all structural slabs unless detailed otherwise on the drawings. See drawings for sizes and spacings. CONCRETE REINFORCEMENT 03 20 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.06 MECHANICAL AND PLUMBING REQUIREMENTS Refer to Mechanical and Plumbing Drawings for formed concrete requiring reinforcing steel. Such reinforcement shall be furnished as part of the work of this section. 3.07 QUALITY CONTROL TESTING DURING CONSTRUCTION See Testing Laboratory Services section of these specifications for concrete reinforcement inspection and test requirements. END OF SECTION 03 20 00 CONCRETE REINFORCEMENT 03 20 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 03 30 00- CAST-IN-PLACE CONCRETE PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Extent of concrete work is shown on drawings, including schedules, notes and details which show size and location of members and type of concrete to be poured. Furnish all labor, materials, services, equipment and hardware required in conjunction with or related to the forming, delivery and pouring of all poured-in-place concrete work. B. Architectural Concrete is specified in other Division-3 sections. 1.03 QUALITY ASSURANCE The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 301 - "Specifications for Structural Concrete for Buildings". 2. ACI 302 - "Guide for Concrete Floor and Slab Construction". 3. ACI 304 - "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". 4. ACI 305 - "Recommended Practice for Hot Weather Concreting". 5. ACI 306- "Recommended Practice for Cold Weather Concreting". 6. ACI 318- "Building Code Requirements for Reinforced Concrete". B. Document Precedence: In case of conflict among documents, including architectural and structural drawings and specifications, notify the Architect prior to submitting proposal. In case of conflict between the structural drawings and specifications, the strictest interpretation shall govern. CAST-IN-PLACE CONCRETE 03 30 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Materials and installed work may require testing and retesting, as directed by the Architect/Engineer, at any time during progress of work. Allow free access to material stockpiles and facilities. Tests, not specifically indicated to be done at the Owner's expense, including retesting of rejected materials and installed work, shall be done at the Contractor's expense. See Testing Laboratory section of the Specifications. Inspection or testing by the Owner does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including admixtures, patching compounds, epoxies, grouts, waterstops, joint systems, curing compounds, dry-shake finish materials, hardeners, sealers and others as requested by Architect/Engineer. B. Samples: Submit samples of materials specified if requested by Architect/ Engineer, including names, sources and descriptions. C. Laboratory Test Reports and Mix Designs: Submit laboratory test reports for concrete materials and mix designs as specified in the Testing Laboratory section of the Specifications. D. Material and Mill Certificates: Provide material and mill certificates as specified herein and in the Testing Laboratory section of the Specifications. Material and mill certificates shall be signed by manufacturer and Contractor, certifying that each material item complies with, or exceeds, specified requirements. E. Construction Joints: There shall be no construction joints for slab on grade, structural floors or columns where they are not indicated on the drawings. 1.05 PROVISION FOR OTHER WORK Provide for installation of inserts, hangers, metal ties, anchors, bolts, angle guards, dowels, thimbles, slots, nailing strips, blocking, grounds and other fastening devices required for attachment of work. Properly locate in cooperation with other trades and secure in position before concrete is poured. Do not install sleeves in any concrete slabs, beams or columns except where shown on the drawings or upon written approval of the Architect/Engineer. CAST-IN-PLACE CONCRETE 03 30 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.01 CONCRETE MATERIALS Refer to the drawings for classes and strengths of concrete required. A. Portland Cement: ANSI/ASTM C 150, Type I or Type III, unless otherwise approved by the Architect/Engineer. Use one brand of cement, for each class of concrete, throughout the project, unless approved otherwise by the Architect/Engineer and the Testing Laboratory. B. Normal Weight Aggregates: ANSI/ASTM C 33, and as herein specified. Provide aggregates from a single source for exposed concrete. C. Water: Clean, fresh, drinkable, free of oils, acids or organic matter. D. Air-Entraining Admixture: ANSI/ASTM C 260. Provide air entrainment in all concrete used for vehicular traffic and parking or concrete permanently exposed to the weather as specified in Table 4.5.1 of ACI 318. Submit manufacturer's certification that product conforms to the requirements specified. E. Water-Reducing Admixture: ANSI/ASTM C 494, Type A. See maximum permissible chloride ion content in concrete specified below. Submit manufacturer's certification that product conforms to the requirements specified. F. High-Range Water-Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or Type G. See maximum permissible chloride ion content in concrete specified below. Submit manufacturer's certification that product conforms to the requirements specified. G. Water-Reducing, Accelerator Admixture (Non-Corrosive, Non-Chloride): ASTM C 494, Type C or E. See maximum permissible chloride ion content in concrete specified below. Submit manufacturer's certification that product conforms to the requirements specified. H. Water-Reducing, Retarding Admixture: ASTM C 494,Type D. See maximum permissible chloride ion content in concrete specified below. Submit manufacturer's certification that product conforms to the requirements specified. I. Specification for Pozzolan Admixtures: Fly ash or other pozzolans used as admixtures may be used provided they conform to "Specification for Fly Ash and/or Calcined Natural Pozzolans for Use in Portland Cement Concrete", ASTM C 618 Class C or F. Fly ash replacement of cement shall not exceed 20% (one part fly ash max. to four parts cement) by weight. Fly ash may not be used in architecturally exposed concrete. CAST-IN-PLACE CONCRETE 03 30 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Submit manufacturer's certification that product conforms to the requirements specified. J. Admixtures containing Chloride Ions: Admixtures containing chloride ions shall not be used in concrete containing galvanized or aluminum embedments, concrete containing high early strength cement (Type III), or concrete exposed to sulfate containing solutions such as soils with a water soluble sulfate content more than 0.20 percent by weight and all water with a sulfate content more than 1500 parts per million. Admixtures containing more than 0.05% chloride ions shall not be permitted. The maximum chloride ion content in concrete for corrosion protection shall be as follows: Max. Water Soluble Chloride Ion in Concrete Type of Member of Cement at 28 Days, % by weight Reinforced Concrete and other structures,which may be exposed to chloride in service 0.15 Reinforced Concrete in buildings and other structures that will be dry or protected from moisture in service 1.00 All other reinforced concrete construction 0.30 The Contractor shall have the Concrete Supplier verify in a written submittal to the Architect/Engineer and Testing Laboratory that the chloride ion content in all concrete mix designs used on the project will not exceed limits stated above. K. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05%chloride ions are not permitted. L. Certification: Written conformance to the above mentioned requirements and the chloride ion content of the admixture will be required from the admixture manufacturer prior to mix design review by the Engineer. 2.02 RELATED MATERIALS A. Waterstops: Provide waterstops at all construction joints and other joints in all foundation walls below grade and where shown on the drawings. Size to suit joints. 1. Rubber waterstops: Corps of Engineers CRD-C 513. 2. Polyvinyl chloride (PVC) waterstops: Corps of Engineers CRD-C 572. CAST-IN-PLACE CONCRETE 03 30 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Preformed Plastic Waterstops: Federal Specifications SS-S-210A "Sealing Compound for Expansion Joints". B. Moisture Barrier: Provide moisture barrier cover over prepared base material where indicated. Use only materials, which are resistant to decay when tested in accordance with ANSI/ASTM E 154. C. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq.yd., complying with AASHTO M 182, Class 2. D. Moisture-Retaining Cover: Complying with ANSI/ASTM C 171: E. Non-slip Aggregate Finish: Provide fused aluminum oxide grits, or crushed emery, as abrasive aggregate for non-slip finish with emery aggregate containing not less than 40% aluminum oxide and not less than 25% ferric oxide. Use material that is factory- graded, packaged, rust-proof and non-glazing, and is unaffected by freezing, moisture and cleaning materials. F. Colored Wear-Resistant Finish: Packaged, dry, combination of materials, consisting of portland cement, graded quartz aggregate, coloring pigments (if required) and plasticizing admixtures. Use coloring pigments that are finely ground, non-fading mineral oxides, interground with cement. Color, as selected by Architect, unless otherwise indicated. Submit manufacturer's certification that product conforms to the requirements specified. G. Liquid Membrane-Forming Curing Compound: Liquid type membrane forming curing compound complying with ANSI/ASTM C 309, Type I, Class A unless otherwise acceptable to the Architect/Engineer. Submit manufacturer's certification that product conforms to the requirements specified. H. Chemical Curing/Floor Hardener Compound: A clear liquid chemically acting compound of sodium silicate that performs as a curing agent with a penetrating compound that changes the free lime in the concrete to calcium silicate, resulting in a surface having a maximum abrasion coefficient of 0.25 cm3/cm2 when tested in accordance with ASTM C 118. Submit manufacturer's certification that product conforms to the requirements specified. I. Chemical Hardener: Colorless aqueous solution containing a blend of magnesium fluosilicate and zinc fluosilicate combined with a wetting agent, containing not less than 2 lb. of fluosilicates per gal. Submit manufacturer's certification that product conforms to the requirements specified. J. Bonding Compound: Polyvinyl acetate or acrylic base, rewettable type for use in cosmetic nonstructural repairs. CAST-IN-PLACE CONCRETE 03 30 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 K. Epoxy Products: Two component material suitable for use on dry or damp surface, complying with ASTM C 881,for use in all structural concrete repairs. L. Self-Leveling Mortars for Slab Fill Repair: M. Expansion Bolts in Concrete: 1. ICBO Approval: Only concrete anchors approved by the International Conference of Building Officials (ICBO) with a published Research Report shall be approved for use. 2. Type: All expansion bolts in concrete shall be only wedge type expansion bolts. 3. Interior Use: All expansion bolts, nuts and washers for use in interior conditioned environments free of potential moisture shall be manufactured from carbon steel zinc plated in accordance with Federal Specification QQ-Z- 325C,Type II, Class 3. 4. Exterior or Exposed Use: All expansion bolts, nuts and washers for use in exposed or potentially wet environments, or for attachment of exterior cladding materials shall be galvanized or stainless steel. Galvanized bolts, nuts and washers shall conform to ASTM A 153. Stainless steel bolts shall be manufactured from 300 series stainless steel and nuts and washers from 300 series or Type 18-8 stainless steel. 5. Nuts and Washers: Nuts and washers shall be furnished from the manufacturer and used with the bolts. N. Non-Shrink Grout: 1. Type: Grout for base plates and bearing plates shall be a non-metallic, shrinkage resistant, premixed, non-corrosive, non-staining product containing Portland cement, silica sands, shrinkage compensating agents and fluidity improving compounds. 2. Specifications: Non-shrink grout shall conform to Corps of Engineers Specification for Non-Shrink Grout, CRD-C621-83. 3. Compressive Strength: Twenty-eight day compressive strength as determined by grout cube tests, shall be: a. 6,000 PSI for supporting concrete 3000 psi and less. b. 8,000 PSI for supporting concrete greater than 3000 psi and less than or equal to 4000 psi. C. 10,000 PSI for supporting concrete greater than 4000 psi. CAST-IN-PLACE CONCRETE 03 30 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.03 PROPORTIONING AND DESIGN OF MIXES A. Refer to Testing Laboratory section of the Specifications. 2.04 CONCRETE MIXES A. Ready-Mix Concrete: Comply with requirements of ANSI/ASTM C 94, "Ready Mixed Concrete" and Testing Laboratory section of the specifications. PART 3- EXECUTION 3.01 JOINTS IN CONCRETE A. Construction Joints: Locate and install construction joints as indicated on the drawings or if not shown on drawings, located so as not to impair strength and appearance of the structure, as acceptable to Architect/Engineer. 1. Place construction joints in the center one third of spans unless specified otherwise. Continue reinforcement across construction joints. Submit construction joint locations not shown on the drawings for Engineer's approval. 2. Waterstops: Provide waterstops in construction joints as indicated on the Architectural and Structural Drawings. Install waterstops to form continuous diaphragm in each joint. Make provisions to support and protect exposed waterstops during progress of work. Fabricate field joints in waterstops in accordance with manufacturer's printed instructions. 3.02 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast-in-place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items to be attached thereto. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units sufficiently strong to support types of screed strips by use of strike-off templates or accepted compacting type screeds. CAST-IN-PLACE CONCRETE 03 30 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.03 PREPARATION OF FORM SURFACES A. Clean reused forms of concrete matrix residue, repair and patch as required to return forms to acceptable surface condition. B. Coat contact surfaces of forms with a form-coating compound before reinforcement is placed. C. Thin form-coating compounds only with thinning agent of type, and in amount, and under conditions of form-coating compound manufacturer's directions. Do not allow excess form-coating material to accumulate in forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.04 CONCRETE PLACEMENT A. Preplacement Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel and items to be embedded or cast-in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Moisten wood forms immediately before placing concrete where form coatings are not used. B. Coordinate the installation of joint materials and moisture barriers with placement of forms and reinforcing steel. C. Comply with ACI 304, Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete, and as herein specified. 1. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation. 2. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 3. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand-spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309 recommended practices. 4. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. Place vibrators to rapidly penetrate placed layer and CAST-IN-PLACE CONCRETE 03 30 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 at least 6" into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing segregation of mix. 5. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. 6. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 7. Bring slab surfaces to correct level with straightedge and strikeoff. Use highway straightedges, bull floats or darbies to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 8. Maintain reinforcing in proper position during concrete placement operations. 3.05 FINISH OF FORMED SURFACES A. Rough Form Finish: Provide rough form finish for formed concrete surfaces not exposed-to-view in the finish work unless otherwise indicated. This is the concrete surface having texture imparted by form facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/4" in height rubbed down or chipped off. B. Smooth Form Finish: Provide smooth form finish for formed concrete surfaces exposed- to-view or that are to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, painting or other similar system. This is as-cast concrete surface obtained with selected form facing material, arranged orderly and symmetrically with a minimum of seams. Repair and patch defective areas with fins or other projections completely removed and smoothed. C. Smooth Rubbed Finish: Provide smooth rubbed finish to scheduled concrete surfaces, which have received smooth form finish treatment, not later than one day after form removal. Moisten concrete surfaces and rub with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. D. Grout Cleaned Finish: Provide grout cleaned finish to scheduled concrete surfaces, which have received smooth form finish treatment. 1. Combine one part portland cement to 1-1/2 parts fine sand by volume, and mix with water to consistency of thick paint. Proprietary additives may be used at CAST-IN-PLACE CONCRETE 03 30 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Contractor's option. Blend standard portland cement and white portland cement, amounts determined by trial patches, so that final color of dry grout will closely match adjacent surfaces. 2. Thoroughly wet concrete surfaces and apply grout to coat surfaces and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least 36 hours after rubbing. E. Related Unformed Surfaces: At tops of walls, horizontal offsets surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.06 MONOLITHIC SLAB FINISHES A. Scratch Finish: Apply scratch finish to monolithic slab surfaces that are to receive concrete floor topping or mortar setting beds for tile, portland cement terrazzo and other bonded applied cementitious finish flooring material, and as otherwise indicated. After placing slabs, plane surface to tolerance specified below. Slope surfaces uniformly to drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms or rakes. B. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand-bed terrazzo, and as otherwise indicated. After screeding, consolidating and leveling concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power- driven floats, or both. Consolidate surface with power-driven floats, or by hand-floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance as specified below. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed-to-view, and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint or other thinfilm finish coating system. After floating, begin first trowel finish operation using power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand-troweling operation,free of trowel marks, uniform in texture and appearance, and with a level surface to a tolerance as specified below. Grind smooth surface defects, which would telegraph through applied floor covering system. CAST-IN-PLACE CONCRETE 03 30 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Trowel and Fine Broom Finish: Where ceramic or quarry tile is to be installed with thin- set mortar, apply trowel finish as specified above, then immediately follow with slightly scarifying surface by fine brooming. E. Non-Slip Broom Finish: Apply non-slip broom finish to ramps less than 6% exterior concrete platforms, steps and elsewhere as indicated. Immediately after trowel finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. F. Rake Finish: Provide a rake finish to all ramps exceeding a 6% slope. Finish shall be applied perpendicular to direction of traffic. G. Chemical-Hardener Finish: Apply chemical-hardener finish to interior concrete floors where indicated. Apply liquid chemical-hardener after complete curing and drying of the concrete surface. Dilute liquid hardener with water (parts of hardener/water as follows), and apply in 3 coats; first coat, 1/3-strength; second coat, 1/2-strength; third coat, 2/3-strength. Evenly apply each coat and allow 24 hours for drying between coats. Apply proprietary chemical hardeners, in accordance with manufacturer's printed instructions. After final coat of chemical-hardener solution is applied and dried, remove surplus hardener by scrubbing and mopping with water. H. Non-slip Aggregate Finish: Apply non-slip aggregate finish to concrete stair treads, platforms, ramps and elsewhere as indicated on the Architect's or Structural Drawings. After completion of float finishing, and before starting trowel finish, uniformly spread 25 lb. of dampened non-slip aggregate per 100 sq. ft. of surface. Tamp aggregate flush with surface using a steel trowel, but do not force below surface. After broadcasting and tamping, apply trowel finishing as herein specified. After curing, lightly work surface with a steel wire brush, or an abrasive stone, and water to expose non-slip aggregate. I. Colored Wear-Resistant Finish: Provide colored wear-resistant finish to monolithic slab surface indicated. Apply dry shake materials for colored wear-resistant finish at rate of not less than 60 lbs. per 100 sq.ft., unless greater amount is recommended by material manufacturer. Immediately following first floating operation, uniformly distribute approximately 2/3 of required weight of dry shake material over concrete surface, and embed by means of power floating. Follow floating operation with second shake application, uniformly distributing remainder of dry shake material at right angles to first application, and embed by power floating. CAST-IN-PLACE CONCRETE 03 30 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 After completion of broadcasting and floating, apply trowel finish as herein specified. Cure slab surface with curing compound recommended by dry shake hardener manufacturer, waiting up to time period as required by the manufacturer (depending on humidity and drying) before application. Do not use moisture-cover or moisture curing methods. 3.07 CONCRETE FINISH MEASUREMENT AND TOLERANCES A. Definitions: 1. Flatness -A measure of a concrete surfaces curvature or deviation from a planar surface. Concrete surfaces that are not flat are wavy or bumpy. 2. Levelness -A measure of a concrete surfaces tilt or inclination from a horizontal plane. Concrete surfaces that are not level are sloped or tilted. B. Construction Requirements to Achieve Specified Floor Finish Tolerances: 1. Forms shall be properly leveled, in good condition and securely anchored including special attention to ends and transitions. 2. Bearing surfaces for straightedges such as form edges or previously poured slabs shall be kept clean of laitance, sand,gravel, or other foreign elements. 3. Screeds shall be maintained in good condition with true round rolling wheels and level cutting edges. The use of optical sighting equipment such as lasers is recommended for checking levelness and straightness. The Contractor shall promptly adjust or replace equipment when test results indicate substandard work. C. Concrete Floor Finish Tolerance for Slab-on-Grade Construction: 1. Concrete Placement: Concrete shall be placed and screeded to predetermined marks set to elevations prescribed on the drawings. 2. Tolerance: Finished floor elevation shall not vary more thank A-inch in 10 feet, non-cumulative. D. Remedial Measures for Slab Finish Construction Not Meeting Specified Tolerances: 1. Modification of Existing Surface: a. If, in the opinion of the Architect/Engineer or Owner's Representative, all or any portion of the substandard work can be repaired without sacrifice to the appearance or serviceability of the area, then the Contractor shall immediately undertake the approved repair method. CAST-IN-PLACE CONCRETE 03 30 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. The Contractor shall submit for review and approval a detailed work plan of the proposed repair showing areas to be repaired, method of repair and time to effect the repair. C. Repair method(s), at the sole discretion of the Architect/Engineer or Owner's Representative, may include grinding (floor stoning), planing, retopping with self leveling grout or polymer concrete, or any combination of the above. d. The Architect/Engineer or Owner's Representative maintains the right to require a test repair section using the approved method of repair for review and approval to demonstrate a satisfactory end product. If, in the opinion of the Architect/Engineer or Owner's Representative, the repair is not satisfactory an alternate method of repair shall be submitted or the defective area shall be replaced. e. The judgment of the Architect/Engineer or Owner's Representative on the appropriateness of a repair method and its ability to achieve the desired end product shall be final. f. All repair work shall be performed at no additional cost to the Owner and with no extension to the construction schedule. 2. Removal and Replacement: a. If, in the opinion of the Architect/Engineer or Owner's Representative, all or any portion of the substandard work cannot be satisfactorily repaired without sacrifice to the appearance or serviceability of the area, then the Contractor shall immediately commence to remove and replace the defective work. b. Replacement section boundaries shall be made to coincide with the test section boundaries as previously defined. C. Sections requiring replacement shall be removed by sawcutting along the section boundary lines to provide a neat clean joint between new replacement floor and existing floor. d. The new section shall be reinforced the same as the removed section and doweled into the existing floor as required by the Engineer. No existing removed reinforcing steel may be used. All reinforcing steel shall be new steel. e. Replacement sections may be retested for compliance at the discretion of the Architect/Engineer or Owner's Representative. CAST-IN-PLACE CONCRETE 03 30 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 f. The judgment of the Architect/Engineer or Owner's Representative on the need for replacement shall be final. g. All replacement work shall be performed at no additional cost to the Owner and with no extension to the construction schedule. 3.08 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Maintain concrete with minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of concrete. 2. Curing shall commence as soon as free water has disappeared from the concrete surface after placing and finishing. The curing period shall be 7 days for all concrete except high early strength concrete, which shall be cured for 3 days minimum, unless test cylinders, made and kept adjacent to the structure and cured by the same methods, are tested with the average compressive strength equal to 70% of the specified 28 day strength. Curing may also be terminated when the temperature of the concrete is maintained at least 50°F for the same length of time that laboratory cured cylinders, representative of the concrete in place, require to achieve 85% of the 28 day compressive strength. 3. Curing shall be in accordance with ACI 301 procedures. Avoid rapid drying at the end of the curing period. B. Curing Methods: Perform curing of all concrete horizontal and vertical surfaces (including columns, shear walls and basement walls) by one of the methods specified or by combinations thereof, as herein specified. The Contractor shall choose a curing method that is compatible with the requirements for subsequent material usage on the concrete surface. Parking garages shall be cured using only methods 1 or 2 below. 1. Provide moisture curing by one of the following methods: a. Keep concrete surface continuously wet by covering with water. b. Continuous water-fog spray. C. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. CAST-IN-PLACE CONCRETE 03 30 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Provide moisture-cover curing as follows: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Provide curing/hardener or liquid membrane forming curing compound to interior slabs with resilient flooring, carpet over cushion, or left exposed; and to exterior slabs, walks and curbs, as follows: Apply specified compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). Apply uniformly in continuous operation by power-spray or roller in accordance with manufacturer's directions. Do not allow to puddle. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. Do not use membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glue down carpet), painting and other coatings and finish materials, unless otherwise acceptable to the Architect. Use only clear curing compounds for exposed interior slabs and all exterior concrete. C. Curing Formed Surfaces: Where wooden forms are used, cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. When forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Cure unformed surfaces, such as slabs, floor topping and other flat surfaces by application of appropriate curing compound. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture-retaining cover, unless otherwise directed. 3.09 HOT WEATHER CONCRETING A. Definition: 1. Conditions warranting hot weather concreting practices are defined as any combination of high air temperature, low relative humidity and wind velocity tending to impair the quality of fresh or hardened concrete or otherwise result in abnormal properties. CAST-IN-PLACE CONCRETE 03 30 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. The maximum acceptable concrete temperature at the truck discharge point shall be 95°F. B. Specification: Hot weather concreting practices required to limit the concrete temperature at the truck discharge point to 95°F or lower shall be followed according to ACI 305 "Hot Weather Concreting." C. Records: Under hot weather conditions, the Contractor shall keep records of outside air temperature, concrete temperature at truck discharge and general weather conditions. D. Hot Weather Concreting Requirements: The following items, all or in part as required, should be followed to limit the concrete temperature to 95°F or lower: 1. Design the concrete mixes specifically for hot weather conditions replacing some cement with fly ash or other pozzolan and using a water reducing retarding admixture (ASTM C 494 Type D). 2. Use the largest size and amount of coarse aggregate compatible with the job. 3. Use sunshades and/or windbreaks. 4. Delay construction of indoor slabs-on-grade until the walls and roof are constructed. 5. Cool and shade aggregate stockpiles. 6. Use ice as part of the mixing water or cool the water with liquid nitrogen. 7. Limit the number of revolutions at mixing speed to 125 maximum. 8. Paint mixers and storage bins or silos white to minimize heat absorption. 9. Reduce time between mixing and placing as much as possible. 10. Do not add water to ready-mixed concrete at the job site unless it is part of the amount required initially for the specified water-cement ratio and the specified slump. 11. Schedule concrete placement for early morning, late afternoon, or night. 12. Have all forms, equipment and workers ready to receive and handle concrete. 13. Maintain one standby vibrator for every three vibrators used. 14. Keep all equipment cool by spraying with water including chutes, conveyors, pump lines,tremies, reinforcement and buggies. CAST-IN-PLACE CONCRETE 03 30 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 15. Dampen the subgrade and side forms with cool water. 16. Protect slab concrete at all stages against undue evaporation by applying a fog spray or mist above the surface or applying a monomolecular film. Where high temperatures and/or placing conditions dictate, use water-reducing retarding admixture (Type D) in lieu of the water-reducing admixture (Type A) as directed by the Owner's Testing Laboratory. 17. Provide continuous curing, preferably with water, during the first 24 hours using wet burlap, cotton mats, continuous spray mist, or by applying a curing compound meeting ASTM C 309. Continue curing for 3 days minimum. 18. Spray exteriors of forms to keep them cool. 19. As soon as possible, loosen forms and run water down the inside. When forms are removed, provide a wet cover to newly exposed surfaces. 3.10 COLD WEATHER CONCRETING A. Definition: 1. Concrete shall not be placed on any day when the outside air temperature is 40°F or less and falling unless cold weather concreting practices are followed as specified below. 2. Cold weather concreting practices should be followed whenever the mean daily temperature drops below 40°F for more than three successive days. 3. The temperature of concrete mixed and delivered to the job site shall conform to the following requirements: Air Temperature Min. Concrete Temperature Above 30°F 60°F 0°F to 30°F 65°F Below O°F 70°F 4. The minimum temperature of concrete during placement and curing shall be 55°F. The maximum concrete temperature heated by artificial means at point of placement shall not exceed 90°F. B. Specification: Cold weather concreting practices required to limit the concrete temperatures as specified above shall be followed according to ACI 306R-78 "Cold Weather Concreting". CAST-IN-PLACE CONCRETE 03 30 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Records: Under cold weather conditions, the Contractor shall keep records of outside air temperature, concrete temperature as placed and general weather conditions. D. Cold Weather Concreting Requirements: The following items, all or in part as required, should be followed to assure acceptable concrete in cold weather conditions: 1. Design the concrete mix suitable for cold weather. Use air entrainment and obtain high early strength by using a higher cement content, a high early strength cement (Type III), or an accelerator(ASTM C 494 Type C and E). 2. Protect the concrete during curing period using insulating blankets, insulated forms, enclosures and/or heaters. 3. Concrete cured in heated enclosures shall have heaters vented to prevent exposure of concrete and workmen to noxious gases. 4. Frozen subgrade shall be thawed prior to concrete placement and snow and ice shall be removed from forms. 5. Concrete shall be protected and cured at 55°F for three days minimum if normal concrete (Type I cement) is used and for two days minimum if high early strength concrete (concrete with Type III cement, 100 pounds cement added per cubic yard concrete, or an accelerator added). 6. Concrete not loaded during construction shall be protected a minimum of 3 days for normal concrete and 2 days for high early strength concrete to obtain safe form stripping strength. Concrete fully loaded during construction shall be protected for whatever time period is required to obtain the required strength as determined by nondestructive strength tests (Windsor probe, Swiss Hammer Test) on the in-place concrete. 7. Heat the mixing water and then blend hot and cold water to obtain concrete no more than 10°F above the required temperature. 8. Heat the aggregates by circulating steam in pipes placed in the storage bins for air temperatures consistently below 32°F. When either water or aggregate is heated to over 140°F combine them in the mixer first to obtain a maximum temperature of the mixture not to exceed 1407 in order to prevent flash set of the concrete. 9. Uniformly thaw aggregates far in advance of batching to prevent moisture variations in the stockpile. 10. Cover warmed stockpiles with tarps to retain heat. CAST-IN-PLACE CONCRETE 03 30 00- 18 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 11. Place air entraining admixture in the batch after the water temperature has been reduced by mixing with cooler solid materials. 12. Use wind screens to protect concrete from rapid cooling. 13. Place vertical pump lines inside the building, if possible, for concrete being pumped. 14. Maintain artificial heat as low as possible to reduce temperature stresses during cooling. 15. Avoid water curing of concrete. Apply the required curing compound to unformed surfaces as soon as possible to prevent drying of concrete from heated enclosures. 16. Delay form stripping as long as possible to help prevent drying from heated enclosures and to reduce damage to formed surfaces caused by premature stripping. 17. Provide triple thickness of insulating materials at corners and edges vulnerable to freezing. 18. Wrap protruding reinforcing bars with insulation to avoid heat drain from the warm concrete. 19. Gradually reduce the heat at the end of the heating period to reduce likelihood of thermal shock. 3.11 MISCELLANEOUS CONCRETE ITEMS A. Filling-In: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with inplace construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel-troweling surfaces to a hard, dense finish with corners, intersections and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations, as shown on drawings. Set anchor bolts for machines and equipment to template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and equipment. CAST-IN-PLACE CONCRETE 03 30 00- 19 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.12 CONCRETE SURFACE REPAIRS A. Definition - Defective Areas: 1. Formed Surfaces: Concrete surfaces requiring repairs shall include all honeycombs, rock pockets and voids exceeding 1/4" in any dimension, holes left by tie rods or bolts, cracks in excess of 0.01" and any other defects that affect the durability or structural integrity of the concrete. 2. Unformed Surfaces: Concrete surfaces requiring repair shall include all surface defects such as crazing, cracks in excess of 0.01" wide or cracks which penetrate to reinforcement or through the member, popouts, spalling and honeycombs. B. Classification: 1. Structural Concrete Repair: Major defective areas in concrete members that are load carrying (such as shear walls, beams, joists and slabs), are highly stressed, and are vital to the structural integrity of the structure shall require structural repairs. Structural concrete repairs shall be made using a two part epoxy bonder and/or epoxy mortar. Location of structural concrete repairs shall be determined by the Engineer. 2. Cosmetic Concrete Repair: Defective areas in concrete members that are non- load carrying and minor defective areas in load carrying concrete members shall require cosmetic concrete repair. Cosmetic concrete repairs may be made using a non-epoxy non-shrink patching mortar and bonding agent. The location of cosmetic concrete repair required shall be determined by the Engineer. Cosmetic concrete repair in exposed-to-view surfaces will require Architect's approval prior to patching operation. 3. Slab Repairs: High areas in concrete slabs shall be repaired by grinding after concrete has cured at least 14 days. Low areas shall be filled using self-leveling mortars. Repair of slab spalls and other surface defects shall be made using epoxy products as specified above and as determined by the Engineer. 3.13 QUALITY CONTROL TESTING DURING CONSTRUCTION See Testing Laboratory Services section of these Specifications for concrete materials and cast- in-place concrete inspection and test requirements. END OF SECTION 03 30 00 CAST-IN-PLACE CONCRETE 03 30 00-20 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 03 3100- EPDXY RELATED WORK PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of contract, including General and Supplementary Conditions and Division - 1 Specification Sections, apply to the work of this section. 1.02 SCOPE OF WORK A. Installation of epoxy grouted dowels or reinforcing steel, and bonding fresh concrete to hardened concrete. Such work shall be done by the Contractor in strict conformance to these specifications. 1.03 QUALITY ASSURANCE A. Applicable Standards 1. American Society for Testing and Materials (ASTM) C881 Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 2. American Concrete Institute (ACI) ACI 503 R Use of Epoxy Compounds with Concrete ACI 503.1 Standard Specification for Bonding, Hardened Concrete, Steel, Wood, Brick, and Other Materials to Hardened Concrete with a Multi-Component Epoxy Adhesive ACI 503.2 Standard Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhesive ACI 503.3 Standard Specification for Producing a Skid-Resistant Surface on Concrete by the Use of Multi-Component Epoxy System ACI 503.4 Standard Specification for Repairing Concrete with Epoxy Mortars B. Manufacturer's Qualifications Companies furnishing the epoxy materials shall have a proven track record of at least five years. Furthermore, they shall have in existence a program of training, certifying and EPDXY-RELATED WORK 03 3100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 supporting a nationally organized program of approved contractors. Evidence of this shall be made available to the Engineer/Architect upon request. C. Contractor's Qualifications: Contractor performing the work shall be an approved contractor by the manufacturer furnishing the epoxy materials, and shall have no less than five years experience in the various types of epoxy related work required in this project. A notarized certification from the manufacturer attesting to the training shall be submitted to the Engineer/Architect along with the proposal to do the work. PART 2- PRODUCTS 2.01 GENERAL REQUIREMENTS FOR EPDXY MATERIALS: A. All epoxy material shall be new and manufactured within the shelf life limitations set forth by the manufacturer. B. Epoxy shall be a two-part epoxy adhesive material, and shall be of epichlorohydrin/amine type. Polysulphide epoxies are not acceptable. C. Epoxy used shall be insensitive to the presence of water and moisture, and shall be capable of application and of strength development even when applied to damp surfaces having a temperature of 40°or above. D. Epoxy used shall develop a minimum strength of 6310 psi in tension and 12000 psi in compression at the end of seven days. E. Epoxies used shall not deteriorate under approximately 200 freeze thaw cycles. F. Epoxies used shall be 100%solids without solvents. G. Bonding and strength characteristics of epoxies shall be stable when exposed to ultraviolet rays. 2.02 ADDITIONAL REQUIREMENTS FOR EPDXY MORTARS A. Epoxy mortar used for bonding, patching, and resurfacing, shall have the following additional properties: 1. Epoxy mortar shall be non-sagging. 2. Sand used in preparing mortar shall be graded oven dry quartzite and furnished in bags. EPDXY-RELATED WORK 03 3100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. The epoxy mortar patch material shall match the existing texture and color of exposed concrete without giving a blotchy appearance. A test patch shall be applied for approval prior to final acceptance of the mortar. Size of test patch shall be approximately equal to the size of the average mortar patch to be used on the project. 2.03 GENERAL REQUIREMENTS FOR POLYMER MODIFIED CEMENTITIOUS MORTARS: A. Mortar used for bonding, patching, and resurfacing in exposed or exterior environmental conditions with large cyclic temperature changes shall have the following properties: 1. Mortar shall be non-sagging. 2. Coefficient of thermal expansion shall be comparable with that of concrete (5.5 x 10- 6 in/in/°F). 3. Sand used in preparing mortar shall be graded oven dry quartzite furnished in bags. 4. The mortar patch material shall match the existing texture and color of exposed concrete without giving a blotchy appearance. A test patch shall be applied for approval prior to final acceptance of the mortar. Size of test patch shall be approximately equal to the size of the average mortar patch to be used on the project. PART 3- EXECUTION 3.01 EPDXY MORTAR: A. Applicator's Qualifications 1. Epoxy mortar repair work shall only be performed by contractors who have successfully used this process on at least three similar structural repairs of equal scope which have performed successfully for a minimum period of five years. 2. Only adequately trained and experienced personnel shall be used on the job. B. Surface Preparation 1. Concrete surface to which the epoxy mortar is to be applied shall be exposed parent concrete free of loose and unsound materials. Surface preparation shall be done by abrasive blasting, waterblasting or as otherwise required by the manufacturer. 2. Necessary approvals shall be obtained by the Contractor from authorizing governmental or other agencies prior to abrasive blasting. Abrasive blasting EPDXY-RELATED WORK 03 3100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 operations shall comply with the requirements of OSHA and NIOSH (National Institute for Occupational Safety and Health) Standard PB-246-697. 3. Surfaces shall be free of any deleterious materials such as laitance, dust, dirt, and oil. 4. Any exposed reinforcing steel shall also be cleaned and be free of rust and other contaminants. Cleaning shall be accomplished by mechanical means. Use powered wire brushes in locations where reinforcing steel cannot be cleaned by abrasive- blasting or water-blasting. All exposed reinforcing steel shall be coated with a corrosion inhibiting product specified elsewhere in this specification prior to mortar application. 5. Prime the cleaned surface with primer as required by the manufacturer. C. Concrete Surface Inspection 1. Ensure that the surface temperature is at least 40°F to permit wetting of concrete surface by epoxy coating. 2. The Contractor shall evaluate the moisture content of concrete surface receiving epoxy mortar. This shall be done by determining if moisture will collect at bond lines between concrete and epoxy mortar before epoxy has cured. Evaluate this by taping a piece of polyethylene sheet to the concrete. If moisture collects on underside of the polyethylene sheet before epoxy would cure, then allow concrete to dry sufficiently to prevent the possibility of moisture between old concrete and new epoxy. D. Mortar Application 1. Condition epoxy compound components to a temperature between 65'-80°F unless otherwise recommended by the manufacturer. Epoxies beyond this range of temperature shall not be used. 2. Stir each of the two parts of epoxy separately before mixing. Then mix in a clean container free of contaminants. 3. Thoroughly blend epoxy components and sand with Jiffy mixers (made by The Jiffy Mixer Co., Irvine, California) to a uniform and homogenous mixture. Small batches of one quart or less may be mixed by spatulas, palette knives or similar devices. 4. Mixing should be accomplished well within the pot life of epoxy (three minutes when using Jiffy mixer or five minutes when mixed by hand) after allowing for time required for application. 5. Apply mortar by trowel or other means suitable for the consistency of the epoxy-sand mortar mix. EPDXY-RELATED WORK 03 3100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Build up the repair area in layers with mortar thicknesses within those specified by the manufacturer(1/4" maximum per layer). 7. Consolidate the mortar thoroughly to remove entrapped air. 8. Finish surface of mortar to match the texture and contours of existing concrete. 9. Allow mortar to cure in accordance to manufacturers recommendations. E. Cleanup 1. Protect surfaces surrounding the work areas against spillage. 2. Epoxy and epoxy mortar spillages shall be cleaned before they set. 3. Cleanup all portions of the existing structure that are soiled or stained in the process of epoxy mortar repair work. 3.02 EPDXY GROUTED BOLTS, DOWELS OR REINFORCING STEEL: A. Applicator's Qualifications 1. Epoxy grouting of bolts, dowels or reinforcing steel shall only be performed by contractors who have had successful experience on a minimum of three projects of similar scope. 2. Only adequately trained epoxy applicators shall be used on the job. Furnish current certificate of training on request. B. Surface Preparation 1. All bolts, dowels and reinforcing bars shall be abrasive blasted no more than eight hours before the grouting. If evidence of oxidation exists on the surface, the bolts, reinforcing bars and dowels shall be recleaned. Blast-clean surfaces using Steel Structures Painting Council, Surface Preparation No. 6, to give a surface condition corresponding to ASa2, BSa2, CSa2 of SSPC Vis 1, depending on the initial surface condition of the steel surface. Prior to blast-cleaning, clean surfaces to conform to SSPC SP1, SP2, and SP3, as required. 2. All holes shall be clean of dust, debris, and contaminants. Use compressed air from an oil-and-water-free compressed air source prior to epoxy application. C. Drilling Holes for Embedment 1. Use only rotary-percussion type drills for drilling holes. EPDXY-RELATED WORK 03 3100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Drills shall be fitted with bits having single tooth that produce large cuttings, and hollow stem drill rods that permit simultaneous blowing of compressed air providing immediate expulsion of the cuttings from the hole. 3. Do not cut through any reinforcing steel unless indicated otherwise on the drawings. Use small diameter exploratory holes to detect presence of reinforcing steel prior to drilling holes for grouting. 4. Core drilling equipment, and electric impact hammers or other tools which do not provide for immediate expulsion of the drill cuttings shall not be used. 5. Unless noted otherwise on the drawings, depth of hole used for embedding the bolts, bars or dowels shall be at least fifteen times their diameter. 6. Unless noted otherwise on the drawings, the center to center distance between the embedded bolts, bars or dowels shall be at least twelve times their diameter. 7. Unless noted otherwise on the drawings, the edge distance shall be at least six times the diameter of the bolt, bar or dowel. 8. Hole diameter shall normally be 1/4" larger than the outside diameter of the embedded item. In no case shall the hole diameter be 3/8" larger than the diameter of the embedded item. D. Epoxy Application 1. Condition epoxy compound materials at a temperature between 65'-80°F unless otherwise recommended by the manufacturer. Epoxies beyond this range of temperature shall not be used. 2. Mix epoxy materials in a clean container free of contaminants. 3. Thoroughly blend epoxy components with mechanical mixers to a uniform and homogenous mixture. Mix small batches (up to 1 quart) by use of spatulas, palette knives, or similar devices. Take care to use proper proportions of the epoxy components when using small batches. 4. Mixing shall be accomplished well within the pot life of the epoxy after allowing for time required for application. 5. Partially fill the hole with epoxy. Then insert the bolt, dowel or reinforcing bar into the hole such that the resin material oozes out around the embedded item, ensuring complete contact. Twist the bolt, dowel or bar slightly as it is inserted in the hole to ensure complete contact. 6. As an alternative to inserting the embedded item after the epoxy is poured in the hole, the bolt, dowel, or bar may be positioned in the hole and filled up with epoxy by EPDXY-RELATED WORK 03 3100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 hand caulking guns or injected with an in-head mixing equipment. In either case, the nozzle shall be provided with a hose or tube of sufficient length to reach the bottom of the hole being filled. 7. Where the holes are horizontal or overhead, the opening shall be covered by a masking or a duct tape. Make a split in the tape and insert the epoxy injection tube through the split. Fill hole completely with epoxy and then insert the embedded item through the split tape. Amount of epoxy should be such that a small amount of material oozes through the split. Twist the bolt, dowel or bar slightly as it is inserted in the hole to ensure complete contact. 8. Do not apply epoxy in the rain or in the presence of standing water. E. Cleanup 1. Protect surfaces surrounding the work area against spillage. 2. Epoxy oozed out from the holes and spillages shall be cleaned before they become difficult to remove. 3. Cleanup whatever portions of the existing structure are soiled or stained in the process of grouting the bolts, dowels or reinforcing bars. END OF SECTION 03 3100 EPDXY-RELATED WORK 03 3100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 04 20 00 - UNIT MASONRY PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Lintels. 3. Brick. 4. Mortar and grout materials. 5. Reinforcement. 6. Ties and anchors. 7. Accessories. 8. Mortar and grout mixes. B. Products Installed but not Furnished under This Section: 1. Steel lintels in unit masonry. 2. Steel shelf angles for supporting unit masonry. 3. Cavity wall insulation adhered to masonry backup. C. Related Requirements: 1. Section 01 41 19 "Windstorm Construction Requirements." 2. Section 0143 39 "Mockups" for integrated exterior mockup requirements. 3. Section 07 19 17 "Anti-Graffiti Coatings" for anti-graffiti coatings surface-applied to unit masonry assemblies. 4. Section 07 2100 "Thermal Insulation" for cavity wall insulation. 5. Section 07 27 26 "Fluid Applied Air Barriers—Vapor Permeable." 6. Section 07 62 00 "Sheet Metal Flashing and Trim" for sheet metal flashing and for furnishing manufactured reglets installed in masonry joints. 1.2 DEFINITIONS A. CMU(s): Concrete masonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. UNIT MASONRY 04 20 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For the following: 1. Masonry Units: Indicate sizes, profiles, coursing, and locations of special shapes. 2. Reinforcing Steel: Indicate bending, lap lengths, and placement of unit masonry reinforcing bars. Comply with ACI 315R. 3. Fabricated Flashing: Detail corner units, end-dam units, and other special applications. C. Samples for Initial Selection: 1. Face Brick. 2. Colored mortar. 3. Weep/cavity vents. D. Samples for Verification: For each type and color of the following: 1. Face Brick. 2. Pigmented and colored-aggregate mortar. Make Samples using the same sand and mortar ingredients to be used on Project. 3. Weep/cavity vents. 4. Cavity drainage material. 5. Accessories embedded in masonry. 1.5 INFORMATIONAL SUBMITTALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. 1. Submittal is for information only. Receipt of list does not constitute approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. B. Material Certificates: For each type of the following: 1. Masonry units. a. Include material test reports substantiating compliance with requirements. b. For brick, include size-variation data verifying that actual range of sizes falls within specified tolerances. C. For exposed brick, include test report for efflorescence in accordance with ASTM C67/C67M UNIT MASONRY 04 20 00-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 d. For masonry units, include data and calculations establishing average net-area compressive strength of units. 2. Integral water repellent used in CMUs. 3. Cementitious materials. Include name of manufacturer, brand name, and type. 4. Mortar admixtures. 5. Preblended,dry mortar mixes. Include description of type and proportions of ingredients. 6. Grout mixes. Include description of type and proportions of ingredients. 7. Reinforcing bars. 8. Joint reinforcement. 9. Anchors,ties, and metal accessories. C. Qualification Statements: For testing agency. D. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification.Test in accordance with ASTM C109/C109M for compressive strength, ASTM C1506 for water retention, and ASTM C91/C91M for air content. 2. Include test reports, in accordance with ASTM C1019,for grout mixes required to comply with compressive strength requirement. E. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net-area compressive strength of masonry units, mortar type,and resulting net-area compressive strength of masonry determined in accordance with TMS 602. F. Cold-Weather and Hot-Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.6 QUALITY ASSURANCE B. Qualifications: 1. Installers: All masonry flashing installers must complete the International Masonry Institute Flashing Upgrade training course. 2. Testing Agency Qualifications: Qualified in accordance with ASTM C1093 for testing indicated. 1.7 MOCKUPS A. Sample Panel Mockups: Build sample panels to verify selections made under Sample submittals and to demonstrate aesthetic effects. Comply with requirements in Section 0143 39"Mockups" for mockups. UNIT MASONRY 04 20 00-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Build sample panels for each type of exposed unit masonry construction in sizes approximately 60 inches long by 48 inches high by full thickness. 2. Build sample panels facing south. 3. Clean exposed faces of panels with masonry cleaner indicated. 4. Protect approved sample panels from the elements with weather-resistant membrane. 5. Approval of sample panels is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; aesthetic qualities of workmanship; and other material and construction qualities specifically approved by Architect in writing. a. Approval of sample panels does not constitute approval of deviations from the Contract Documents contained in sample panels unless Architect specifically approves such deviations in writing. 1.8 DELIVERY,STORAGE,AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture-resistant containers. Store preblended, dry mortar mix in delivery containers on elevated platforms in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal items,to prevent corrosion and accumulation of dirt and oil. 1.9 FIELD CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides of walls, and hold cover securely in place. 2. Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to unconstructed wythe and hold cover in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. UNIT MASONRY 04 20 00-4 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes,from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. E. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in TMS 602. PART 2-PRODUCTS 2.1 SOURCE LIMITATIONS A. For exposed masonry units and cementitious mortar components, obtain each color and grade from single source with resources to provide materials of consistent quality in appearance and physical properties. 2.2 UNIT MASONRY,GENERAL A. Masonry Standard: Comply with TMS 602, except as modified by requirements in the Contract Documents. B. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated. Do not use units where such defects are exposed in the completed Work. C. Fire-Resistance Ratings: Comply with requirements for fire-resistance-rated assembly designs indicated. 1. Where fire-resistance-rated construction is indicated, units are listed by UL or a qualified testing agency acceptable to authorities having jurisdiction. D. Windstorm Construction Requirements: Comply with the requirements of the Texas Windstorm Code including elements assembled to form the exterior wall and roof systems that are either UNIT MASONRY 04 20 00-5 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 directly loaded by the wind or receive wind loads originating at relatively close locations, and that transfer those loads to the main wind force resisting system. 2.3 CONCRETE MASONRY UNITS A. Shapes: Provide shapes indicated and as follows,with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide bullnose units for outside corners unless otherwise indicated. B. Integral Water Repellent: Provide units made with integral water repellent for exposed units. 1. Integral Water Repellent: Liquid polymeric, integral water-repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent,when tested in accordance with ASTM E514/E514M as a wall assembly made with mortar containing integral water-repellent manufacturer's mortar additive, with test period extended to 24 hours, will show no visible water or leaks on the back of test specimen. C. CMUs: ASTM C90, medium weight unless otherwise indicated. 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 1900 psi. 2. Size (Width): As indicated on Drawings, manufactured to dimensions 3/8 inch less than nominal dimensions. 2.4 LINTELS A. Masonry Lintels: Prefabricated or built-in-place masonry lintels made from bond beam CMUs matching adjacent CMUs in color, texture, and density classification, with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing.Temporarily support built-in-place lintels until cured. 2.5 BRICK A. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and color of exposed faces of adjacent units: 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications. B. Clay Face Brick: 1. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested in accordance with ASTM C67/C67M. UNIT MASONRY 04 20 00-6 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Efflorescence: Provide brick that has been tested in accordance with ASTM C67/C67M and is rated "not effloresced." 3. Size (Actual Dimensions): 3-5/8 inches wide by 2-1/4 inches high by 7-5/8 inches long. 4. Application: Use where brick is exposed unless otherwise indicated. 5. Provide face brick matching color range,texture,and size of existing brickwork as directed by Architect. 2.6 MORTAR AND GROUT MATERIALS A. Portland Cement:ASTM C150/C150M,Type I or 11, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Alkali content will not be more than 0.1 percent when tested in accordance with ASTM C114. B. Hydrated Lime: ASTM C207,Type S. C. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Masonry Cement:ASTM C91/C91M. E. Mortar Cement: ASTM C1329/C1329M. F. Preblended Dry Mortar Mix: Packaged blend made from portland cement and hydrated lime, sand, mortar pigments, water repellents, and admixtures and complying with ASTM C1714/C1714M. 1. Preblended Dry Portland Cement Mortar Mix: a. Basis-of-Design Product: Subject to compliance with requirements, provide Amerimix is a trademark of Bonsal American, an Oldcastle company; Preblended Colored Mortar AMX 405 C or comparable product by one of the following: 1) Quikrete;The QUIKRETE Companies, LLC. 2) Sakrete; CRH Americas, Oldcastle APG. 3) SPEC MIX, LLC. 4) Amerimix is a trademark of Bonsal American, an Oldcastle company. G. Aggregate for Mortar: ASTM C144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. H. White-Mortar Aggregates: Natural white sand or crushed white stone. Aggregate for Grout: ASTM C404. UNIT MASONRY 04 20 00-7 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 I. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C494/C494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. J. Water-Repellent Admixture: Liquid water-repellent mortar admixture intended for use with CMUs containing integral water repellent from the same manufacturer. 1. Basis-of-Design Product: Subject to compliance with requirements, provide W.R. Grace& Co., Construction Products Division; Dry-Block or comparable product by one of the following: a. ACM Chemistries. b. Euclid Chemical Company(The); an RPM company. C. GCP Applied Technologies Inc. d. Master Builders Solutions. e. W.R. Grace &Co., Construction Products Division. K. Water: Potable. L. Mortar Color: 1. Concrete Masonry Units: Natural color unless otherwise indicated on drawings. 2.7 REINFORCEMENT F. Uncoated-Steel Reinforcing Bars: ASTM A615/A615M or ASTM A996/A996M, Grade 60. G. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells and to hold reinforcing bars in the center of cells. Units are formed from 9-gauge steel wire, hot-dip galvanized after fabrication. Provide units designed for number of bars indicated. H. Masonry-Joint Reinforcement, General:ASTM A951/A951M. 1. Interior Walls: Hot-dip galvanized carbon steel. 2. Exterior Walls:Stainless steel. 3. Wire Size for Side Rods: 9-gauge diameter. 4. Wire Size for Cross Rods: 9-gauge diameter. 5. Wire Size for Veneer Ties: 9-gauge diameter. 6. Spacing of Cross Rods,Tabs, and Cross Ties: Not more than 16 inches o.c. 7. Provide in lengths of not less than 10 ft. I. Masonry-Joint Reinforcement for Single-Wythe Masonry: Ladder or truss type with single pair of side rods. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: UNIT MASONRY 04 20 00-8 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Blok-Lok Limited. b. Hohmann & Barnard, Inc. C. Wire-Bond. J. Masonry-Joint Reinforcement for Multiwythe Masonry: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Blok-Lok Limited. b. Heckmann Building Products, Inc. C. Hohmann & Barnard, Inc. d. Wire-Bond. 2. Ladder type with one side rod at each face shell of hollow masonry units more than 4 inches wide, plus one side rod at each wythe of masonry 4 inches wide or less. 3. Tab type, either ladder or truss design, with one side rod at each face shell of backing wythe and with rectangular tabs sized to extend at least halfway through facing wythe, but with at least 5/8-inch cover on outside face. 4. Adjustable (two-piece)type, either ladder or truss design, with one side rod at each face shell of backing wythe and with separate adjustable ties with pintle-and-eye connections having a maximum horizontal play of 1/16 inch and maximum vertical adjustment of 1- 1/4 inches.Size ties to extend at least halfway through facing wythe but with at least 5/8- inch cover on outside face. Ties have hooks or clips to engage a continuous horizontal wire in the facing wythe. 2.8 TIES AND ANCHORS A. General: Ties and anchors extend at least 1-1/2 inches into veneer but with at least a 1-inch cover on outside face. B. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated: 1. Hot-Dip Galvanized, Carbon-Steel Wire:ASTM A1064/A1064M,with ASTM A153/A153M, Class B-2 coating. 2. Stainless Steel Wire:ASTM A580/A580M,Type 316. 3. Steel Sheet, Galvanized after Fabrication: ASTM A1008/A1008M, Commercial Steel, with ASTM A153/A153M, Class B coating. 4. Steel Plates, Shapes, and Bars: ASTM A36/A36M. C. Adjustable Masonry-Veneer Anchors: UNIT MASONRY 04 20 00-9 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. General: Provide anchors that allow vertical adjustment but resist a 100 Ibf load in both tension and compression perpendicular to plane of wall without deforming or developing play in excess of 1/16 inch. 2. Fabricate sheet metal anchor sections and other sheet metal parts from 0.0781-inch- thick, stainless steel sheet. 3. Fabricate wire ties from 9-gauge diameter,stainless steel wire unless otherwise indicated. 4. Contractor's Option: Unless otherwise indicated, provide any of the adjustable masonry- veneer anchors specified. 5. Masonry-Veneer Anchors; Double-Pintle Plate: Rib-stiffened, sheet metal anchor section with screw holes at top and bottom, projecting horizontal leg with slots for vertical legs of double pintle wire tie. 2.9 EMBEDDED FLASHING A. Metal Flashing: Refer to Section 07 62 00 "Sheet Metal Flashing and Trim". B. Flexible Flashing: Refer to Section 07 62 00 "Sheet Metal Flashing and Trim" 2.10 ACCESSORIES A. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D2000, Designation M2AA-805 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. B. Weep/Cavity Vents: Use the following unless otherwise indicated: 1. Rectangular Plastic Weep/Vent Tubing: Clear butyrate, 3/8 by 1-1/2 by 3-1/2 inches long. 2. Basis of Design: Hohmann & Barnard, Inc.; QV-Quadro-Vent. C. Cavity Drainage Material: Free-draining mesh, made from polymer strands that will not degrade within the wall cavity. 1. Basis of Design: Hohmann & Barnard, Inc.; Mortar Trap. D. Proprietary Acidic Masonry Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 2.11 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders,water-repellent agents, antifreeze compounds,or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement-lime or masonry cement mortar unless otherwise indicated. UNIT MASONRY 04 20 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. For exterior masonry, use portland cement-lime or masonry cement mortar. 4. For reinforced masonry, use portland cement-lime or masonry cement mortar. 5. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength of masonry. 1. For reinforced masonry, use Type S. 2. For exterior, above-grade, load-bearing, nonload-bearing walls, and parapet walls; for interior load-bearing walls; for interior nonload-bearing partitions; and for other applications where another type is not indicated, use Type N. 3. For interior nonload-bearing partitions,Type O may be used instead of Type N. D. Grout for Unit Masonry: Comply with ASTM C476. 1. Use grout of type indicated or, if not otherwise indicated, of type(fine or coarse)that will comply with TMS 602 for dimensions of grout spaces and pour height. 2. Proportion grout in accordance with ASTM C476, Table 1 or paragraph 4.2.1.2 for specified 28-day compressive strength indicated, but not less than 2000 psi. 3. Provide grout with a slump of 8 to 11 inches as measured in accordance with ASTM C143/C1431M. PART 3-EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that foundations are within tolerances specified. 2. Verify that reinforcing dowels are properly placed. 3. Verify that substrates are free of substances that impair mortar bond. B. Before installation,examine rough-in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. UNIT MASONRY 04 20 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.2 INSTALLATION,GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match construction immediately adjacent to opening. D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and,where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. Mix units from several pallets or cubes as they are placed. F. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested in accordance with ASTM C67/C67M. Allow units to absorb water so they are damp but not wet at time of laying. 3.3 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch or minus 1/4 inch. 2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4-inch in a story height or 1/2-inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 inch in 10 ft., or 1/2-inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 ft., 1/4 inch in 20 ft., or 1/2-inch maximum. 3. For vertical lines and surfaces, do not vary from plumb by more than 1/4 inch in 10 ft., 3/8 inch in 20 ft., or 1/2-inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 ft., 1/4 inch in 20 ft., or 1/2-inch maximum. 5. For lines and surfaces, do not vary from straight by more than 1/4 inch in 10 ft., 3/8 inch in 20 ft., or 1/2-inch maximum. UNIT MASONRY 04 20 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 ft., or 1/2-inch maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2. For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch. 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed-joint and head-joint thicknesses by more than 1/8 inch. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners,jambs,and,where possible,at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less-than-nominal 4-inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4 inches. Bond and interlock each course of each wythe at corners. Do not use units with less-than-nominal 4-inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by stepping back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built-in Work:As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below, and rod mortar or grout into core. H. Fill cores in hollow CMUs with grout 24 inches under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. UNIT MASONRY 04 20 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 I. Build nonload-bearing interior partitions full height of story to underside of solid floor or roof structure above unless otherwise indicated. 1. Install compressible filler in joint between top of partition and underside of structure above. 2. Fasten partition top anchors to structure above and build into top of partition. Grout cells of CMUs solidly around plastic tubes of anchors, and push tubes down into grout to provide 1/2-inch clearance between end of anchor rod and end of tube. Space anchors o.c. unless otherwise indicated. 3.5 MORTAR BEDDING AND JOINTING A. Lay as follows: 1. Bed face shells in mortar and make head joints of depth equal to bed joints. 2. Bed webs in mortar in all courses of piers, columns, and pilasters. 3. Bed webs in mortar in grouted masonry, including starting course on footings. 4. Fully bed entire units, including areas under cells, at starting course on footings where cells are not grouted. 5. Fully bed units and fill cells with mortar at anchors and ties as needed to fully embed anchors and ties in mortar. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. 1. For glazed masonry units, use a nonmetallic jointer 3/4 inch or more in width. D. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than paint) unless otherwise indicated. E. Cut joints flush where indicated to receive cavity wall insulation unless otherwise indicated. 3.6 CAVITY WALLS A. Bond wythes of cavity walls together as follows: 1. Masonry-Joint Reinforcement: Installed in horizontal mortar joints. a. Where bed joints of both wythes align, use ladder-type reinforcement extending across both wythes. b. Where bed joints of wythes do not align, use adjustable-type (two-piece-type) reinforcement with continuous horizontal wire in facing wythe attached to ties. C. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable-type (two-piece-type) reinforcement with continuous horizontal wire in UNIT MASONRY 04 20 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 facing wythe attached to ties to allow for differential movement regardless of whether bed joints align. 2. Masonry-Veneer Anchors: Comply with requirements for anchoring masonry veneers. B. Bond wythes of cavity walls together using bonding system indicated on Drawings. C. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. D. Installing Cavity Wall Insulation: Place small dabs of adhesive, spaced approximately 12 inches o.c. both ways, on the inside face of insulation boards, or attach with plastic fasteners designed for this purpose. Fit courses of insulation between wall ties and other confining obstructions in cavity, with edges butted tightly both ways. Press units firmly against inside wythe of masonry or other construction as indicated. 1. Fill cracks and open gaps in insulation with crack sealer compatible with insulation and masonry. 3.7 ANCHORED MASONRY VENEERS A. Anchor masonry veneers to with masonry-veneer anchors to comply with the following requirements: 1. Fasten anchors with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. 2. Embed in masonryjoints. 3. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 4. Space anchors as indicated, but not more than 18 inches o.c.vertically and 24 inches o.c. horizontally,with not less than one anchor for each 2 sq.ft. of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 8 inches, around perimeter. S. Space anchors as indicated, but not more than 16 inches o.c.vertically and 2S inches o.c. horizontally,with not less than one anchor for each of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 36 inches,around perimeter. 6. Space anchors as indicated, but not more than 18 inches o.c. vertically and horizontally. Install additional anchors within 12 inches of openings and at intervals, not exceeding 24 inches, around perimeter. B. Provide not less than 1 inch of airspace between back of masonry veneer and face of insulation. 1. Keep airspace clean of mortar droppings and other materials during construction. Bevel beds away from airspace, to minimize mortar protrusions into airspace. Do not attempt to trowel or remove mortar fins protruding into airspace. UNIT MASONRY 04 20 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.8 MASONRY-JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. 1. Space reinforcement not more than 16 inches o.c. 2. Space reinforcement not more than 8 inches o.c. in foundation walls and parapet walls. 3. Provide reinforcement not more than 8 inches above and below wall openings and extending 12 inches beyond openings in addition to continuous reinforcement. B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. C. Provide continuity at corners by using prefabricated L-shaped units. 3.9 ANCHORING MASONRY TO STRUCTURAL STEEL AND CONCRETE A. Anchor masonry to structural steel and concrete,where masonry abuts or faces structural steel or concrete,to comply with the following: 1. Provide an open space not less than 1/2 inch wide between masonry and structural steel or concrete unless otherwise indicated. Keep open space free of mortar and other rigid materials. 2. Anchor masonry with anchors embedded in masonry joints and attached to structure. 3. Space anchors as indicated, but not more than 24 inches o.c.vertically and 36 inches o.c. horizontally. 3.10 CONTROL AND EXPANSION JOINTS A. General: Install control- and expansion-joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in- plane wall or partition movement. B. Form control joints in concrete masonry using one of the following methods: 1. Fit bond-breaker strips into hollow contour in ends of CMLIs on one side of control joint. Fill resultant core with grout, and rake out joints in exposed faces for application of sealant. 2. Install preformed control-joint gaskets designed to fit standard sash block. 3. Install interlocking units designed for control joints. Install bond-breaker strips at joint. Keep head joints free and clear of mortar, or rake out joint for application of sealant. 4. Install temporary foam-plastic filler in head joints, and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick as follows: 1. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in the direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. UNIT MASONRY 04 20 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Build flanges of factory-fabricated, expansion-joint units into masonry. 3. Build in compressible joint fillers where indicated. 4. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Section 07 92 00 "Joint Sealants." D. Provide horizontal, pressure-relieving joints by either leaving an airspace or inserting a compressible filler of width required for installing sealant and backer rod specified in Section 07 92 00 "Joint Sealants," but not less than 3/8 inch. 1. Locate horizontal, pressure-relieving joints beneath shelf angles supporting masonry. 3.11 LINTELS A. Install steel lintels where indicated. B. Provide masonry or offset angle support lintels where indicated and where openings of more than 12 inches for brick-size units and 24 inches for block-size units are indicated without structural steel or other supporting lintels. C. Provide a minimum bearing of 8 inches at each jamb unless otherwise indicated. 3.12 FLASHING,WEEP HOLES,AND CAVITY VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install cavity vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At multiwythe masonry walls,including cavity walls,extend flashing through outerwythe, turned up a minimum of 8 inches, and 1-1/2 inches into the inner wythe. Form 1/4-inch hook in edge of flashing embedded in inner wythe. 3. At masonry-veneer walls, extend flashing through veneer,across airspace behind veneer, and up face of sheathing at least 8 inches; with upper edge tucked under water-resistive barrier or air barrier, lapping at least 4 inches. Fasten upper edge of flexible flashing to sheathing through termination bar. 4. At lintels and shelf angles, extend flashing 6 inches minimum, to edge of next full unit at each end. At heads and sills, extend flashing 6 inches minimum, to edge of next full unit and turn ends up not less than 2 inches to form end dams. UNIT MASONRY 04 20 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Interlock end joints of sawtooth sheet metal flashing by overlapping ribs not less than 1- 1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Section 07 92 00 "Joint Sealants" for application indicated. 6. Install metal drip edges with sawtooth sheet metal flashing by interlocking hemmed edges to form hooked seam. Seal seam with elastomeric sealant complying with requirements in Section 07 92 00 "Joint Sealants" for application indicated. 7. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top of metal drip edge. 8. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to comply with manufacturer's written instructions. Install CMU cell pans with upturned edges located below face shells and webs of CMUs above and with weep spouts aligned with face of wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU webs and extend from face shell to face shell. D. Install reglets and nailers for flashing and other related construction where they are indicated to be built into masonry. E. Install weep holes in exterior wythes and veneers in head joints of first course of masonry immediately above embedded flashing. 1. Use specified weep/cavity vent products to form weep holes. 2. Space weep holes 24 inches o.c. unless otherwise indicated. F. Place cavity drainage material in airspace behind veneers to comply with configuration requirements for cavity drainage material in "Accessories" Article. 3.13 REINFORCED UNIT MASONRY A. Placing Reinforcement: Refer to Structural Drawings. Comply with requirements in TMS 602. B. Grouting: Do not place grout until the entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.14 CLEANING A. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. B. Final Cleaning:After mortar is thoroughly set and cured, clean exposed masonry as follows: UNIT MASONRY 04 20 00- 18 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 6. Clean concrete masonry by applicable cleaning methods indicated in NCMA TEK 8-4A. 7. Clean masonry with a proprietary acidic masonry cleaner applied according to manufacturer's written instructions. 3.15 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property.At completion of unit masonry work, remove from Project site. END OF SECTION 04 20 00 UNIT MASONRY 04 20 00- 19 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 04 23 00- REINFORCED UNIT MASONRY PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Extent of each type of reinforced unit masonry work is indicated on drawings and in schedules. Provide all labor, materials, equipment, and services necessary for and incidental to the installation of all reinforced masonry construction as indicated on the drawings and specified herein. Reinforced unit masonry construction includes reinforced concrete masonry including concrete filled masonry beams, pilasters, lintels, and soffits. Accessories include, but are not necessarily limited to ties, horizontal and vertical reinforcement, anchors to the structure, and control joints. 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of reinforcement bars and for steel templates for layout of dowels. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures". Show bar schedules, diagrams of bent bars, stirrup spacing, lateral ties and other arrangements and assemblies as required for fabrication and placement of reinforcement for unit masonry work. PART 2- PRODUCTS 2.01 MATERIALS A. Reinforcement Bars: Provide deformed bars of following grades complying with ASTM A 615, except as otherwise indicated. 1. Provide Grade 60 for No. 3 bars, except as otherwise indicated. 2. Provide Grade 60 for bars No. 4 to No. 11, except as otherwise indicated. 3. Where No. 2 bars are shown, provide plain, round, carbon steel bars, ASTM A 675, Grade 80. REINFORCED UNIT MASONRY 04 23 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Shop fabricate reinforcement bars which are shown to be bent or hooked. PART 3- EXECUTION 3.01 GENERAL Refer to Section "Masonry Mortaring and Grouting" for general installation requirements of unit masonry. 3.02 PLACING REINFORCEMENT A. General: Clean reinforcement of loose rust, mill scale, earth, ice or other materials which will reduce bond to mortar or grout. Do not use reinforcement bars with kinks or bends not shown on drawings or final shop drawings, or bars with reduced cross-section due to excessive rusting or other causes. B. Position reinforcement accurately at the spacing indicated. Support and secure vertical bars against displacement. Vertical bars shall be held in position at the top and bottom and at intervals not exceeding 8'-0" with a minimum clearance of 1/4" from the face of the masonry and not less than one bar diameter or 1" (whichever is greater) between adjacent bars. C. All dowels shall be grouted into a cell even if the dowel is in an adjacent cell to the vertical steel. Unless detailed otherwise on the drawings, dowels shall be the same size and number as the vertical steel. Unless noted otherwise provide a lap length of dowels to vertical reinforcement equal to 50 times the nominal dowel diameter. Dowels for columns and pilasters shall be set using 1/8" thick steel plate templates. Templates shall be detailed and submitted with reinforcing steel shop drawings. D. All horizontal reinforcing steel shall be placed in continuous bond beam or lintel block units and shall be solidly grouted in place. Maintain a minimum of one bar diameter or 1" (whichever is greater) clearance between adjacent bars and a minimum of 1/4" clearance from the face of the masonry. Horizontal reinforcement may be placed as the masonry work progresses. E. Splice reinforcement bars where shown; do not splice at other points unless acceptable to the Engineer. Where splices occur, adjacent splices shall be staggered so that no more than 25% of the total number of bars are spliced at any one point with a minimum stagger between splices in adjacent bars of at least the lap length. Provide lapped splices, unless otherwise indicated. In splicing vertical bars or attaching to dowels, lap ends, place in contact and wire tie. F. Where reinforcement is prefabricated into cage units before placing, fabricate units with vertical reinforcement bars and lateral ties of the size and spacing indicated. REINFORCED UNIT MASONRY 04 23 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.03 FORMWORK A. Temporary Formwork: Provide formwork and shores as required for temporary support of reinforced masonry elements. B. Construct formwork to conform to shape, line and dimensions shown. Make sufficiently tight to prevent leakage of mortar, grout, or concrete (if any). Brace, tie and support as required to maintain position and shape during construction and curing of reinforced masonry. C. Formwork shall be designed and shop drawings prepared by a registered professional engineer in the state where the project is located. D. Formwork shall not be removed until the reinforced masonry member has cured sufficiently to carry its own weight and any other loads that may be placed on it during construction. Allow not less than the following minimum time to elapse after completion of the member before removing shores or forms provided adequate curing conditions have been obtained during the curing period: 1. Lintels and beams- 10 days. 2. Reinforced masonry soffits-7 days. 3. Allow 16 hours to elapse after completion of masonry columns and walls before placing floor or roof construction loads. Allow an additional 48 hours before applying concentrated loads such as girders, beams, or trusses. 3.04 INSTALLATION OF REINFORCED CONCRETE UNIT MASONRY A. General: 1. Do not wet concrete masonry units (CMU). 2. Lay CMU units with full-face shell mortar beds. Fill vertical head joints (end joints between units) solidly with mortar from face of unit to a distance behind face equal to not less than the thickness of longitudinal face shells. Solidly bed cross-webs of starting courses in mortar. Maintain head and bed joint widths shown, or if not shown, provide 3/8"joints. B. Walls: 1. Pattern Bond: Lay CMU wall units in 1/2 running bond with vertical joints in each course centered on units in courses above and below, unless otherwise indicated. Bond and interlock each course at corners and intersections. Use special shaped REINFORCED UNIT MASONRY 04 23 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 units where shown, and as required for corners, jambs, sash, control joints, lintels, bond beams and other special conditions. 2. Maintain vertical continuity of core or cell cavities which are to be reinforced and grouted to provide minimum clear dimensions indicated and to provide minimum clearance and grout coverage for vertical reinforcing bars. Keep cavities free of mortar. Solidly bed webs in mortar where adjacent to reinforced cores or cells. 3. Provide #4 at 48" on center horizontal reinforcing in addition to joint reinforcing specified. Where horizontal reinforced beams (bond beams) are shown, use special units or modify regular units to allow for placement of continuous horizontal reinforcement bars. Place small mesh expanded metal lath or wire screening in mortar joints under bond beam courses over cores or cells of non-reinforced vertical cells, or provide units with solid bottoms. C. Grouting: 1. General a. Use "Fine Grout" per ASTM C 476 for filling spaces less than 4" in one or both horizontal directions. (2,000 psi) b. Use "Coarse Grout" per ASTM C 476 for filling 4" spaces or larger in both horizontal directions. (2,000 psi) C. Use 3000 PSI normal-weight concrete for filling spaces 10" and larger in both directions. d. Grouting Technique: At the Contractor's option, use either low-lift or high-lift grouting techniques subject to requirements which follow. 2. Low-Lift Grouting: a. Provide minimum clear dimension of 2" and clear area of 8 square inches in vertical cores to be grouted. b. Place vertical reinforcement prior to laying of CMU. Extend above elevation of maximum pour height as required for splicing. Support in position at vertical intervals not exceeding 192 bar diameters nor 10 feet. C. Lay CMU to maximum pour height. Do not exceed 5 feet height, or if bond beam occurs below 5 feet height stop pour at course below bond beam. d. Pour grout using chute or container with spout. Rod or vibrate grout during placing. Place grout continuously; do not interrupt pouring of grout for more than one hour. Terminate grout pours 1-1/2" below top course of pour. REINFORCED UNIT MASONRY 04 23 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 e. Bond Beams: Stop grout in vertical cells 1-1/2" below bond beam course. Place horizontal reinforcement in bond beams; lap at corners and intersections as shown. Place grout in bond beam course before filling vertical cores above bond beam. 3. Preparation of Grout Spaces: Prior to grouting, inspect and clean grout spaces. Remove dust, dirt, mortar droppings, loose pieces of masonry and other foreign materials from grout spaces. Clean reinforcement and adjust to proper position. Clean top surface of structural members supporting masonry to ensure bond. After final cleaning and inspection, close cleanout holes and brace closures to resist grout pressures. 4. Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist displacement of masonry units and breaking of mortar bond. Install shores and bracing, if required, before starting grouting operations. 5. Place grout by pumping into grout spaces. 6. Place grout in lintels or beams over openings in one continuous pour. 7. Where bond beam occurs more than one course below top of pour, fill bond beam course to within 1" of vertically reinforced cavities, during construction of masonry. 8. When more than one pour is required to complete a given section of masonry, extend reinforcement beyond masonry as required for splicing. Pour grout to within 1-1/2" of top course of first pour. After grouted masonry is cured, lay masonry units and place reinforcement for second pour section before grouting. Repeat sequence if more pours are required. D. Anchoring: 1. Anchor reinforced masonry work to supporting structure as indicated. 2. Anchor reinforced masonry walls to non-reinforced masonry where they intersect, unless shown otherwise. 3.05 QUALITY CONTROL A. Masonry Prisms shall be made and tested in accordance with Section "Unit Masonry". B. Prism Strength 1. Compressive Strength, fm. The compressive strength of reinforced concrete masonry, f'm, as determined by prism tests shall be as indicated below: Class of Reinforced Masonry 28 Day Compressive Strength,f'm = 1500 PSI REINFORCED UNIT MASONRY 04 23 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Grout Tests 1. Grout shall be sampled and tested in accordance with ASTM C 1019 for every 1,000 square feet of masonry. Grout Strength = 2,000 PSI minimum. END OF SECTION 04 23 00 REINFORCED UNIT MASONRY 04 23 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 05 12 00-STRUCTURAL STEEL PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Extent of structural steel work is shown on drawings including schedules, notes and details which show size and location of members, typical connections, and type of steel required. Furnish all labor, materials, services, equipment and appliances required in conjunction with or related to the furnishing, fabrication, delivery, and erection of all structural steel defined below. Include all supplementary parts, members and connections necessary to complete the structural steel work, regardless of whether all such items are specifically shown or specified on the drawings. B. Structural steel shall be defined as that work prescribed in Section 2.1 of the AISC Code of Standard Practice and the following items: angle frames for openings in roofs, miscellaneous metal deck support and edge angles, shop welded metal studs, all connection material, temporary construction bracing, and all other structural steel shown or specified on the drawings to be part of the work. Labor shall include shop painting as specified, field touch-up painting, and grouting of base plates and bearing plates. C. Miscellaneous metal fabrications, architecturally exposed structural steel, metal stairs, steel joists, and metal deck are specified elsewhere in these Specifications. 1.03 QUALIFICATIONS A. Fabricator: The structural steel fabricator shall have not less than 10 years experience in the successful fabrication of structural steel similar to this project. Evidence of compliance with this section shall be submitted to the Architect/Engineer. B. Erector: The structural steel erector shall have not less than 5 years successful experience in the erection of structural steel of a similar nature to this project. Evidence of compliance with this section shall be submitted to the Architect/Engineer. STRUCTURAL STEEL 05 12 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.04 QUALITY ASSURANCE The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. A. Codes and Standards: Comply with provisions of the following, except as otherwise indicated: 1. All federal (OSHA), state and local laws which govern safety requirements for steel erection and other requirements if more stringent than the codes and standards enumerated below. 2. AISC"Code of Standard Practice for Steel Buildings and Bridges". 3. AISC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings", including Commentary. 4. AISC "Specification for Structural Joints using ASTM A 325 or A 490 Bolts" approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation (Research Council on Structural Connections). 5. AWS D1.1 "Structural Welding Code -Steel". 6. "Steel Structures Painting Manual", Volumes 1 and 2, Steel Structures Painting Council. B. Qualifications for Welding Work: Qualify welding processes and welding operators in accordance with AWS "Structural Welding Code -Steel". 1. Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests. 2. If recertification of welders is required, retesting will be Contractor's responsibility. C. Source Quality Control: Materials and fabrication procedures are subject to inspection and tests in the mill, shop, and field by the Owner's testing laboratory. Such inspections and tests will not relieve the Contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements. The Contractor shall promptly remove and replace materials or fabricated components which do not comply. D. Question about Contract Documents: The Contractor shall promptly notify the Architect/Engineer whenever design of members and connections for any portion of the STRUCTURAL STEEL 05 12 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 structure are not clearly indicated or when other questions exist about the Contract Documents. Such questions shall be resolved prior to the submission of shop drawings. E. Testing Laboratory Services: See Structural Drawings required testing. Inspection or testing by the Owner does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. 1.05 SUBMITTALS A. Shop Drawings: 1. General Requirements: Submit shop drawings including complete details and schedules for fabrication and assembly of structural steel members, and details, schedules, procedures and diagrams showing sequence of erection. Shop drawings not complying with the above requirements will not be reviewed. Structural steel shop drawings shall include the following minimum information: a. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS symbols, and show size, length, and type of each weld. Holes, flange cuts, slots and openings shall be made as required by the structural drawings, all of which shall be properly located by means of templates. 2. The fabricator alone shall be responsible for all errors of detailing, fabrication, and for the correct fitting of the structural members. 3. All fabricated material and connections shall fit within architectural constraints. 4. Structural steel members for which shop drawings have not been reviewed and approved shall not be fabricated. 5. The omission from the shop drawings of any materials required by the Contract Documents shall not relieve the Contractor of the responsibility of furnishing and installing such materials, even though the shop drawings may have been reviewed and approved. B. Test Reports: Submit copies of reports of tests conducted on all field-welded connections that are inspected. Include data on type(s) of tests conducted and test results. 1.06 DELIVERY,STORAGE AND HANDLING A. Deliver materials to site at such intervals to ensure uninterrupted progress of work. STRUCTURAL STEEL 05 12 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Deliver anchor bolts and anchorage devices, which are to be embedded in cast-in-place concrete or masonry, in ample time so as not to delay work. C. Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from corrosion and deterioration. Do not store materials on structure in a manner that might exceed allowable loads on or cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed by Architect/Engineer. D. Furnish all fuel, maintenance, and equipment required for hoisting and placement of materials under this contract. E. Process, pay for and maintain all permits and certificates of on-site inspection required for derricks, cranes and hoisting equipment. No derrick, crane or hoisting equipment shall be operated without a certificate of operation and a certificate of on-site inspection, as required by governing authorities. 1. Wherever the erection equipment is supported by the structure, the Contractor shall be responsible for the retention of a licensed professional engineer to determine the adequacy of the member supporting the erection equipment in relation to the loads imposed thereon. The Contractor shall submit to the Architect/Engineer, for review, the loads which will be imposed by the erection equipment on the building structure. Where the imposed load exceeds the allowable stresses, the Contractor shall be responsible for any additional materials, supports, bracing, connections and similar measures required to support the imposed load of the equipment while in use, subject to review by the Architect/Engineer. 2. In addition to the above, all hoisting equipment shall be installed, operated and maintained in accordance with all applicable regulations of authorities having jurisdiction. 3. Street storage and sidewalk crossing permits shall be furnished by the Contractor. 1.07 JOB CONDITIONS The Contractor shall coordinate the fabrication and erection of all structural steel work with the work of other trades. The contractor shall verify existing conditions prior to beginning work. The contractor shall verify all dimensions shown on the drawings with existing job conditions prior to beginning work. STRUCTURAL STEEL 05 12 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 MATERIALS A. Structural Steel: All hot rolled steel plates, shapes, sheet piling, and bars shall be new steel conforming to ASTM Specification A6 "Standard Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use". Structural steel shall comply with the provisions of the following ASTM Specifications as appropriate for the grades and types, and at the locations as specified on the drawings: 1. Structural Steel Shapes, Plates and Bars - Carbon Steel, ASTM A992 GR50 "Standard Specification for Structural Steel." 2. Pipe Columns-ASTM A53 (Type E or S) Grade B, or ASTM A501. 3. Tube Sections-ASTM A500 Grade B. FY=46 KSI 4. Connection Material: All connection material except as noted otherwise on the drawings including bearing plates, gusset plates, stiffener plates, filler plates, angles, etc. shall be A36 steel unless a higher or matching grade of steel with the members connected is required by strength or stiffness calculations and provided the resulting sizes are compatible with the members connected. B. Structural Bolts and Threaded Fasteners: Structural bolts and threaded fasteners shall comply with the following ASTM Specifications as appropriate for the types and at the locations as specified on the drawings: 1. ASTM A307 Grade A, "Carbon Steel Externally Threaded Standard Fasteners". 2. ASTM A325 Type 1, "High-Strength Bolts for Structural Steel Joints". 3. Bolts and Nuts, High Strength Bolts: Bolts and nuts for all high strength bolts shall be heavy hex head conforming to ANSI Standards B18.2.1 and B18.2.2 respectively. Nuts shall conform to ASTM A563, "Standard Specification for Carbon and Alloy Steel Nuts". 4. Washers: All washers shall be circular, flat and smooth and shall conform to the requirements of Type A washers in ANSI Standard B23.1. Washers for high strength bolts shall be hardened and conform to ASTM F436, Specification for Hardened Steel Washers. Beveled washers for American Standard Beams and channels shall be square or rectangular, shall taper in thickness (16 2/3% slope) with an average thickness of 5/16". When an outer face of a bolted part has a slope greater than 1:20 with respect to a plane normal to the bolt axis, a beveled washer shall be used. STRUCTURAL STEEL 05 12 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Bolt Lubrication: All bolts shall be well lubricated at time of installation. Dry, rusty bolts will not be allowed. Bolts or nuts shall be wax dipped by the bolt supplier or "Johnson's Stick Wax 140" shall be used with all bolts in the shop or field. 6. New Bolts: All bolts shall be new and shall not be reused. C. Electrodes for Welding: Comply with AWS D1.1, "Structural Welding Code - Steel". Electrodes for various welding processes shall be as specified below: 1. SMAW: E70XX low hydrogen 2. SAW: F7X-EXXX 3. GMAW: ER70S-X 4. FCAW: E7XT-X 5. Weathering Steel Electrodes shall conform to Table 4.1.4 of the AWS D1.1 Manual. Electrodes shall be compatible with parent metal joined. D. Structural Steel Primer Paint: Primer paint shall be one of the following types with the indicated surface preparation: 1. SSPC-Paint 1, 100% red lead and linseed oil, TT-P-86 Type I, surface prepared according to SSPC-SP-2 (Hand Tool Cleaning). All materials shall be lead and chromate free. 2. SSPC-Paint 2, red lead-iron oxide and oil-alkyd, surface prepared according to SSPC-SP-2 (Hand Tool Cleaning). All materials shall be lead and chromate free. 3. TT-P-86,Type II, red lead-iron oxide and oil-alkyd, surface prepared according to SSPC-SP-3 (Power Tool Cleaning). All materials shall be lead and chromate free. 4. TT-P-86, Type III, 100% red lead and alkyd varnish, surface prepared according to SSPC-SP-6 (Commercial Blast Cleaning) or SSPC-SP-8 (Pickling). 5. Alkyd Zinc Chromate Metal Primer 0239 Gray as manufactured by Devoe Napko (SSPL-SP6 Commercial Blast Cleaning). 6. Alkyd Fast Dry Primer 298 as manufactured by Porter Paints (SSPL-SP6 Commercial Blast Cleaning). 7. Modified Alkyd Rust Inhibitive Primer 4-56 as manufactured by Tnemec Company, Inc. (SSPL-SP6 Commercial Blast Cleaning). STRUCTURAL STEEL 05 12 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Refer to Architect's drawings and specifications for final paint finish requirements of structural steel. Primer paint shall be compatible with final paint requirements. 2.02 FABRICATION A. Shop Fabrication and Assembly: 1. Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specification and as indicated on approved final shop drawings. Fabricator shall coordinate joint fit-up procedures with erector. Provide camber in structural members where indicated. The General Contractor shall coordinate provision of all erection bolts, lifting lugs or other devices required for erection with the fabricator and the erector. 2. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. 3. Clearly mark the grade of steel on each piece, distinguishable in the field from floor surfaces,for purpose of field inspection and confirmation of grade of steel. B. Dimensional Tolerances: Dimensional tolerances of fabricated structural steel shall conform to Section 6.4 of the AISC Code of Standard Practice. C. Splices in Structural Steel: Splicing of structural steel members in the shop or the field is prohibited without prior approval of the Engineer. Any member having a splice not shown and detailed on approved shop drawings will be rejected. D. Cutting: Manual oxygen cutting shall be done only with a mechanically guided torch. An unguided torch may be used provided the cut is not within 1/8 inch of the finished dimension and final removal is completed by means such as chipping or grinding to produce a smooth surface quality free of notches or jagged edges. All corners shall be smooth and rounded to a minimum 1/2" radius. 2.03 WELDING A. Code: All shop and field welding shall conform to all requirements in the "Structural Welding Code - Steel", ANSI/AWS D1.1, as published by the American Welding Society (AWS). B. Welder Certification: All shop and field welders shall be certified according to AWS procedures for the welding process and welding position used. Submit certification certificates to the Architect for record purposes. STRUCTURAL STEEL 05 12 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Minimum Size and Strength: 1. Fillet Welds: Minimum size of fillet welds shall be as specified in Table 1.17.2A in the AISC Manual of Steel Construction. 2. Minimum Strength of Welded Connections: Unless noted otherwise on the drawings, all shop and field welds shall develop the full tensile strength of the member or element joined. All members with moment connections, noted on the drawings with "MC", shall be welded to develop the full flexural capacity of the member, unless noted otherwise on the drawings. D. Filler Metal Requirements: Weld metal shall be as specified in AISC Manual of Steel Construction Table 1.5.3. E. Welding Procedures: 1. Welds not specified shall, if possible, be continuous fillet welds developing the minimum strength, as specified above, using not less than the minimum fillet welds as specified by AISC. 2.04 SURFACE PREPARATION AND PAINTING A. Specification: Surface preparation, paint, and painting practices shall conform to the "Steel Structures Painting Manual", Volumes 1 and 2, as published by the Steel Structures Painting Council (SSPC). B. Scope: Shop paint all steel. C. Surface Preparation and Primer Paint - Shop Painted Steel: All structural steel specified to be shop primed shall have paint applied in strict accordance with manufacturers instructions using prescribed surface preparation but not less than specified. Paint shall be applied immediately after surface preparation at a rate to provide a uniform dry film thickness of not less than 1.5 mils. Painting methods shall be used which result in full coverage of joints, corners, edges, and all exposed surfaces. Two coats shall be applied to surfaces which are inaccessible after assembly or erection. The color of the second coat shall be changed to distinguish it from the first coat. Coordinate shop primer paint requirements with Architectural drawings and specifications. STRUCTURAL STEEL 05 12 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3- ERECTION 3.1 ERECTION A. Inspection: Erector shall examine areas and conditions under which structural steel work is to be installed and notify the Contractor and the Architect/Engineer in writing of conditions detrimental to proper and timely completion of the work. B. Erection Tolerances: Erection tolerances of anchor bolts, embedded items, and all structural steel shall conform to the AISC Code of Standard Practice. C. Field Assembly of Structural Steel: 1. As erection of the steel progresses, the work shall be fastened securely to take care of all dead load, wind and erection stresses. Particular care shall be exercised to ensure straightness and tautness of bracing immediately upon raising a steel column. 2. Provide temporary planking and working platforms as necessary to effectively complete work. 3. Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Level and plumb individual members of structure within specified AISC tolerances. The Contractor shall coordinate with Erector and Fabricator regarding possible discrepancies in member lengths between temperature at time of fabrication and temperatures during erection, and shall make necessary adjustments to ensure plumbness within AISC tolerances at 60°F. Compensate for cumulative welding draw, construction loadings, sequential applications of dead loads, or any other predictable conditions that could cause distortions to exceed tolerance limitations. 4. On exposed welded construction, remove erection bolts, fill holes with plug welds or filler and grind smooth at exposed surfaces. 5. Comply with AISC Specifications for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces receiving field welds. 6. Comply with all bolting and welding requirements of Part 2 of this specification section. STRUCTURAL STEEL 05 12 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7. Remove and replace existing finish materials as required to accomplish all work. The contractor shall comply with all fire codes when performing welding of steel or metal studs. D. Field Modifications to Structural Steel: Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and structural fitting of parts shall be reported immediately to the Architect/Engineer, and approval of the method of correction shall be obtained. Approved corrections shall be made at no additional cost to the Owner. Do not use cutting torches, reamers, or other devices in the field for unauthorized correction of fabrication errors. E. Miscellaneous Framing: Provide supplemental structural steel support framing for metal deck where normal deck bearing is interrupted by column flange plates or other framing members and other floor openings whether shown or not on either the architectural, mechanical, or structural drawings. F. Removal of Erection Aids and Devices: The erector shall remove all erection aids and devices that interfere with architectural finish or MEP requirements. G. Touch-Up Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas that have been shop painted. Apply paint to exposed areas using same material and surface preparation as used for shop painting. Apply by brush or spray to provide minimum dry film thickness of 1.5 mils. 2. All field welded galvanized connections shall have welds protected with "Z.R.C. Cold Galvanizing Compound" as manufactured by Z.R.C. Products Company. H. Clean Up: Clean up all debris caused by the Work of this Section, keeping the premises neat and clean at all times. Replace and repair to like new condition, all damaged areas of the interior and exterior of the building. END OF SECTION 05 12 00 STRUCTURAL STEEL 05 12 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 05 40 00- COLDFORMED METAL FRAMING PART 1-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Extent of coldformed metal framing used as structural support for exterior cladding: 1. Z Girt for Fiber Cement Panels and Metal Veneer Panels: a. 33ksi, G90 finish, 1-1/2"size, 43mils (18ga) thickness with slotted weep holes in web for moisture weeping. B. Types of coldformed metal framing units include the following: 1. Non-load bearing studs 2. Load bearing studs. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product information for each item of coldformed framing and accessories. 1.04 DELIVERY AND STORAGE Protect metal framing units from rusting and damage. Deliver to project site in manufacturer's unopened containers or bundles, fully identified with name, brand, type and grade. Store off ground in a dry ventilated space or protect with suitable waterproof coverings. PART 2- PRODUCTS 2.01 SYSTEM COMPONENT With each type of metal framing indicated on the Architectural or Structural Drawings, provide manufacturer's standard steel runners (tracks), blocking, lintels, clip angles, shoes, COLD-FORMED METAL FRAMING 05 40 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 reinforcements,fasteners and accessories as recommended by the manufacturer for applications indicated, as needed to provide a complete metal framing system. 2.02 GRADES OF STEEL A. For 16-gage and heavier units, fabricate metal framing components of structural quality steel sheet with a minimum yield point of 50,000 psi and conform to ASTM A 446 and/or A 570. B. For 18-gage and lighter units, fabricate metal framing components of structural quality steel sheet with a minimum yield point of 33,000 psi and conform to ASTM A 446 and/or A 570. 2.03 FINISH A. Provide galvanized finish to all metal framing components complying with ASTM A 525 for minimum G60 coating. 2.04 FABRICATION A. General: Framing components may be prefabricated into panels prior to erection. Fabricate panels plumb, square, true to line and braced against racking with joints welded. Perform lifting of prefabricated panels in a manner to prevent damage or distortion. PART 3- EXECUTION 3.01 INSPECTION AND PREPARATION Pre-Installation Conference: Prior to start of installation of metal framing systems, meet at project site with installers of other work including door and window frames and mechanical and electrical work. Review areas of potential interference and conflicts, and coordinate layout and support provisions for interfacing work. 3.02 INSTALLATION A. Manufacturer's Instructions: Install metal framing systems in accordance with manufacturer's printed or written instructions and recommendations, unless otherwise indicated. B. Runner Tracks: Install continuous tracks sized to match studs. Align tracks accurately to layout at base and tops of studs. Secure tracks as recommended by stud manufacturer COLD-FORMED METAL FRAMING 05 40 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 for type of construction involved, except do not exceed 24" o.c. spacing for nail or powder-driven fasteners, or 16" o.c. for other types of attachment. Abutting pieces of track shall be securely spliced together. Provide fasteners at corners and ends of tracks. C. Set studs plumb, except as needed for diagonal bracing or required for non-plumb walls or warped surfaces and similar requirements. Splices in axially loaded and non-loaded bearing exterior cladding stud systems shall not be permitted. D. Provide four(4) studs at each intersecting wall and three (3) studs at each corner. E. Where stud system abuts structural columns or walls, anchor ends of stiffeners to supporting structure. F. Install supplementary framing, blocking and bracing in metal framing system wherever walls or partitions are indicated to support fixtures,equipment,services,casework, heavy trim and furnishings, and similar work requiring attachment to the wall or partition. Where type of supplementary support is not otherwise indicated, comply with stud manufacturer's recommendations and industry standards in each case, considering weight or loading resulting from item supported. G. Installation of Wall Stud System: Studs shall be seated firmly against the track webs allowing load transfer by direct bearing without complete dependence on the connection to the track. Connect studs to top and bottom runner tracks by either welding or screw fastening as indicated on the drawings at both inside and outside flanges. H. Frame wall openings larger than 2'-0" square with double stud at each jamb of frame except where more than 2 are either shown or indicated in manufacturer's instructions. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with stud shoes or by welding,and space jack studs same as full-height studs of wall. Secure stud system wall opening frame in manner indicated. I. Frame both sides of expansion and control joints, with separate studs; do not bridge the joint with components of stud system. J. Horizontal Bridging: 1. Install horizontal bridging in all stud systems, spaced (vertical distance) at not more than 4'-0" o.c. 2. Provide stud bracing during construction as required for studs to carry construction loads. END OF SECTION 05 40 00 COLD-FORMED METAL FRAMING 05 40 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 05 4100— PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES PART 1-GENERAL 1.01 SUMMARY A. Section includes pre-engineered, pre-fabricated light gauge coldformed steel framing elements. Work includes: 1. Light Gauge Cold formed steel roof trusses. 2. Anchorage, bracing and bridging. B. Related work 1. Drywall attachment 2. Roofing,fascia, soffit 1.02 REFERENCES A. Reference standards: 1. ASTM: a. ASTM A653/A653M-94 "Sheet Steel, Zinc-Coated (Galvanized) or Zinc-Iron Alloy- Coated (Galvanealed) by the Hot Dip Process." b. ASTM A780-93a "Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings." 2. American Welding Society (AWS) a. AWS D1.1 "Structural Welding Code -Steel." b. AWS D1.3 "Structural Welding Code -Sheet Steel." 1.03 PERFORMANCE REQUIREMENTS A. AISI "Specifications": Calculate structural characteristics of cold-formed steel truss members according to AISI's "Specification for the Design of Cold-Formed Steel Structural Members, 1986 (1990)." PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Structural Performance: Design, engineer, fabricate, and erect cold-formed steel trusses to withstand specified design loads within limits and under conditions required. 1. Design Loads: As specified. 2. Deflections: Live load deflection meeting the following(unless otherwise specified): a. Roof Trusses: Vertical deflection less than or equal to 1/240 of the span. 3. Design framing systems to provide for movement of framing members without damage or overstressing, sheathing failure, connection failure, undue strain on fasteners and anchors, or other detrimental effects when subject to a maximum ambient temperature change (range) of 120 deg F (67 deg Q. 1.04 SUBMITTALS A. Submit manufacturer's product data and installation instructions for each type of cold-formed steel framing and accessory required. B. Submit shop drawings showing member, type, location, spacing, size and gage of members, method of attachment to supporting members and all necessary erection details. Indicate supplemental bracing,strapping,splices, bridging,accessories and details required for proper installation. C. Submit detailed roof truss layouts. D. Submit truss drawings, sealed and signed by a qualified registered Professional Engineer, verifying truss' ability to meet local code and design requirements. Include: 1. Description of design criteria. 2. Engineering analysis depicting member stresses and truss deflection. 3. Truss member sizes and gauges and connections at truss joints. 4. Truss support reactions. 5. Top chord, Bottom chord and Web bracing requirements. 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Fabrication shall be performed by an experienced cold-formed steel truss fabricator with not less than three satisfactory experiences designing and fabricating cold-formed steel truss systems equal in material, design, and extent to the systems required for this Project. PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Cold Formed steel truss system installation shall be performed by an experienced installer approved by the steel truss system fabricator. B. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code--Steel" and AWS D1.3 "Structural Welding Code--Sheet Steel." 1. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure." 1.06 DELIVERY,STORAGE AND HANDLING A. Deliver materials in manufacturer's unopened containers or bundles,fully identified by name, brand,type and grade. Exercise care to avoid damage during unloading,storing and erection. B. Store trusses on blocking, pallets,platforms or other supports off the ground and in an upright position sufficiently braced to avoid damage from excessive bending. C. Protect trusses and accessories from corrosion,deformation,damage and deterioration when stored at job site. Keep trusses free of dirt and other foreign matter. 1.07 PROJECT CONDITIONS A. During construction, adequately distribute all loads applied to trusses so as not to exceed the carrying capacity of any one joist,truss or other component. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: Ultra-Span, MiTek Industries, Inc. ULTRA-SPAN 2.02 COMPONENTS A. Provide manufacturer's standard steel truss members, bracing, bridging, blocking, reinforcements, fasteners and accessories with each type of steel framing required, as recommended by the manufacturer for the applications indicated and as needed to provide a complete light gauge cold formed steel truss system. 2.03 MATERIALS A. Materials: PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. All component gauges: Fabricate components of structural quality steel sheet per ASTM A653 with a minimum yield strength of 40,000 psi. 2. Bracing, bridging and blocking members: Fabricate components of commercial quality steel sheet per ASTM A653 with a minimum yield strength of 33,000 psi. B. Steel truss components: Provide sizes, shapes and gages indicated. 1. Design Uncoated-Steel Thickness: 20 ga., 0.0360 inch (0.91 mm) 2. Design Uncoated-Steel Thickness: 18 ga., 0.0470 inch (1.20 mm) 3. Design Uncoated-Steel Thickness: 16 ga., 0.0580 inch (1.52 mm) 4. Design Uncoated-Steel Thickness: 14 ga., 0.0750 inch (1.90 mm) C. Finish: Provide components with protective zinc coating complying with ASTM A653, minimum G60 coating. D. Fastenings: 1. Manufacturer recommended self-drilling, self-tapping screws with corrosion-resistant plated finish. Fasteners shall be of sufficient size and number to ensure the strength of the connection. 2. Welding: Comply with AWS D1.1 when applicable and AWS D1.3 for welding base metals less than 1/8"thick. 3. Other fasteners as accepted by truss engineer. 2.04 FABRICATION A. Factory fabricate cold-formed steel trusses plumb, square, true to line, and with connections securely fastened, according to manufacturer's recommendations and the requirements of this Section. 1. Fabricate truss assemblies in jig templates. 2. Cut truss members by sawing or shearing or plasma cutting. 3. Fasten cold-formed steel truss members by welding or screw fastening,or other methods as standard with fabricator. Wire tying of framing members is not permitted. a. Comply with AWS requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Locate mechanical fasteners and install according to cold-formed steel truss component manufacturer's instructions with screw penetrating joined members by not less than 3 exposed screw threads. B. Care shall be taken during handling, delivery and erection. Brace, block, or reinforce truss as necessary to minimize member and connection stresses. C. Fabrication Tolerances: Fabricate trusses to a maximum allowable tolerance variation from plumb, level, and true to line of 1/8 inch in 10 feet(1:960) and as follows: 1. Spacing: Space individual trusses no more than plus or minus 1/8 inch (3mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 2. Squareness: Fabricate each cold-formed steel truss to a maximum out-of-square tolerance of 1/8 inch (3mm). PART 3 - EXECUTION 3.01 EXAMINATION A. Examine structure, substrates and installation conditions. Do not proceed with cold-formed steel truss installation until unsatisfactory conditions have been corrected. B. Installation constitutes acceptance of existing conditions and responsibility for satisfactory performance. 3.02 INSTALLATION,GENERAL A. General: 1. Erection of trusses, including proper handling,safety precautions,temporary bracing and other safeguards or procedures are the responsibility of the Contractor and Contractor's installer. 2. Exercise care and provide erection bracing required to prevent toppling of trusses during erection. B. Erect trusses with plane of truss webs vertical and parallel to each other, accurately located at design spacing indicated. PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Provide proper lifting equipment suited to sizes and types of trusses required, applied at lift points recommended by truss fabricator. Exercise care to avoid damage to truss members during erection and to keep horizontal bending of the trusses to a minimum. D. Provide framing anchors as indicated or accepted on the engineering design drawing or erection drawings. Anchor trusses securely at bearing points. E. Install roof framing and accessories plumb,square,true to line,and with connections securely fastened, according to manufacturer's recommendations. 1. DO NOT cut truss members without prior approval of truss engineer. 2. Fasten cold-formed steel roof framing by welding or screw fastening, as standard with fabricator. Wire tying of roof framing is not permitted. a. Comply with AWS requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b. Locate mechanical fasteners and install according to cold-formed roof framing manufacturer's instructions with screw penetrating joined members by not less than three (3) exposed screw threads. c. Install roof framing in one-piece lengths, unless splice connections are indicated. d. Provide temporary bracing and leave in place until trusses are permanently stabilized. F. Erection Tolerances: Install trusses to a maximum allowable tolerance variation from plumb, level, and true to line of 1/8 inch in 10 feet(1:960) and as follows: 1. Space individual trusses no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 3.03 ROOF TRUSS INSTALLATION A. Install, bridge, and brace trusses according to manufacturer's recommendations and requirements of this Section. B. Space trusses as follows: 1. Truss Spacing: 24 inches (610 mm) C. Do not alter, cut, or remove truss members or connections of truss members. D. Erect trusses with plane of truss webs plumb and parallel to each other, align, and accurately position at spacings indicated. PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. Erect trusses without damaging truss members or connections. F. Align truss bottom chords with load-bearing studs or continuously reinforce track to transfer loads to structure. Anchor trusses securely at all bearing points. G. Install continuous bridging and permanent truss bracing per truss design requirements. H. Install necessary roof cross and diagonal bracing per design professional recommendations. 3.04 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed steel framing with galvanizing repair paint according to ASTM A 780 and the manufacturer's instructions. END OF SECTION 05 4100 PRE-ENGINEERED PRE-FABRICATED LIGHT GAUGE STEEL TRUSSES 05 4100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid —22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 05 50 00— METAL FABRICATIONS PART 1- GENERAL 1.01 SUMMARY A. Section Includes: Includes: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Shelf angles. 4. Loose bearing and leveling plates for applications where they are not specified in other Sections. B. Products furnished, but not installed, under this Section include the following: 1. Loose steel lintels. 2. Anchor bolts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. 3. Steel weld plates and angles for casting into concrete for applications where they are not specified in other Sections. C. Related Requirements: 1. Section 04 20 00"Unit Masonry"for installing loose lintels, anchor bolts, and other items built into unit masonry. 2. Section 05 12 00"Structural Steel"for steel framing, supports, door frames, and other steel items attached to the structural steel framing. 1.02 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturer's written instructions to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings,templates, and directions for installing anchorages, including METAL FABRICATIONS 05 50 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1.03 ACTION SUBMITTALS A. Product Data: For the following: 1. Nonslip aggregates and nonslip-aggregate surface finishes. 2. Fasteners. 3. Shop primers. 4. Shrinkage-resisting grout. B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for the following: 1. Steel tube reinforcement for low partitions. 2. Steel framing and supports for mechanical and electrical equipment. 3. Steel framing and supports for applications where framing and supports are not specified in other Sections. 4. Shelf angles. 5. Loose steel lintels. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For professional engineer's experience with providing delegated-design engineering services of the kind indicated, including documentation that engineer is licensed in the jurisdiction in which the Project is located. 1.05 FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls,floor slabs, decks, and other construction contiguous with metal fabrications by field measurements before fabrication. METAL FABRICATIONS 05 50 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.01 METALS A. Metal Surfaces, General: Provide materials with smooth,flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A36/A36M. C. Stainless Steel Bars and Shapes: ASTM A276/A276M,Type 304. D. Rolled-Steel Floor Plate:ASTM A786/A786M, rolled from plate complying with ASTM A36/A36M or ASTM A283/A283M, Grade C or D. E. Abrasive-Surface Floor Plate: Steel plate with abrasive granules rolled into surface or with abrasive material metallically bonded to steel. F. Steel Tubing: ASTM A500/A500M, cold-formed steel tubing. G. Steel Pipe: ASTM A53/A53M, Standard Weight (Schedule 40) unless otherwise indicated. H. Zinc-Coated Steel Wire Rope: ASTM A741. 1. Wire Rope Fittings: Hot-dip galvanized-steel connectors with capability to sustain, without failure, a load equal to minimum breaking strength of wire rope with which they are used. I. Stainless Steel Wire Rope: Wire rope manufactured from stainless steel wire complying with ASTM A492,Type 316. 1. Wire Rope Fittings: Stainless steel connectors,Type 316, with capability to sustain, without failure, a load equal to minimum breaking strength of wire rope with which they are used. J. Cast Iron: Either gray iron,ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless otherwise indicated. K. Aluminum Extrusions: ASTM B221,Alloy 6063-T6. L. Aluminum-Alloy Rolled Tread Plate: ASTM 13632/13632M, Alloy 6061-T6. M. Aluminum Castings: ASTM B26/B26M,Alloy 443.0-F. N. Bronze Extrusions: ASTM B455, Alloy UNS No. C38500 (extruded architectural bronze). METAL FABRICATIONS 05 50 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 O. Bronze Castings: ASTM B584,Alloy UNS No. C83600 (leaded red brass) or UNS No. C84400 (leaded semired brass). P. Nickel Silver Castings: ASTM B584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). 2.02 FASTENERS AND ANCHORS A. General Requirements: 1. All types of"powder-actuated" fastening systems, "hammer drive" fastening systems, "ram-set" systems and similar type fastening systems are strictly prohibited from use on the project for permanent or temporary fasteners into permanent building components, except as indicated on Drawings or as specifically approved by the Architect. 2. All types of permanent or temporary fastening systems or components which are not removable without damage to permanent building components are strictly prohibited from use, except as indicated (example: concrete nails, clinched double nails in concrete pilot holes, rawl spikes, zemac nailins, etc.) 3. Wedge type expansion anchors are prohibited at all locations where wedging action would cause spalling or damage to permanent building components. 4. Plastic or nylon sleeves, nailins, plugs, cores, etc. are not acceptable as fastener components where exposed to weather. 5. All fasteners and other components exposed to weather or in exterior locations must be stainless steel, Monel or other approved corrosion-resistant material or finish. Cadmium-plated or electro-galvanized finishes are not acceptable. 6. All fasteners installed in or in contact with type ACQ treated lumber(Yellawood) must be Type 304 or Type 316 stainless steel or be specifically approved for installation in ACQ treated materials. 7. Regardless of the fastening system utilized,the Contractor is responsible for sizing, frequency and spacing of fasteners according to substrate, load conditions and acceptable engineering practices and Texas Department of Insurance Windstorm Requirements. B. Bolts, Nuts and Washers: ASTM A325,galvanized to ASTM A153 for galvanized components, stainless steel for stainless steel components. C. Hardened Steel Self-Threading Screw Anchor ("Tapcon" Anchors): Anchorage to solid or hollow masonry and concrete, stainless steel at exterior locations. D. Epoxy Resin Adhesive Type:Threaded studs in concrete, brick or concrete masonry, stainless steel. METAL FABRICATIONS 05 50 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. Buildex TEKS self-drilling screws or type required for anchorage to steel. F. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing, corrosion-resistant coating. 2.03 MISCELLANEOUS MATERIALS A. Shop Primers: Provide primers that comply with Section 09 9113 "Painting." B. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc-coated metal and compatible with finish paint systems indicated. C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. D. Shrinkage-Resistant Grout: Factory-packaged, nonmetallic, nonstaining, noncorrosive, nongaseous grout complying with ASTM C1107/C1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.04 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercutting or overlapping. 3. Remove welding flux immediately. METAL FABRICATIONS 05 50 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. At exposed connections,finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints,flush and smooth, using concealed fasteners or welds where possible.Where exposed fasteners are required, use Phillips flat-head (countersunk)fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated and coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.05 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. D. Prime miscellaneous framing and supports with zinc-rich primer specified in Section 09 91 13 "Painting." METAL FABRICATIONS 05 50 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.06 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated. 1. Provide mitered and welded units at corners. 2. Provide open joints in shelf angles at expansion and control joints. Make open joint approximately 2 inches larger than expansion or control joint. B. For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. C. After fabrication galvanize and prime shelf angles located in exterior walls. D. Prime shelf angles located in exterior walls with zinc-rich primer. E. Furnish wedge-type concrete inserts, complete with fasteners,to attach shelf angles to cast- in-place concrete. 2.07 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize bearing and leveling plates. C. Prime plates with zinc-rich primer. 2.08 LOOSE STEEL LINTELS A. Fabricate loose steel lintels from steel angles and shapes of size indicated for openings and recesses in masonry walls and partitions at locations indicated. Fabricate in single lengths for each opening unless otherwise indicated.Weld adjoining members together to form a single unit where indicated. B. Size loose lintels to provide bearing length at each side of openings equal to 1/12 of clear span, but not less than 8 inches unless otherwise indicated. C. After fabrication, galvanize and prime loose steel lintels located in exterior walls. D. Prime loose steel lintels located in exterior walls with zinc-rich primer. METAL FABRICATIONS 05 50 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.09 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections,for items supported from concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.10 GENERAL FINISH REQUIREMENTS A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.11 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A153/A153M for steel and iron hardware and with ASTM A123/A123M for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed-on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with primers specified in Section 09 9113 "Exterior Painting" unless zinc- rich primer is indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc-Rich Primer: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 3. Other Steel Items: SSPC-SP 3, "Power Tool Cleaning." 4. Galvanized-Steel Items: SSPC-SP 16, "Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-Ferrous Metals." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint corners, crevices, bolts,welds, and sharp edges. METAL FABRICATIONS 05 50 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.12 ALUMINUM FINISHES A. As-Fabricated Finish:AA-M12 B. Clear Anodic Finish: AAMA 611, Class I,AA-M12C22A41. PART 3- EXECUTION 3.01 INSTALLATION,GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb,true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercutting or overlapping. 3. Remove welding flux immediately. 4. At exposed connections,finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts,toggle bolts, through bolts, lag screws,wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that come into contact with grout, concrete, masonry,wood or dissimilar metals with the following: 1. Cast Aluminum: Heavy coat of bituminous paint. METAL FABRICATIONS 05 50 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Extruded Aluminum:Two coats of clear lacquer. 3.02 INSTALLATION OF MISCELLANEOUS FRAMING AND SUPPORTS A. Install framing and supports to comply with requirements of items being supported, including manufacturers'written instructions and requirements indicated on Shop Drawings. B. Anchor shelf angles securely to construction with anchor bolts. 3.03 INSTALLATION OF BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with shrinkage- resistant grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.04 REPAIRS A. Touchup Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. a. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780/A7801M. END OF SECTION 05 50 00 METAL FABRICATIONS 05 50 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 06 10 53 - MISCELLANEOUS ROUGH CARPENTRY PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Framing with dimension lumber. 2. Rooftop equipment bases and support curbs. 3. Wood blocking, cants, and nailers. 4. Wood furring and grounds. 5. Plywood backing panels. 1.02 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. 1.03 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For the following,from ICC-ES: 1. Preservative-treated wood. 2. Fire-retardant-treated wood. 3. Power-driven fasteners. PART 2-PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp from the grading agency. 2. Dress lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 19 percent unless otherwise indicated. 2.02 WOOD-PRESERVATIVE-TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with ground, Use Category UC3b for exterior construction not in contact with ground, and Use Category UC4a for items in contact with ground. MISCELLANEOUS ROUGH CARPENTRY 06 10 53- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application:Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing,flashing,vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, and similar concealed members in contact with masonry or concrete. 3. Wood floor plates that are installed over concrete slabs-on-grade. 2.03 FIRE-RETARDANT-TREATED MATERIALS A. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame-spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. 1. Exterior Type: Treated materials shall comply with requirements specified above for fire- retardant-treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. 2. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201 at 92 percent relative humidity. Use where exterior type is not indicated. 3. Design Value Adjustment Factors: Treated lumber shall be tested according to ASTM D5664, and design value adjustment factors shall be calculated according to ASTM D6841. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. C. Identify fire-retardant-treated wood with appropriate classification marking of qualified testing agency. D. Application:Treat items indicated on Drawings, and the following: 1. Concealed blocking. 2. Wood cants, nailers, curbs, equipment support bases, blocking, and similar members in connection with roofing. 3. Plywood backing panels. MISCELLANEOUS ROUGH CARPENTRY 06 10 53-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.04 MISCELLANEOUS LUMBER A. General:Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Concealed wood blocking for support of toilet accessories, wall cabinets and miscellaneous wall-mounted items and equipment. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. B. Dimension Lumber Items: Construction or No. 2 grade lumber of any species. 2.05 PLYWOOD BACKING PANELS A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior,A-C,fire-retardant treated, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. 2.06 FASTENERS AND ANCHORS A. General Requirements: 1. All types of "powder-actuated" fastening systems, "hammer drive" fastening systems, "ram-set" systems and similar type fastening systems are strictly prohibited from use on the project for permanent or temporary fasteners into permanent building components, except as indicated on Drawings or as specifically approved by the Architect. 2. All types of permanent or temporary fastening systems or components which are not removable without damage to permanent building components are strictly prohibited from use, except as indicated (example: concrete nails, clinched double nails in concrete pilot holes, rawl spikes, zemac nailins, etc.) 3. Wedge type expansion anchors are prohibited at all locations where wedging action would cause spalling or damage to permanent building components. 4. Plastic or nylon sleeves, nailins, plugs, cores, etc. are not acceptable as fastener components where exposed to weather. 5. All fasteners and other components exposed to weather or in exterior locations must be stainless steel, Monel or other approved corrosion-resistant material or finish. Cadmium- plated or electro-galvanized finishes are not acceptable. 6. All fasteners installed in or in contact with type ACQ treated lumber (Yellawood) must be Type 304 or Type 316 stainless steel or be specifically approved for installation in ACQ treated materials. MISCELLANEOUS ROUGH CARPENTRY 06 10 53-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7. Regardless of the fastening system utilized, the Contractor is responsible for sizing, frequency and spacing of fasteners according to substrate, load conditions and acceptable engineering practices and Texas Department of Insurance Windstorm Requirements. B. Bolts, Nuts and Washers: ASTM A325, galvanized to ASTM A153 for galvanized components, stainless steel for stainless steel components. C. Hardened Steel Self-Threading Screw Anchor("Tapcon"Anchors): Anchorage to solid or hollow masonry and concrete, stainless steel at exterior locations. D. Epoxy Resin Adhesive Type: Threaded studs in concrete, brick or concrete masonry, stainless steel. E. Buildex TEKS self-drilling screws or type required for anchorage to steel. F. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing, corrosion-resistant coating. 2.07 MISCELLANEOUS MATERIALS A. Adhesives for Gluing Furring and Sleepers to Concrete or Masonry: Formulation complying with ASTM D3498 that is approved for use indicated by adhesive manufacturer. B. Flexible Flashing: Composite, self-adhesive,flashing product consisting of a pliable, rubberized- asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. PART 3-EXECUTION 3.01 INSTALLATION A. Set carpentry to required levels and lines, with members plumb,true to line, cut, and fitted. Fit carpentry accurately to other construction. Locate furring,nailers, blocking,grounds, and similar supports to comply with requirements for attaching other construction. B. Install plywood backing panels by fastening to studs;coordinate locations with utilities requiring backing panels. Install fire-retardant-treated plywood backing panels with classification marking of testing agency exposed to view. C. Do not splice structural members between supports unless otherwise indicated. D. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. E. Securely attach carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 2. ICC-ES evaluation report for fastener. MISCELLANEOUS ROUGH CARPENTRY 06 10 53-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment.Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 06 10 53 MISCELLANEOUS ROUGH CARPENTRY 06 10 53-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 06 16 00 -SHEATHING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Wall sheathing. 2. Sheathing joint and penetration treatment. 1.02 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. PART 2-PRODUCTS 2.01 WALL AND PARAPET SHEATHING A. Glass-Mat Gypsum Wall and Parapet Sheathing: ASTM C1177/C1177M. 1. Manufacturers.Subject to compliance with requirements, provide products by one of the following: a. Certainteed; GlasRoc. b. Georgia-Pacific Gypsum Corporation; Dens-Glass Gold. C. National Gypsum Company; Gold Bond eXP. d. USG Corporation; Securock. 2. Type and Thickness: Regular, 5/8 inch thick. 3. Size: 48 by 96 inches for vertical installation. 2.02 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 2.03 SHEATHING JOINT-AND-PENETRATION TREATMENT MATERIALS A. Sealant for Glass-Mat Gypsum Sheathing: Refer to Section 07 27 26 "Joint Sealants". SHEATHING 06 16 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 INSTALLATION,GENERAL A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in the ICC's International Building Code. D. Comply with Specification Section 014119 "Windstorm Construction Requirements." E. Coordinate sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. F. Coordinate sheathing installation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at the end of the workday when rain is forecast. G. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. 3.02 GYPSUM SHEATHING INSTALLATION A. Comply with GA-253 and with manufacturer's written instructions. 1. Fasten gypsum sheathing to cold-formed metal framing with screws. 2. Install panels with a 3/8-inch gap where non-load-bearing construction abuts structural elements. 3. Install panels with a 1/4-inch gap where they abut masonry or similar materials that might retain moisture,to prevent wicking. B. Apply fasteners so heads bear tightly against face of sheathing, but do not cut into facing. C. Horizontal Installation: Install sheathing with V-grooved edge down and tongue edge up. Interlock tongue with groove to bring long edges in contact with edges of adjacent boards without forcing. Abut ends of boards over centers of studs, and stagger end joints of adjacent boards not less than one stud spacing. Attach boards at perimeter and within field of board to each steel stud. 1. Space fasteners approximately 8 inches o.c. and set back a minimum of 3/8 inch from edges and ends of boards. SHEATHING 06 16 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Seal sheathing joints according to sheathing manufacturer's written instructions. Refer to Section 07 27 26 "Joint Sealants". END OF SECTION 06 16 00 SHEATHING 06 16 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 06 4116 - PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Plastic-laminate-clad architectural cabinets. 2. Cabinet hardware and accessories. 3. Wood furring, blocking, shims, and hanging strips for installing plastic-laminate-clad architectural cabinets that are not concealed within other construction. B. Related Requirements: 1. Section 06 10 53 "Miscellaneous Rough Carpentry" for wood furring, blocking, shims and hanging strips required for installing cabinets and concealed within other construction before cabinet installation. 2. Section 12 36 61.16 "Solid Surfacing Countertops". 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include data for fire-retardant treatment from chemical-treatment manufacturer and certification by treating plant that treated materials comply with requirements. B. Shop Drawings: 1. Include plans, elevations, sections, and attachment details. 2. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. 3. Show locations and sizes of cutouts and holes for electrical switches and outlets and other items installed in architectural plastic-laminate cabinets. C. Samples for Initial Selection: 1. Plastic Laminates. 2. PVC edge material. 3. Thermoset decorative panels. 1.03 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.04 QUALITY ASSURANCE A. Manufacturer's Qualifications: Employs skilled workers who custom fabricate products similar to those required for this Project and whose products have a record of successful in-service performance. 1.05 FIELD CONDITIONS A. Environmental Limitations with Humidity Control: Do not deliver or install cabinets until building is enclosed, wet-work is complete, and HVAC system is operating and maintaining temperature between 60 and 90 deg F and relative humidity between 43 and 70 percent during the remainder of the construction period. B. Field Measurements: Where cabinets are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication, and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Locate concealed framing, blocking and reinforcements that support cabinets by field measurements before being enclosed, and indicate measurement on Shop Drawings. 2. Provide allowance for trimming at site and coordinate construction to ensure that actual dimensions correspond to established dimensions. PART 2-PRODUCTS 2.01 PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS A. Quality Standard: Unless otherwise indicated, comply with the Architectural Woodwork Standards for grades of cabinets indicated for construction, finishes, installation, and other requirements. B. Architectural Woodwork Standards Grade: Custom. C. Type of Construction: Frameless. D. Door and Drawer-Front Style: Flush overlay. 1. Reveal Dimension: 1/2 inch. E. High-Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as required by quality standard. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Formica Corporation. b. Wilsonart LLC. F. Laminate Cladding for Exposed Surfaces: 1. Horizontal Surfaces: Grade HGS. PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Postformed Surfaces: Grade HGP. 3. Vertical Surfaces: Grade HGS. 4. Edges: PVC edge banding, 3.0 mm thick, matching laminate in color, pattern, and finish. 5. Pattern Direction:Vertically for drawer fronts, doors, and fixed panels. G. Materials for Semi-Exposed Surfaces: 1. Surfaces Other Than Drawer Bodies: High-pressure decorative laminate, NEMA LD 3, Grade CLS. a. Edges of Plastic Laminate Shelves: PVC edge banding, 0.12-inch thick, matching laminate in color, pattern and finish. 2. Drawer Sides and Backs: Thermoset decorative panels with PVC edge banding. 3. Drawer Bottoms:Thermoset decorative panels. H. Drawer Construction: Fabricate with exposed fronts fastened to subfront with mounting screws from interior of body. 1. Join subfronts, backs, and sides with glued rabbeted joints supplemented by mechanical fasteners or glued dovetail joints. I. Countertops 1. Solid Surfacing Countertops: Where indicated on drawings. Refer to 12 36 61.16 "Solid Surfacing Countertops". J. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: 1. As indicated on the Room Finish Schedule. 2.02 WOOD MATERIALS A. Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of architectural cabinet and quality grade specified unless otherwise indicated. 1. Wood Moisture Content: 8 to 13 percent. B. Composite Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of architectural cabinet and quality grade specified unless otherwise indicated. 1. Medium-Density Fiberboard (MDF): ANSI A208.2, Grade 130. 2. Thermoset Decorative Panels: Medium-density fiberboard finished with thermally fused, melamine-impregnated decorative paper and complying with requirements of NEMA LID 3, Grade VGL,for test methods 3.3, 3.4, 3.6, 3.8 and 3.10. PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.03 CABINET HARDWARE AND ACCESSORIES A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets except for items specified in Section 08 7100 "Door Hardware." B. Frameless Concealed Hinges (European Type): ANSI/BHMA A156.9, B01602, 135 degrees of opening. C. Back-Mounted Pulls: ANSI/BHMA A156.9, B02011. 1. Amerock BP36571G10 Monument 5-1/16 inch Center to Center Pull 2. Finish: Satin Nickel. D. Catches: Push-in magnetic catches,ANSI/BHMA A156.9, B03131. E. Adjustable Shelf Standards and Supports:ANSI/BHMA A156.9, B04071;with shelf rests, B04081. F. Shelf Rests: ANSI/BHMA A156.9, B04013; metal with rubber anti-slip pads. G. Work Station Brackets: A&M Hardware, Inc. 18" x 24" Brackets, black 909-58. H. Concealed Support Arm Brackets: A&M Hardware, Inc., C-9 Concealed Brackets, Model C(1.0)9, black 909-59. I. Drawer Slides: ANSI/BHMA A156.9. 1. Heavy-Duty(Grade 1HD-100 and Grade 1HD-200): Side mount. a. Type: Full extension. b. Material: Zinc-plated ball bearing slides. J. Door Locks: ANSI/BHMA A156.11, E07121. K. Double Door Latch: CompX Timberline DL Series. L. Drawer Locks: ANSI/BHMA A156.11, E07041. M. Door and Drawer Silencers:ANSI/BHMA A156.16, L03011. N. Grommets for Cable Passage: 2-inch OD, molded-plastic grommets and matching plastic caps with slot for wire passage where indicated on the drawings, 3'-0" o.c. minimum. 1. Color: as selected by Architect from Manufacturer's full line of colors. O. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with ANSI/BHMA A156.18 for ANSI/BHMA finish number indicated. 1. Satin Stainless Steel: ANSI/BHMA 630. P. For concealed hardware, provide manufacturer's standard finish that complies with product class requirements in ANSI/BHMA A156.9. 2.04 MISCELLANEOUS MATERIALS A. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, kiln-dried to less than 15 percent moisture content. PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Anchors: Select material,type,size,and finish required for each substrate for secure anchorage. Provide metal expansion sleeves or expansion bolts for post-installed anchors. Use nonferrous- metal or hot-dip galvanized anchors and inserts at inside face of exterior walls and at floors. C. Adhesives: Do not use adhesives that contain urea formaldehyde. D. Adhesive for Bonding Plastic Laminate: Unpigmented contact cement. 1. Adhesive for Bonding Edges: Hot-melt adhesive or adhesive specified above for faces. 2.05 FABRICATION A. Fabricate cabinets to dimensions, profiles and details indicated. B. Complete fabrication, including assembly and hardware application, to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify the Architect seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements before disassembling for shipment. C. Shop-cut openings to maximum extent possible to receive hardware,appliances,electrical work, and similar items. Locate openings accurately and use templates or roughing-in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. PART 3-EXECUTION 3.01 INSTALLATION A. Before installation, condition cabinets to humidity conditions in installation areas for not less than 72 hours. B. Architectural Woodwork Standards Grade: Install cabinets to comply with quality standard grade of item to be installed. C. Anchor cabinets to anchors or blocking built in or directly attached to substrates. Secure with wafer-head cabinet installation screws. D. Install cabinets level, plumb, and true in line to a tolerance of 1/8 inch in 96 inches using concealed shims. 1. Scribe and cut cabinets to fit adjoining work, refinish cut surfaces, and repair damaged finish at cuts. PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Install cabinets without distortion so doors and drawers fit openings and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete installation of hardware and accessory items as indicated. 3. Fasten wall cabinets through back, near top and bottom, and at ends not more than 16 inches o.c. with No. 10 wafer-head screws sized for not less than 1-1/2-inch penetration into wood framing, blocking, or hanging strips. 3.02 ADJUSTING AND CLEANING A. Repair damaged and defective cabinets, where possible, to eliminate functional and visual defects;where not possible to repair,replace woodwork.Adjustjoinery for uniform appearance. B. Clean, lubricate and adjust hardware. C. Clean cabinets on exposed and semi-exposed surfaces. END OF SECTION 06 4116 PLASTIC-LAMINATE-CLAD ARCHITECTURAL CABINETS 06 41 16-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 06 64 00 - PLASTIC PANELING (FRP1) PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Factory-laminated wall plastic sheet paneling. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For plastic paneling and trim accessories, in manufacturer's standard sizes. 1.04 QUALITY ASSURANCE A. Testing Agency: Acceptable to authorities having jurisdiction and FM Approvals. B. Surface-Burning Characteristics: Determined by testing identical products in accordance with ASTM E84 by a testing agency acceptable to authorities having jurisdiction. C. FM 4880 approved. 1.05 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install plastic paneling until spaces are enclosed and weathertight and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Source Limitations: Obtain plastic paneling and trim accessories from single manufacturer. 2.02 PLASTIC SHEET PANELING A. Glass-Fiber-Reinforced Plastic Paneling (FRP1): Gelcoat-finished, glass-fiber-reinforced plastic panels complying with ASTM D5319. 1. Basis-of-Design Product: Subject to compliance with requirements, provide Marlite Standard FRP Panels or comparable product by one of the following: PLASTIC PANELING (FRP1) 06 64 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Crane Composites, Inc. b. Glasteel. C. Marlite. d. Newcourt, Inc. e. Nudo Products, Inc. f. Parkland Plastics, Inc. 2. Surface-Burning Characteristics: As follows when tested by a qualified testing agency in accordance with ASTM E84. Identify products with appropriate markings from an applicable testing agency. a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. 3. Nominal Thickness: Not less than 0.09 inch. 4. Wall Panel Size: As indicated on Drawings. S. Surface Finish: P199, Pebbled. 6. Color: "Bright White". 2.03 ACCESSORIES A. Trim Accessories: Manufacturer's standard designed to retain and cover edges of panels. Provide division bars, inside corners, outside corners, and caps as needed to conceal edges. 1. Color: Match panels. B. Moldings: PVC pattern-matched to panel. C. Adhesive: As recommended by plastic paneling manufacturer. D. Sealant: Mildew-resistant, single-component, neutral-curing silicone sealant recommended by plastic paneling manufacturer and complying with requirements in Section 07 92 00 "Joint Sealants." PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions,with Installer present,for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Corners: Plumb and straight. 2. Surfaces: Smooth, sound, and uniform. 3. Nails or Screw Fasteners: Countersunk. 4. Joints and Cracks: Filled flush and smooth with adjoining surfaces. PLASTIC PANELING (FRP1) 06 64 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean substrates of substances that could impair adhesive bond, including oil, grease, dirt, and dust. B. Condition panels by unpacking and placing them in installation space before installation in accordance with manufacturer's written recommendations. C. Lay out paneling before installing. Locate panel joints so that trimmed panels at corners are not less than 12 inches wide. 1. Mark plumb lines on substrate at panel joint locations for accurate installation. 2. Locate panel joints to allow clearance at panel edges in accordance with manufacturer's written instructions. 3.03 INSTALLATION A. Install plastic paneling in accordance with manufacturer's written instructions. 1. Do all cutting with carbide-tipped saw blades or drill bits, or cut with snips. 2. Install panels plumb, level, square,flat, and in proper alignment. 3. Install panels to be water resistant and washable. 4. Install panels with manufacturer's recommended gap for panel field and corner joints. B. Install panels in a full spread of adhesive. C. Install trim accessories with adhesive and nails or staples. Do not fasten through panels. D. Fill grooves in trim accessories with sealant before installing panels, and bed inside corner trim in a bead of sealant. E. Maintain uniform space between panels and wall fixtures. Fill space with sealant. F. Maintain uniform space between adjacent panels and between panels and floors, ceilings, and fixtures. Fill space with sealant. G. Remove excess sealant and smears as paneling is installed. Clean with solvent recommended by sealant manufacturer and then wipe with clean dry cloths until no residue remains. END OF SECTION 06 64 00 PLASTIC PANELING (FRP1) 06 64 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 19 17 -ANTI-GRAFFITI COATINGS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Surface applied anti-graffiti coatings. 2. Extended written warranty. 1.02 SUBMITTALS A. Comply with Section 0125 00—Substitution Procedures. B. Product Data: including the following: 1. Detailed specification of construction and fabrication. 2. Manufacturer's installation instructions. 3. Certified test reports indicating compliance with performance requirements specified herein. C. Quality Control Submittals: 1. Statement of qualifications. 2. Statement of compliance with Regulatory Requirements. 3. Field Quality Control Submittals as specified in Part 3. 4. Manufacturer's field reports. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualification: Not less than 5 years' experience in the actual production of specified products. B. Installer's Qualifications: Firm experienced in installation or application of systems similar in complexity to those required for this Project, plus the following: 1. Acceptable to or licensed by manufacturer. C. Product Qualifications:The anti-graffiti coating shall meet the following requirements: 1. Active Content: Organofluorosilane. 2. Solvent: None,water-borne. 3. VOC Content: less than 50 grams per liter. 4. Cleaning Cycles: ASTM D 6578 "Standard Practice for Determination of Graffiti Resistance" minimum 25 cycles without loss of repellency. 5. Breathability: ASTM D1653 greater than 95%water vapor transmission. ANTI-GRAFFITI COATINGS 07 19 17- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Surface Appearance: No appreciable difference compared to non-coated surface. 7. Excellent Ultraviolet light stability. D. Regulatory and Safety Requirements: Products must have an independent laboratory analysis to verify that material does not contain any known carcinogens. Materials shall comply with State and local regulations concerning AIM (Architectural, Industrial and Maintenance)coatings regarding Volatile Organic Content (VOC). If used indoors the material must comply with the following safety requirements: 1. Flammability, Smoke Spread and Toxic Fume Emission During Burning (BS 6853) a. Toxic gases below IDLH level. b. Flame Propagation: Does not propagate flame. C. Smoke emission: No change. 1.04 DELIVERY STORAGE AND HANDLING A. Packing and Shipping: Deliver products in original unopened packaging with legible manufacturer's identification. B. Storage and Protection: Comply with manufacturer's recommendations. 1.05 PROJECT CONDITIONS A. Environmental Requirements: 1. Maintain ambient temperature above 40 degrees F during and 24 hours after installation. 2. Do not proceed with application on materials if ice or frost is covering the substrate. 3. Do not proceed with application if ambient temperature of surface exceeds 100-degree F. 4. Do not proceed with the application of materials in rainy conditions or if heavy rain is anticipated within 4 hours after application. B. Sealer Coordination: 1. Verify compatibility with curing compounds, patching materials, repair mortar, paints, sealants, to be used on masonry surfaces to ensure compatibility with the anti-graffiti coating. 1.06 SPECIAL WARRANTIES A. The system manufacture shall furnish the Owner a written single source performance warranty that the Anti-Graffiti Coating System will be free of defects related to workmanship or material deficiency for a five (5)year period from the date of completion of the work provided under this section. 1. All defective areas shall be retreated by the system manufacture as determined by the Engineer. ANTI-GRAFFITI COATINGS 07 19 17-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. The Anti-Graffiti manufacturer shall be responsible for providing labor and material to reseal area where coating effectiveness does not meet the specified limits. PART 2-PRODUCTS 2.01 MATERIALS A. Products of the following anti-graffiti manufacturer listed below will be acceptable for use on this project, provided that they meet the performance requirements of these specifications. Product substitution of materials or manufacturers must comply with Section 1.02. 1. Basis of Design: Protectosil ANTIGRAFFITI®, Evonik Corporation 1-800-828-0919. PART 3-EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine areas and conditions under which work is to be performed and identify conditions detrimental to proper or timely completion. 1. Do not proceed until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Protection: Install coverings to protect adjacent surfaces. B. Surface Preparation: 1. Surfaces to receive sealer shall be cleaned of dirt, oil, graffiti, grease, laitance, and other contaminants. All other surfaces shall be cleaned by mid-pressure water (1500 psi) and commercial paint strippers. Pressure washing is the minimum cleaning that will be accepted other methods, such as blast racking, mobile power scrubbing and sandblasting may be submitted. 2. Remove dirt, dust and materials that will interfere with the proper and effective application of the anti-graffiti coating. It is the responsibility of the Contractor to prepare the surfaces of the concrete as recommended by the Anti-graffiti Manufacturer and acceptable to the Engineer. 3. Check the compatibility of all caulking and patching material to be used with the anti- graffiti coating. 4. Sealants, patching materials,and expansion joints shall have been installed and approved. 3.03 FIELD QUALITY CONTROL A. Before an anti-graffiti coating will be accepted a field test evaluation will be done. The cost of the field testing will be the responsibility of the contractor. The owner's representative will approve the test area prior to starting the project. ANTI-GRAFFITI COATINGS 07 19 17-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.04 APPLICATION A. Product shall be applied as per manufacturer's application instructions and recommendations for this specific project. Provide a written copy of manufacturer's recommendations. B. Apply at temperature and weather conditions recommended by the manufacture or written in this specification. C. Surface residue shall be brushed out thoroughly until they completely penetrate into the surface. D. Protect treated areas from rain and other surface water for a period of not less than four hours after application. E. Provide adequate ventilation and follow all safety regulations for the City, County and State. 3.05 CLEANING A. As Work Progresses: Clean spillage from adjacent surfaces using materials and methods as recommended by anti-graffiti manufacturer. B. Remove protective coverings from adjacent surfaces when no longer needed. 3.06 COMPLETION A. Work that does not conform to specified requirements shall be corrected and/or replaced as directed by the Owners Representative at contractor's expense without extension of time. END OF SECTION 07 19 17 ANTI-GRAFFITI COATINGS 07 19 17-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 2100 -THERMAL INSULATION PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Extruded polystyrene (XPS) rigid foam insulation. 2. Glass-fiber blanket insulation. (For use in interior and exterior Metal Stud Wall Cavities.) 3. Mineral-wool blanket insulation. (For use in fire stopping details, where indicated in drawings.) 1.02 ACTION SUBMITTALS A. Product Data: For the following: 1. Extruded polystyrene (XPS) rigid foam insulation. 2. Glass-fiber blanket insulation. 3. Mineral-wool blanket insulation. 1.03 INFORMATIONAL SUBMITTALS A. Installer's Certification: Listing type, manufacturer, and R-value of insulation installed in each element of the building thermal envelope. 1. Sign, date, and post the certification in a conspicuous location on Project site. B. Product test reports. C. Research reports. PART 2-PRODUCTS 2.01 EXTRUDED POLYSTYRENE (XPS) FOAM-PLASTIC BOARD INSULATION A. Extruded Polystyrene Board Insulation, Type IV: ASTM C578, Type IV, 25-psi minimum compressive strength; unfaced. Thickness: 1-1/2 inch. Width as indicated on drawings. 1. Basis of Design: Owens Corning Foamular 250. 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. DuPont de Nemours, Inc. b. Owens Corning. C. The Dow Chemical Company. 3. Flame-Spread Index: Not more than 25 when tested in accordance with ASTM E84. THERMAL INSULATION 07 2100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Smoke-Developed Index: Not more than 450 when tested in accordance with ASTM E84. 5. Labeling: Provide identification of mark indicating R-value of each piece of insulation 12 inches and wider in width. 2.02 GLASS-FIBER BLANKET INSULATION A. Glass-Fiber Blanket Insulation, Unfaced: ASTM C665,Type I; passing ASTM E136 for combustion characteristics.Thickness and width as indicated in drawings. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Certainteed; SAINT-GOBAIN. b. Johns Manville; a Berkshire Hathaway company. C. Knauf Insulation. d. Owens Corning. 2. Flame-Spread Index: Not more than 25 when tested in accordance with ASTM E84. 3. Smoke-Developed Index: Not more than 50 when tested in accordance with ASTM E84. 4. Labeling: Provide identification of mark indicating R-value of each piece of insulation 12 inches and wider in width. 2.03 MINERAL-WOOL BLANKET INSULATION A. Mineral-Wool Blanket Insulation, Unfaced: ASTM C665, Type I (blankets without membrane facing); consisting of fibers; passing ASTM E136 for combustion characteristics. Thickness and width as indicated on drawings. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Johns Manville; a Berkshire Hathaway company. b. Owens Corning. C. ROCKWOOL. 2. Flame-Spread Index: Not more than 25 when tested in accordance with ASTM E84. 3. Smoke-Developed Index: Not more than 50 when tested in accordance with ASTM E84. 4. Labeling: Provide identification of mark indicating R-value of each piece of insulation 12 inches and wider in width. 2.04 ACCESSORIES A. Foamed-in-Place Insulation for Underside of Roof Decks and for Miscellaneous Voids: 1. Refer to specification Section 07 2119—Foamed-in-Place Insulation. THERMAL INSULATION 07 2100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Insulation Anchors, Spindles, and Standoffs: As recommended by manufacturer. C. Adhesive for Bonding Insulation: Product compatible with insulation and air and water barrier materials, and with demonstrated capability to bond insulation securely to substrates without damaging insulation and substrates. PART 3-EXECUTION 3.01 INSTALLATION,GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications. B. Install insulation that is undamaged,dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Install insulation with manufacturer's R-value label exposed after insulation is installed. D. Extend insulation to envelop entire area to be insulated. Fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. E. Provide sizes to fit applications and selected from manufacturer's standard thicknesses,widths, and lengths.Apply single layer of insulation units unless multiple layers are otherwise shown or required to make up total thickness or to achieve R-value. 3.02 INSTALLATION OF CAVITY-WALL INSULATION A. Foam-Plastic Board Insulation: Install pads of adhesive spaced approximately 24 inches o.c. both ways on inside face and as recommended by manufacturer. 1. Fit courses of insulation between obstructions, with edges butted tightly in both directions, and with faces flush. 2. Press units firmly against inside substrates. 3. Supplement adhesive attachment of insulation by securing boards with two-piece wall ties designed for this purpose and specified in Section 04 20 00 "Unit Masonry." 3.03 INSTALLATION OF INSULATION IN FRAMED CONSTRUCTION A. Blanket Insulation: Install in cavities formed by framing members according to the following requirements: 1. Use insulation widths and lengths that fill the cavities formed by framing members. If more than one length is required to fill the cavities, provide lengths that will produce a snug fit between ends. 2. Place insulation in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. Maintain 3-inch clearance of insulation around recessed lighting fixtures not rated for or protected from contact with insulation. THERMAL INSULATION 07 2100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. For metal-framed wall cavities where cavity heights exceed 96 inches, support unfaced blankets mechanically and support faced blankets by taping flanges of insulation to flanges of metal studs. B. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. Glass-Fiber Insulation:Compact to approximately 40 percent of normal maximum volume equaling a density of approximately 2.5 lb/cu. ft. Underside of Roof Decks: Install insulation to underside of roof decks where indicated on the drawings. END OF SECTION 07 2100 THERMAL INSULATION 07 2100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 2119 - FOAMED-IN-PLACE INSULATION PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Closed-cell spray polyurethane foam insulation. (R-38) 2. Accessories. 1.02 ACTION SUBMITTALS A. Product Data: 1. Closed-cell spray polyurethane foam insulation. 2. Accessories. 1.03 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each product,for tests performed by qualified testing agency. B. Compatibility: Submit letter from manufacturer stating that materials proposed for use are permanently chemically compatible and adhesively compatible with adjacent materials proposed for use. Submit letter from manufacturer stating that cleaning materials used during installation are chemically compatible with adjacent materials proposed for use. C. Field quality-control reports. D. Qualification Statements: For Installer. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by the manufacturer. 1.05 DELIVERY,STORAGE AND HANDLING A. Deliver materials to Project site in original packaging with seals unbroken, labeled with manufacturer's name, product, date of manufacture, and directions for storage. B. Store materials in their original undamaged packages in a clean, dry, protected location and within temperature range required by air barrier spray foam manufacturer. Protect stored materials from direct sunlight. C. Handle materials in accordance with manufacturer's recommendations. FOAMED-IN-PLACE INSULATION 07 21 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.01 CLOSED-CELL SPRAY POLYURETHANE FOAM INSULATION A. Closed-Cell Spray Polyurethane Foam: ASTM C1029, Type II, minimum density of 1.5 lb/cu. ft. and minimum aged R-value per 1-inch thickness of 6 deg F x h x sq.ft./Btu at 75 deg F. 1. Basis of Design Product: JMCorbon III as manufactured by Johns Manville, 717 171n Street, Denver, CO 80202. 2. Available Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Carlisle Spray Foam Insulation. b. Gaco; a brand of Firestone Building Products. C. Henry Company. d. Huntsman Building Solutions. e. Johns Manville; a Berkshire Hathaway company. f. Master Builders Solutions. g. NCFI Polyurethanes; a division of Barnhardt Manufacturing Company. h. SES Foam LLC. i. SWD Urethane Company. j. Volatile Free, Inc. 3. Surface-Burning Characteristics: Comply with ASTM E84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. PART 3-EXECUTION 3.01 PREPARATION A. Verify that substrates are clean, dry, and free of substances that are harmful to insulation. B. Priming: Prime substrates where recommended by insulation manufacturer. Apply primer to comply with insulation manufacturer's written instructions. Confine primers to areas to be insulated; do not allow spillage or migration onto adjoining surfaces. 3.02 INSTALLATION A. Comply with insulation manufacturer's written instructions applicable to products and applications. FOAMED-IN-PLACE INSULATION 07 21 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Spray insulation to envelop entire area to be insulated and fill voids. C. Apply in multiple passes to not exceed maximum thicknesses recommended by manufacturer. Do not spray into rising foam. D. Soffit of roof deck, framed gable end walls and at locations indicated on drawings: Install as directed by manufacturer to achieve a total R-value of 38. E. Miscellaneous Voids: Apply according to manufacturer's written instructions. 3.03 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect spray foam insulation installation, including accessories. Report results in writing. 3.04 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures, physical abuse,and other causes. END OF SECTION 07 2119 FOAMED-IN-PLACE INSULATION 07 21 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 24 19 -WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) PART 1- GENERAL 1.01 SUMMARY A. Section Includes: Water-drainage exterior insulation and finish system (EIFS). 1. EIFS-clad drainage-wall assemblies that are field applied over substrate. 2. Water-resistive barrier coatings. 3. Direct-applied exterior finish system at soffits. B. Related Requirements: 1. Section 07 27 26 "Fluid-Applied Membrane Air Barriers" for fluid-applied, synthetic polymer air barriers applied over sheathing and CMU behind EIFS-clad wall assemblies. 1.02 DEFINITIONS A. Definitions in ASTM E2110 apply to Work of this Section. B. EIFS: Exterior insulation and finish system(s). C. IBC: International Building Code. 1.03 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.04 ACTION SUBMITTALS A. Product Data: For each EIFS component, trim, and accessory, including water-resistive barrier coatings. B. Shop Drawings: 1. Include details for EIFS buildouts. 2. Include details for parapet cap flashing. C. Samples: For each exposed product and for each color and texture specified, 8 inches square in size. D. Samples for Initial Selection: For each type of finish-coat color and texture indicated. 1. Include similar Samples of exposed accessories involving color selection. E. Samples for Verification: 24-inch- square panels for each type of finish-coat color and texture indicated, prepared using same tools and techniques intended for actual work. 1. Include exposed trim and accessory samples to verify color selected. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Include a typical control joint filled with sealant of color selected, as specified in Section 07 92 00 "Joint Sealants." 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Manufacturer Certificates: Signed by EIFS manufacturer, certifying the following: 1. EIFS complies with requirements. 2. Substrates to which EIFS is indicated to be attached are acceptable to EIFS manufacturer. 3. Accessory products installed with EIFS, including joint sealants, flashing, water- resistive barrier coatings, trim, whether or not furnished by EIFS manufacturer and whether or not specified in this Section,are acceptable to EIFS manufacturer. C. Product Certificates: For insulation and joint sealant, from manufacturer. D. Product Test Reports: For each EIFS assembly and component, for tests performed by a qualified testing agency. Include windstorm product evaluation. E. Field quality-control reports. F. Sample Warranty: For manufacturer's special warranty. 1.06 CLOSEOUT SUBMITTALS A. Maintenance Data: For EIFS to include in maintenance manuals. 1.07 QUALITY ASSURANCE A. Installer Qualifications: An installer who is certified in writing by AWCI International as qualified to install Class PB EIFS using trained workers. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, to set quality standards for materials and execution, and to set quality standards for fabrication and installation. 1. Build mockup of typical wall area as shown on Drawings. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. C. Windstorm Construction Requirements: Comply with specification Section 01 41 19 — Windstorm Construction Requirements. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.08 DELIVERY,STORAGE,AND HANDLING A. Deliver materials in original, unopened packages with manufacturers' labels intact and clearly identifying products. B. Store materials inside and under cover; keep them dry and protected from weather, direct sunlight, surface contamination, aging, corrosion, damaging temperatures, construction traffic, and other causes. 1. Stack insulation board flat, in a dry place and off the ground. 2. Do not deliver insulating materials to Project site before installation time. 3. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. 1.09 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions and ambient outdoor air, humidity, and substrate temperatures permit EIFS to be applied, dried, and cured according to manufacturers' written instructions and warranty requirements. 1. Proceed with installation of adhesives or coatings only when ambient temperatures have remained, or are forecast to remain, above 40 deg F for a minimum of 24 hours before, during, and after application. Do not apply EIFS adhesives or coatings during rainfall. 1.10 WARRANTY A. Manufacturer's Special Warranty: Manufacturer agrees to repair or replace components of EIFS-clad drainage-wall assemblies that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: a. Bond integrity and weathertightness. b. Deterioration of EIFS finishes and other EIFS materials beyond normal weathering. 2. Warranty coverage includes the following components of EIFS-clad drainage-wall assemblies: a. EIFS finish, including base coats,finish coats, and reinforcing mesh. b. Insulation installed as part of EIFS. C. Insulation adhesive and mechanical fasteners. d. EIFS accessories, including trim components and flashing. e. Water-resistive barrier coatings. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 f. EIFS drainage components. 3. Warranty Period: 10 years from date of Substantial Completion. PART 2- PRODUCTS 2.01 WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Basis of Design: a. Sto Corp.—fluid applied air barrier, adhesive, reinforced base coat, finish coat, plaster accessories and joint sealant. b. Rockwool®—specially designed rock wool insulation board for compatibility with Sto materials. 2. Dryvit Systems, Inc. 3. Master Builders Solutions, brand of MBCC Group, a Sika company B. Source Limitations: Obtain EIFS and the Fluid Applied Air Barrier specified in Section 07 27 26 from single EIFS manufacturer and from sources approved by EIFS manufacturer as compatible with EIFS components. 2.02 PERFORMANCE REQUIREMENTS A. EIFS Performance: Comply with ASTM E2568 and with the following: 1. Weathertightness: Resistant to uncontrolled water penetration from exterior, with a means to drain water entering EIFS to the exterior. 2. Structural Performance of Assembly and Components: a. Wind Loads: 1) Uniform pressure as indicated on Drawings. 3. Impact Performance: ASTM E2568, High impact resistance. 4. Abrasion Resistance of Finish Coat: Sample consisting of 1-inch- thick EIFS mounted on 1/2-inch-thick gypsum board; cured for a minimum of 28 days and shows no cracking, checking, or loss of film integrity after exposure to 528 quarts of sand when tested in accordance with ASTM D968, Method A. 5. Mildew Resistance of Finish Coat: Sample applied to 2-by-2-inch clean glass substrate; cured for 28 days and shows no growth when tested in accordance with ASTM D3273 and evaluated in accordance with ASTM D3274. 6. Drainage Efficiency: 90 percent average minimum when tested in accordance with ASTM E2273. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7. Non-combustible Insulation: comply with ASTM C612 Type IV requirements 8. Meet requirements for use on combustible (Type V) and noncombustible (Types I, II, II, and IV) construction as stated in ICC ESR (see ICC-ESR 5027) 2.03 EIFS MATERIALS A. Water-Resistive Barrier Coating and Flashing: Refer to Section 07 27 26 Fluid Applied Air Barrier—Vapor Permeable. B. Insulation Adhesive: Sto BTS Plus-EIFS manufacturer's standard formulation designed for indicated use; specifically formulated to be applied to back side of insulation in a manner that creates open vertical channels designed to serve as an integral part of the water- drainage system of the EIFS-clad drainage-wall assembly; compatible with substrate; and complying with the following: 1. Factory-blended dry formulation of portland cement,dry polymer admixture,and fillers specified for base coat. C. Rockwool Frontrock° MD (Mono Density) stone wool insulation board in conformance with ASTM C612,Type IV requirements, nominal 8.5 Ib/ft3 density(136 kg/m3), 2ft x 4ft width x length (0.6 x 1.2 m), 2 inches (51 mm) thick, and R-4.0 hr•ft2•F/Btu per inch (RSI - 0.70 m2•K/W) D. Thermal Dowels and Fasteners: Sto Thermo Dowel: 2-3/8 inch diameter (60 mm) Thermal Dowel with % inch (6 mm) corrosion resistant star head type screw fastener for wood frame, steel frame, or masonry wall construction. E. Reinforcing Mesh: Balanced, alkali-resistant, open-weave, glass-fiber mesh treated for compatibility with other EIFS materials, made from continuous multiend strands with retained mesh tensile strength of not less than 120 Ibf/in. in accordance with ASTM E2098/E2098M and the following: 1. Reinforcing Mesh for EIFS, General: Not less than 6 oz./sq. yd. as required to comply with impact-performance level specified in "Performance Requirements" Article. 2. High Impact Mesh: Sto Armor Mat — nominal 15 oz/yd2 (509 g/m2), ultra high impact, double strand, interwoven, open-weave glass fiber fabric with alkaline resistant coating for compatibility with Sto materials. 3. Reinforcing Mesh over ASTM C1177 sheathing for steel stud framed applications: Not less than 20.0 oz./sq. yd. to comply with impact-performance level specified in "Performance Requirements" Article. 4. Strip-Reinforcing Mesh: Not less than 4.20 oz./sq. yd. and as recommended by EIFS manufacturer. 5. Detail-Reinforcing Mesh: Not less than 4.20 oz./sq. yd. and as recommended by EIFS manufacturer. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Corner-Reinforcing Mesh: Not less than 7.2 oz./sq. yd. and as recommended by EIFS manufacturer. F. Base Coat: Sto BTS Plus - EIFS manufacturer's standard mixture complying with the following: 1. Factory-blended dry formulation of portland cement,dry polymer admixture,and inert fillers to which only water is added at Project site. G. Water-Resistant Base Coat: Sto Flexyl - EIFS manufacturer's standard water-resistant formulation complying with the following: 1. Fiber reinforced acrylic based waterproof base coat mixed with portland cement (for use as a waterproof base coat over Sto BTS Plus. H. Primer: StoPrime Smooth - EIFS manufacturer's standard factory-mixed, elastomeric- polymer primer for preparing base-coat surface for application of finish coat. I. Finish Coat (vertical surfaces): Stolit Lotusan Finish - integrally colored, factory blended textured Lotus-Effect Technology wall finish, self-cleaning, hydrophobic with graded marble aggregate. J. Sealer: Manufacturer's waterproof, clear acrylic-based sealer for protecting finish coat. K. Water: Potable. L. Trim Accessories: Type as designated or required to suit conditions indicated and to comply with EIFS manufacturer's written instructions; manufactured from UV-stabilized PVC; and complying with ASTM D1784, manufacturer's standard cell class for use intended, and ASTM C1063. 1. Casing Bead: Prefabricated, one-piece type for attachment behind insulation, of depth required to suit thickness of coating and insulation, with face leg perforated for bonding to coating and back leg. 2. Drip Screed/Track: Prefabricated, one-piece type for attachment behind insulation with face leg extended to form a drip, of depth required to suit thickness of coating and insulation, with face leg perforated for bonding to coating and back leg. 3. Weep Screed/Track: Prefabricated, one-piece type for attachment behind insulation with perforated face leg extended to form a drip and weep holes in track bottom, of depth required to suit thickness of coating and insulation, with face leg perforated for bonding to coating and back leg; designed to drain incidental moisture that gets into wall construction to the exterior at terminations of EIFS with drainage. 4. Expansion Joint: Closed-cell polyethylene backer rod and elastomeric sealant 3/4- inch. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Windowsill Flashing: Prefabricated type for both flashing and sloping sill over framing beneath windows; with end and back dams; designed to direct water to exterior. 2.04 MIXING A. Comply with EIFS manufacturer's requirements for combining and mixing materials. Do not introduce admixtures, water, or other materials, except as recommended by EIFS manufacturer. Mix materials in clean containers. Use materials within time period specified by EIFS manufacturer or discard. PART 3- EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roof edges, wall framing, flashings, openings, substrates, and junctures at other construction for suitable conditions where EIFS will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 1. Begin coating application only after surfaces are dry. 2. Application of coating indicates acceptance of surfaces and conditions. 3.02 PREPARATION A. Protect contiguous work from moisture deterioration and soiling caused by application of EIFS. Provide temporary covering and other protection needed to prevent spattering of exterior finish coats on other work. B. Protect EIFS, substrates, and wall construction behind them from inclement weather during installation. Prevent penetration of moisture behind drainage plane of EIFS and deterioration of substrates. C. Prepare and clean substrates to comply with EIFS manufacturer's written instructions to obtain optimum bond between substrate and adhesive for insulation. 3.03 INSTALLATION OF EIFS,GENERAL A. Comply with ASTM C1397,ASTM E2511, and EIFS manufacturer's written instructions for installation of EIFS as applicable to each type of substrate indicated. 3.04 APPLICATION OF SUBSTRATE PROTECTION A. Over ASTM C1177 sheathing for steel stud framed applications: WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Apply approved base coat over the sheathing with a stainless steel trowel to a uniform thickness of approximately 1/8" (3mm). Work horizontally or vertically in strips of 40" (1016mm) and immediately embed the 20.0 oz/sq.yd. mesh into the wet base coat by trowelling from the center to the edge of the mesh. Either overlap the mesh not less than 2-%" (64mm) at mesh seams or butt mesh at seams. B. Water-Resistive Barrier Coating:Apply over substrate to provide a water-resistive barrier. 1. Refer to Section 07 27 26"Fluid-Applied Membrane Air Barriers"for fluid-applied, synthetic polymer air barriers. C. Flexible-Membrane Flashing: Install over water-resistive barrier coating, applied and lapped to shed water; seal at openings, penetrations, and terminations. Prime substrates with flashing primer if required and install flashing. 1. Refer to Section 07 27 26"Fluid-Applied Membrane Air Barriers"for fluid-applied, synthetic polymer air barriers 3.05 INSTALLATION OF TRIM A. Trim:Apply trim accessories at perimeter of EIFS,at expansion joints, at window sills, and elsewhere as indicated. Coordinate with installation of insulation. 1. Weep Screed/Track: Use at bottom termination edges,at window and door heads of water-drainage EIFS unless otherwise indicated. 2. Windowsill Flashing: Use at windows unless otherwise indicated. 3. Expansion Joint: Use where indicated on Drawings. 4. Casing Bead: Use at other locations. 5. Parapet Cap Flashing: Use where indicated on Drawings. 3.06 INSTALLATION OF INSULATION A. Board Insulation: Mechanically attach insulation to substrate in compliance with ASTM C1397 and the following: 1. Mechanically attach insulation to substrate. Install top surface of fastener heads flush with plane of insulation. Install fasteners into or through substrates with the following minimum penetration: a. Steel Framing: 5/16 inch. b. Concrete and Masonry: 1 inch. 2. Apply insulation over substrates in courses with long edges of boards oriented horizontally. 3. Begin first course of insulation from a level base line and work upward. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Begin first course of insulation from screed/track and work upward. Work from perimeter casing beads toward interior of panels if possible. 5. Stagger vertical joints of insulation boards in successive courses to produce running bond pattern. Locatejoints,so no piece of insulation is less than 12 inches wide or 6 inches high. Offset joints not less than 6 inches from corners of window and door openings and not less than 4 inches from aesthetic reveals. a. Adhesive Attachment: Offset joints of insulation not less than 6 inches from horizontal and 4 inches from vertical joints in sheathing. b. Mechanical Attachment: Offset joints of insulation from horizontal joints in sheathing. 6. Apply channeled insulation, with drainage channels aligned vertically. 7. Interlock ends at internal and external corners. 8. Abut insulation tightly atjoints within and between each course to produce flush, continuously even surfaces without gaps or raised edges between boards. If gaps greater than 1/16 inch occur, fill with insulation cut to fit gaps exactly; insert insulation without using adhesive or other material. 9. Cut insulation to fit openings, corners, and projections precisely and to produce edges and shapes complying with details indicated. 10. Cut aesthetic reveals in outside face of insulation with high-speed router and bit configured to produce grooves, rabbets, and other features that comply with profiles and locations indicated. Do not reduce insulation thickness at aesthetic reveals to less than 3/4 inch. 11. Interrupt insulation for expansion joints where indicated. 12. Form joints for sealant application by leaving gaps between adjoining insulation edges and between insulation edges and dissimilar adjoining surfaces. Make gaps wide enough to produce joint widths indicated after encapsulating joint substrates with base coat and reinforcing mesh. 13. Form joints for sealant application with back-to-back casing beads for joints within EIFS and with perimeter casing beads at dissimilar adjoining surfaces. Make gaps between casing beads and between perimeter casing beads and adjoining surfaces of width indicated. 14. Before installing insulation and before applying field-applied reinforcing mesh, fully wrap board edges. Cover edges of board and extend encapsulating mesh not less than 2-1/2 inches over front and back face unless otherwise indicated on Drawings. 15. Treat exposed edges of insulation as follows: a. Except for edges forming substrates of sealant joints, encapsulate with base coat, reinforcing mesh, and finish coat. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Encapsulate edges forming substrates of sealant joints within EIFS or between EIFS and other work with base coat and reinforcing mesh. C. At edges trimmed by accessories, extend base coat, reinforcing mesh, and finish coat over face leg of accessories. 16. Coordinate installation of flashing and insulation to produce wall assembly that does not allow water to penetrate behind flashing and water-resistive barrier coating. B. Expansion Joints: Install at locations indicated,where required by EIFS manufacturer, and as follows: 1. At expansion joints in substrates behind EIFS. 2. Where EIFS adjoin dissimilar construction, including other EIFS. 3. Where wall height or building shape changes. 4. Where EIFS manufacturer requires joints in long continuous elevations. 3.07 APPLICATION OF BASE COAT A. Water-Resistant Base Coat: Apply full-thickness coverage to exposed insulation and to exposed surfaces of window sills, parapets and to other surfaces indicated on Drawings. B. Base Coat:Apply full coverage to exposed insulation with not less than 1/16-inch dry-coat thickness. C. Reinforcing Mesh: Embed reinforcing mesh in wet base coat to produce wrinkle-free installation with mesh continuous at corners, overlapped not less than 2-1/2 inches or otherwise treated at joints to comply with ASTM C1397. Do not lap reinforcing mesh within 8 inches of corners. Completely embed mesh, applying additional base-coat material if necessary, so reinforcing-mesh color and pattern are invisible. D. High Impact Mesh Application: Apply second base coat and layer of High Impact Reinforcing Mesh, overlapped not less than 2-1/2 inches or otherwise treated at joints to comply with ASTM C1397 in same manner as first application. Do not apply until first base coat has cured. E. Additional Reinforcing Mesh: Apply strip-reinforcing mesh around openings, extending 4 inches beyond perimeter.Apply additional 9-by-12-inch strip-reinforcing mesh diagonally at corners of openings (re-entrant corners). Apply 8-inch-wide, strip-reinforcing mesh at both inside and outside corners unless base layer of mesh is lapped not less than 4 inches on each side of corners. 1. At aesthetic reveals, apply strip-reinforcing mesh not less than 8 inches wide. 2. Embed strip-reinforcing mesh in base coat before applying first layer of reinf. mesh. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 F. Double Base-Coat Application: Where indicated, apply second base coat in same manner and thickness as first application,except without reinforcing mesh. Do not apply until first base coat has cured. 3.08 APPLICATION OF FINISH COAT A. Primer:Apply over dry base coat. B. Finish Coat: Apply full-thickness coverage over dry primed base coat, maintaining a wet edge at all times for uniform appearance,to produce a uniform finish of color and texture matching approved sample and free of cold joints, shadow lines, and texture variations. C. Sealer Coat: Apply over dry finish coat, in number of coats and thickness required by EIFS manufacturer. 3.09 APPLICATION OF DIRECT-APPLIED EXTERIOR FINISH SYSTEM A. Gypsum soffit board must be installed in conformance with the applicable building code and manufacturer's written instructions. Gypsum or cement soffit board surface must be clean, dry, and free of surface contamination. Soffit board surface shall not have planar irregularities in excess of 1/16 inch (1.6 mm) and shall be free of voids, cracks, and other surface defects. B. Mixing 1. Mix products in accordance with published literature. Refer to applicable Manufacturer Product Bulletins for specific information on use, handling, application, precautions, and limitations of specific products. C. Application 1. Install corrosion proof termination accessories with perforated flanges for keying of the base coat at junctures with penetrations such as soffit vents, electrical fixtures, and with abutting walls and columns. Install corrosion proof control joints with perforated flanges for keying of the base coat at intervals as required by the soffit board manufacturer. 2. Treat soffit board joints as directed by the manufacturer. 3. Install nominal 1/8-inch (3mm) base coat by trowel to the soffit/ceiling board surface. Work horizontally or vertically in strips of 40 inches (1016 mm), and immediately embed the mesh into the wet base coat by troweling from the center to the edge of the mesh. Overlap mesh installed at perforated accessory flanges by installing mesh up to the termination bead of the accessory.Overlap mesh not less than 2-1/2 inches(64 mm)at mesh seams and feather at seams. Double wrap all inside and outside corners with minimum 6-inch (152 mm) overlap in each direction (except where corner bead is used at outside corners lap mesh over perforated flange of accessory). Avoid wrinkles in the mesh. The mesh must be fully embedded so that no mesh color shows through the base coat when it is dry. WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Re-skim with additional base coat if mesh color is visible. Do not install base coat and mesh into solid (unperforated) portions of accessories. 4. When the base coat application is dry, apply the primer by brush or roller to the entire base coat surface. 5. When the primer application is dry apply the finish coat. 3.10 CLEANING AND PROTECTION A. Remove temporary covering and protection of other work. Promptly remove coating materials from window and door frames and other surfaces outside areas indicated to receive EIFS coatings. END OF SECTION 07 24 19 WATER-DRAINAGE EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07 24 19- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 27 26- FLUID APPLIED AIR BARRIER—VAPOR PERMEABLE PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes materials and installation of fluid applied air and moisture barrier membrane over vertical above grade concrete walls, concrete masonry walls, and wall sheathing, behind EIFS and Masonry Veneer. B. Related Requirements 1. Section 04 20 00: Concrete Unit Masonry 2. Section 06 16 00:Sheathing 3. Section 07 24 19:Water-Drainage Exterior Insulation and Finish System 4. Section 07 62 00:Sheet Metal Flashing and Trim 5. Section 07 92 00:Joint Sealants 6. Section 08 41 13:Aluminum-Framed Entrances and Storefronts 1.03 DEFINITIONS A. Air Barrier Material: A primary element that provides a continuous barrier to the movement of air. B. Air Barrier Accessory:A transitional component of the air barrier that provides continuity. C. Air Barrier Auxiliary Material:A transitional component that provides air barrier continuity furnished by a source other than the primary air barrier manufacturer. D. Air Barrier Assembly: The collection of air barrier materials, accessory and auxiliary materials applied to an opaque wall, including joints and junctions to abutting construction,to control air movement through the wall 1.04 PRE-INSTALLATION MEETINGS A. Pre-installation Conference 1. Review air barrier installation requirements and installation details, mock-ups, testing requirements, protection, and sequencing of work. FLUID APPLIED AIR BARRIER 07 27 26- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 REFERENCES A. Building Code and Material Evaluation Service Standards ICC ES AC 212 March 2015, ICC Acceptance Criteria for Water-Resistive Coatings Used as Water-Resistive Barriers over Exterior Sheathing 2012, 2015 IBC International Building Code 2012, 2015 IECC International Energy Conservation Code B. ASTM Standards C 297-94 Test Method for Tensile Strength of Flat Sandwich Constructions in Flatwise Plane C 1177-08 Specification for Glass Mat Gypsum Substrate for Use as Sheathing D 522-93a Test Methods for Mandrel Bend Test of Attached Organic Coatings D 3273-00 Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber D 4541-09 Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers E 84-98 Test Method for Surface Burning Characteristics of Building Materials E 96-00 Test Method for Water Vapor Transmission of Materials E 119-98, Standard Test Methods for Fire Tests of Building Construction and Materials E 779-10 Standard Test Method for Determining Air Leakage Rate by Fan Pressurization E 783-02 Standard Test Method for Field Measurement of Air Leakage Through Installed Exterior Windows and Doors E 1186-03 (2009) Standard Practices for Air Leakage Site Detection in Building Envelopes and Air Barrier Systems 1E 1827-96 (2007) Standard Test Methods for Determining Airtightness of Buildings Using an Orifice Blower Door 1E 2178-03 Test Method for Air Permeance of Building Materials 15. E 2357-05 Standard Test Method for Determining Air Leakage of Air Barrier Assemblies C. American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. (ASHRAE) 2005 ASHRAE Handbook Fundamentals D. National Fire Protection Association(NFPA) NFPA 285 Standard Fire Test Method for Evaluation of Fire Propagation Characteristics of Exterior Non-Load-Bearing Wall Assemblies Containing Combustible Components FLUID APPLIED AIR BARRIER 07 27 26-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. South Coast Air Quality Management District (SCAQMD) Rule 1113 (2007) Architectural Coatings 1.06 COORDINATION/SCHEDULING A. Coordinate installation of foundation waterproofing, roofing membrane,windows,doors and other wall penetrations to provide a continuous air barrier. B. Provide protection of rough openings before installing windows,doors,and other penetrations through the wall. C. Provide sill flashing to direct water to the exterior before windows and doors are installed. D. Install window and door head flashing immediately after windows and doors are installed. E. Install diverter flashings wherever water can enter the assembly to direct water to the exterior. F. Install parapet cap flashing and similar flashing at copings and sills to prevent water entry into the wall assembly. G. Install cladding within 180 days of air and moisture barrier installation (except in the case of StoTherm ci, install insulation board with adhesive within 30 days of Sto Gold Coat installation). 1.07 SUBMITTALS A. Manufacturer's specifications,details and product data. B. Manufacturer's standard warranty. C. Manufacturer's ICC evaluation report confirming compliance with the IBC and IECC as an air barrier and water-resistive barrier. D. Samples for approval as directed by architect or owner. E. Shop drawings: substrate joints, cracks,flashing transitions, penetrations, corners, terminations, and tie-ins with adjoining construction, and interfaces with separate materials that form part of the air barrier assembly. 1.08 QUALITY ASSURANCE A. Manufacturer requirements 1. Manufacturer of exterior wall air and moisture barrier materials for a minimum of 30 years in North America. 2. ISO 9001:2008 Certified Quality System and ISO 14001:2004 Certified Environmental Management System B. Contractor requirements FLUID APPLIED AIR BARRIER 07 27 26-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Knowledgeable in the proper use and handling of system materials. 2. Employ skilled mechanics who are experienced and knowledgeable in waterproofing and air barrier application, and familiar with the requirements of the specified work. 3. Provide the proper equipment, manpower and supervision on the job-site to install the air barrier assembly in compliance with the project plans & specifications, shop drawings, and Manufacturer's published specifications and details. C. Regulatory Compliance 1. Primary air barrier and joint treatment reinforcement materials: a. Listed by IBC and recognized for use on all types of construction. Refer to ICC ESR 1233 for limitations. b. Comply with VOC requirements of SCAQMD Rule 1113. C. Comply with air barrier material requirements of ASHRAE 90.1—2010, 2013 d. Comply with air barrier material requirements of ASHRAE 189.1—2009 e. Comply with 2012 and 2015 IRC requirements for a continuous air barrier f. Comply with air barrier material requirements of 2012 and 2015 IBC and I ECC. g. Evaluated and Listed by ABAA as an air barrier material. D. Mock-ups 1. Build stand-alone site mock up or sample wall area on as-built construction to incorporate back-up wall construction,typical details covering substrate joints, cracks, flashing transitions, penetrations, corners,terminations,tie-ins with adjoining construction, and interfaces with separate materials that form part of the air barrier assembly. Refer to Specification Section 0143 39—Mockups. 1.09 PRE-CONSTRUCTION TESTING A. Conduct testing by qualified test agency or building envelope consultant 1. Conduct assembly air leakage testing in accordance with ASTM E 783. 2. Conduct adhesion testing to substrates in accordance with ASTM D 4541. 3. Conduct wet sealant compatibility testing in accordance with sealant manufacturer's field quality control test procedure. 4. Notify design professional minimum 7 days prior to testing. FLUID APPLIED AIR BARRIER 07 27 26-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.10 DELIVERY,STORAGE AND HANDLING A. Deliver all materials in their original sealed containers bearing manufacturer's name and identification of product. B. Protect coatings(pail products)from freezing temperatures and temperatures in excess of 90 degrees F (32 degrees C). Store away from direct sunlight. C. Protect Portland cement based materials (bag products)from moisture and humidity. Store under cover off the ground in a dry location. D. Protect and store accessory and auxiliary products in accordance with manufacturer's written instructions. 1.11 PROJECT/SITE CONDITIONS A. Maintain ambient and surface temperatures above 40 degrees F (4 degrees C) during application and drying period, minimum 24 hours after application of air and moisture barrier materials. B. Provide supplementary heat for installation in temperatures less than 40 degrees F (4 degrees C) or if surface temperature is likely to fall below 40 degrees F (4 degrees C). C. Provide protection of surrounding areas and adjacent surfaces from application of materials. 1.12 WARRANTY A. Provide manufacturer's standard warranty. PART 2-PRODUCTS 2.01 BASIS OF DESIGN MANUFACTURER A. Sto Corp. B. Obtain primary air barrier and accessory air barrier materials from single source that are also compatible with Section 07 24 19—Water-Drainage Exterior Insulation and Finish System for system warranty. 2.02 MATERIALS A. Primary Air Barrier Material:StoGuard with Sto Gold Coat—ready-mixed flexible spray or roller applied air and moisture barrier material. B. Accessory Materials 1. Sheathing Joint Treatments FLUID APPLIED AIR BARRIER 07 27 26-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Sto Gold Coat' with StoGuard Fabric: flexible air and moisture barrier membrane material for embedding non-woven integrally reinforced cloth reinforcement. 2. Rough Opening Treatments a. StoGuard Tape: self-adhered rubberized asphalt tape for frame walls with polyester fabric facing. 3. Transition Detail Components a. StoGuard Transition Membrane: flexible air and moisture barrier membrane for continuity at static transitions:sheathing to foundation, dissimilar materials (CMU to frame wall), wall to balcony floor slab or ceiling, and shingle lap transitions to flashing. Also used for dynamic joints: floor line deflection joints, masonry control joints, and through wall joints in masonry or frame construction. 4. Primers a. StoGuard Primer: rubber resin emulsion primer for use with StoGuard Tape to enhance adhesion. C. Flexible Base Flashing: Use the following unless otherwise indicated: 1. Self-Adhering, Stainless Steel Fabric Flashing: Composite, flashing product consisting of 2 mil of Type 304 stainless steel sheet, bonded to a layer of polymeric fabric with a butyl adhesive,to produce an overall thickness of 40 mil. a. Basis-of-Design Product: Subject to compliance with requirements, provide York Manufacturing, Inc; 304 Self-Adhering Stainless Steel or comparable product by one of the following: 1) Hohmann & Barnard, Inc. 2) STS Coatings, Inc. 3) VaproShield LLC. 4) Wire-Bond. 5) York Manufacturing, Inc. b. Applications: Use 40-mil-thick flashing at base of walls. 2. Termination bar: Hot dipped galvanized steel; 1/8-inch x 1-inch bar stock, pre- drilled, slotted holes. D. Auxiliary Materials 1. Wet sealant: Dow Corning 758, 790,791,and 795 sealants 2. Pre-cured sealant tape: Dow 123 3. Spray adhesive: 3M Super 77 Spray Adhesive 4. Spray foam: Dow Great Stuff for Gaps and Cracks E. Patching and Leveling Material for Concrete and Masonry 1. Sto Leveler: polymer modified cementitious patch and leveling material for prepared concrete and masonry surfaces up to 1/4 inch (6 mm). FLUID APPLIED AIR BARRIER 07 27 26-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Sto BTS Xtra: polymer modified lightweight cementitious patch and leveling material for prepared concrete and masonry surfaces up to 1/8 inch (3 mm). 2.03 PERFORMANCE REQUIREMENTS A. Durability, resistance to aging,water and water penetration resistance,structural loading:joint treatment and primary air barrier material, comply with ICC ES AC 212 B. Flexibility:ASTM D 522, primary air barrier material, no cracking or delamination before and after aging using 1/8 inch (3 mm) mandrel at 149 F(109 C) C. Nail sealability:ASTM D 1970,7.9.1, primary air barrier passes D. Resistance to mold:ASTM D 3273, no mold growth after 28 day exposure E. Adhesion:joint treatment and primary air barrier material,ASTM C 297 or D 4541, >30 psi (207 kPa), or exceeds strength of glass mat facing on glass mat gypsum substrates F. Surface burning:ASTM E 84,joint treatment and primary air barrier material flame spread < 25, smoke developed <450, Class A building material G. Water vapor permeance:ASTM E 96 Method B,> 10 perms(570 ng/Pa s•M2) H. Field adhesion testing:ASTM D 4541, >30 psi (207 kPA) or exceeds strength of glass mat facing on glass mat gypsum substrates I. Fire resistance:ASTM E 119, permitted for use in exterior walls of fire-resistance-rated construction assemblies. Refer to ICC-ESR 1233. J. Building envelope air leakage:ASTM E 779 or 1827, <0.4 cfm/ft2(2 L/s•M2) K. Material air leakage:ASTM E 2178, primary air barrier and joint treatment<0.004 cfm/ft2 at 1.57 psf(0.02 L/s•M2 at 75 Pa) L. Assembly air leakage:ASTM E 2357, <0.04 cfm/ftz(0.2 L/s M2)air leakage after conditioning protocol M. Fire propagation: NFPA 285, meets requirements for use on all Types of construction. Refer to ICC-ESR 1233. N. Volatile Organic Compounds:SCAQMD Rule 1113,joint treatment and primary air barrier material < 100 g/L O. Water-resistive barrier: ICC ES 212,joint treatment and primary air barrier material comply and are listed in a valid ICC ESR. 2.04 DESIGN CRITERIA A. Structural (Wind and Axial Loads) 1. Design for maximum allowable deflection normal to the plane of the wall: L/240. Where cladding dictates stiffer deflection criteria use cladding design criteria for maximum allowable deflection. FLUID APPLIED AIR BARRIER 07 27 26-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Design for wind load in conformance with code requirements. B. Moisture Control 1. Prevent the accumulation of water in the wall assembly and behind the exterior wall cladding: a. Minimize condensation within the assembly. b. Drain water directly to the exterior where it is likely to penetrate components in the wall assembly(windows and doors, for example). C. Provide corrosion resistant flashing to direct water to the exterior in accordance with code requirements, including: above window and door heads, beneath window and door sills, at roof/wall intersections,floor lines, decks, intersections of lower walls with higher walls, and at the base of the wall. C. Air Barrier Continuity: provide continuous air barrier assembly of compatible air barrier components. D. Substrates 1. Concrete Masonry Units: provide CMU surfaces in conformance with the applicable building code, and such that a void and pinhole free air barrier is achieved. Provide normal weight units with flush joints (struck flush with the surface) and allow for a minimum of 2 coats of the primary air barrier material, applied by spray or roller.Alternatively,for"rough" CMU wall surfaces allow for a cementitious parge coat to fill and level irregular surfaces, prior to 1 coat of the primary air barrier material. 2. Concrete: provide concrete in conformance with the applicable building code. 3. Sheathing: provide gypsum sheathing in compliance with ASTM C 1177 and provide sheathing that meets required design wind pressures. E. Mechanical Ventilation: maintain pressurization and indoor humidity levels in accordance with recommendations of ASHRAE (see 2005 ASHRAE Handbook— Fundamentals). PART 3-EXECUTION 3.01 EXAMINATION A. Inspect concrete and concrete masonry surfaces for: 1. Contamination—algae, dirt, dust,efflorescence,form oil,fungus,grease, mildew or other foreign substances. 2. Surface deficiencies—weak,friable,chalkiness, laitance, bugholes,and spalls. 3. Cracks—measure crack width and record location of cracks. 4. Damage or deterioration. FLUID APPLIED AIR BARRIER 07 27 26-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Moisture content and moisture damage—use a moisture meter to determine if the surface is dry enough to receive the waterproof air barrier and record any areas of moisture damage or excess moisture. 6. Flush masonry mortarjoints completely filled with mortar. B. Inspect sheathing application for compliance with applicable requirement: 1. Glass mat faced gypsum sheathing in compliance with ASTM C 1177: consult manufacturer's published recommendations and ICC ES Report. Conform with project requirements for wind load resistance. C. Report deviations from the requirements of project specifications or other conditions that might adversely affect the air and moisture barrier installation. Do not start work until deviations are corrected. 3.02 SURFACE PREPARATION A. Concrete Masonry 1. Surface must be structurally sound and free of weak or damaged surface conditions such as laitance or spalls. Surface must be clean, dry, frost-free, and free of any bond- inhibiting materials such as dust, dirt, oil, algae, mildew, salts, efflorescence, or any other surface contamination. Mortar joints must be struck flush with the surface. 2. Remove excess mortar from masonry ties, lintels and shelf angles. 3. Remove loose or damaged material by water-blasting, sandblasting or mechanical wire brushing. Remove surface contamination such as dirt or efflorescence by chemical or mechanical means. Repair surface defects such as spalls,voids and holes with Sto BTS Xtra (up to 1/8 inch [3 mm] thick) or Sto Leveler(up to 1/4 inch [6 mm] thick). 4. Repair non-structural cracks up to 1/8 inch (3 mm) wide by raking with a sharp tool to remove loose, friable material and blow clean with oil-free compressed air.Apply joint treatment material over crack,embed reinforcement(where applicable), and smooth joint treatment material with a trowel, drywall or putty knife to cover the reinforcement. B. Concrete 1. Surface must be structurally sound and free of weak or damaged surface conditions such as laitance, bugholes, or spalls. Surface must be clean, dry, frost-free, and free of any bond-inhibiting materials such as dust, dirt, oil,form release, algae, mildew, salts, efflorescence, or any other surface contamination. 2. Remove projecting fins, ridges,form ties,and high spots by mechanical means. 3. Remove loose or damaged material by water-blasting, sandblasting or mechanical wire brushing. Remove form release by chemical or mechanical means. Repair surface defects such as honeycombs, pitting,spalls,voids or FLUID APPLIED AIR BARRIER 07 27 26-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 holes with Sto BTS Xtra (up to 1/8 inch [3 mm] thick) or Sto Leveler(up to 1/4 inch [6 mm] thick). 4. Repair non-structural cracks up to 1/8 inch (3 mm) wide by raking with a sharp tool to remove loose, friable material and blow clean with oil-free compressed air.Apply joint treatment material over crack,embed reinforcement(where applicable), and smooth joint treatment material with a trowel, drywall or putty knife to cover the reinforcement. C. Sheathing 1. Remove and replace damaged sheathing. 2. Spot surface defects such as over-driven fasteners, knot holes,or other voids in sheathing with knife grade joint treatment material. 3. Spot fasteners with knife grade or coating joint treatment material. 3.03 INSTALLATION A. Air/Moisture Barrier Installation over Exterior Glass Mat Faced Gypsum Sheathing in compliance with ASTM C 1177, concrete, and concrete masonry (CMU)wall construction B. Coordinate work with other trades to ensure air barrier continuity with connections at foundation,floor lines,flashings, lintels and shelf angles,openings and penetrations such as pipes,vents, windows and doors, masonry anchors, rafters or beams,joints in construction, projections such as decks and balconies, and roof line. C. Transition Detailing: detail transition areas with Sto RapidGuard or StoGuard Transition Membrane to achieve air barrier continuity. For illustrations of installation, refer to Sto Guide Details and Sto RapidGuard Installation Guide or StoGuard Transition Membrane Installation Guide (www.stocorp.com). D. Rough opening protection 1. Install rough opening protection. Refer to Sto details and applicable Sto product bulletins. E. Sheathingjoints 1. Install joint treatment material over sheathing joints. Refer to Sto details and applicable Sto product bulletins. F. Air and moisture barrier coating 1. Concrete—install one coat of Sto Gold Coat by spray or roller in a uniform, continuous film of 10 wet mils to the prepared concrete substrate. Do not install over working or moving joint sealants. 2. Concrete Masonry—install one liberal coat of Sto Gold Coat by spray or roller in a uniform, continuous film to the prepared concrete masonry substrate. Backroll spray applications.Allow to dry. Install a second liberal coat in a FLUID APPLIED AIR BARRIER 07 27 26- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 uniform, continuous film, and backroll spray applications,to achieve a void and pinhole free surface. Depending on the condition of the surface a minimum of 10 wet mils up to a maximum of 30 wet mils per coat is required.Apply additional coats as recommended by Manufacturer if needed to achieve a void and pinhole free surface. Do not install over working or moving joint sealants. 3. Sheathing a. Glass mat faced gypsum sheathing: install one coat of Sto Gold Coat by spray or roller in a uniform,continuous film of 10 wet mils to the prepared glass mat gypsum substrate to achieve a void and pinhole free surface. Do not install overworking or moving joint sealants. 3.04 FIELD QUALITY CONTROL A. Owner's qualified testing agency or building envelope consultant shall perform inspections and tests. B. Inspections: air barrier materials are subject to inspection to verify compliance with requirements. 1. Condition of substrates and substrate preparation. 2. Installation of primary air barrier material, accessory materials, and compatible auxiliary materials over structurally sound substrates and in conformance with architectural design details, contractor's shop drawings, project mock-up, and manufacturer's written installation instructions. 3. Air barrier continuity and connections without gaps and holes at foundation, floor lines, flashings, lintels and shelf angles, openings and penetrations such as pipes,vents,windows and doors, masonry anchors, rafters or beams,joints in construction, projections such as decks and balconies, and roof line. C. Tests: air barrier materials and assembly are subject to tests to verify compliance with performance requirements: 1. Qualitative air leakage test:ASTM E 1186 2. Quantitative air leakage test:ASTM E 779, E 783, and E 1827 3. Adhesion test:ASTM D 4541 4. Qualitative adhesion and compatibility testing:wet sealant manufacturer's field quality control adhesion test. D. Repair non-conforming substrates and air barrier material installation to conform with project requirements. E. Take corrective action to repair and replace, reinstall, seal openings,gaps,or other sources of air leakage to conform with project performance requirements. 3.05 PROTECTION AND CLEANING FLUID APPLIED AIR BARRIER 07 27 26- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 A. Protect air barrier materials from damage during construction caused by wind, rain, freezing, continuous high humidity, or prolonged exposure to sunlight. B. Protect air barrier materials from damage from trades,vandals,and water infiltration during construction. C. Repair damaged materials to meet project specification requirements. D. Clean spills,stains,soiling from finishes or other construction materials that will be exposed in the completed work with compatible cleaners. E. Remove all masking materials after work is completed. END OF SECTON 07 27 26 FLUID APPLIED AIR BARRIER 07 27 26- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 3100—SYNTHETIC ROOF TILES PART 1- GENERAL 1.01 SECTION INCLUDES A. Synthetic roof tiles of the following types: 1. Spanish tiles (Spanish Barrel Tile). B. Accessories 1.02 RELATED SECTIONS A. Section 06 10 53—Miscellaneous Rough Carpentry B. Section 07 62 00—Sheet Metal Flashing and Trim 1.03 REFERENCES A. ASTM International (ASTM) 1. ASTM D226-Standard Specification for Asphalt-Saturated Organic Felt Used in Roofing and Waterproofing. 2. ASTM D3161-Standard Test Method for Wind-Resistance of Asphalt Shingles(Fan- Induced Method). 3. ASTM E108 (UL 790)-Standard Test Methods for Fire Tests of Roof Coverings. 4. ASTM D1970-Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection. 5. ASTM D8257-Standard Specification for Mechanically Attached Polymeric Roof Underlayment Used in Steep Slope Roofing. B. Florida Building Code Testing Application Standard (TAS):TAS 125-Test for Uplift Resistance on Roof Assemblies. C. Florida Building Code Testing Application Standard (TAS):TAS 100-Standard Test Method for Wind and Wind Driven Rain Resistance of Discontinuous Roof Systems. D. International Code Council (ICC): ES Acceptance Criteria AC07 Section 4.9. E. Miami Dade County, FL. (www.miamidade.gov) SYNTHETIC ROOF TILES 07 3100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 F. Texas Department of Insurance. (www.tdi.texas.gov) G. Underwriters Laboratories(UL): 1. UL 790-(Exterior Exposure), Standard Test Methods for Fire Tests of Roof Coverings. 2. UL 997-Wind Resistance of Prepared Roof Covering Materials. 3. UL 2218- Impact Resistance of Prepared Roof Covering Materials 1.04 SUBMITTALS A. Submit under provisions of Section 0133 00-Submittal Requirements. B. Product Data: 1. Manufacturer's data sheets on each product to be used. 2. Preparation instructions and recommendations. 3. Storage and handling requirements and recommendations. 4. Typical installation methods. C. Selection Samples: For each finish product specified,two sample roof tiles representing the manufacturer's full range of available colors and patterns. D. Verification Samples: For each finish product specified,two samples, representing actual product, color, and patterns. E. Windstorm Product Evaluation. F. Shop Drawings: Include details of materials,construction, and finish. Include relationship with adjacent construction. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with a minimum of five years documented experience. B. Installer Qualifications: Company specializing in performing Work of this section with minimum two years documented experience with projects of similar scope and complexity. C. Source Limitations: Provide each type of product from a single manufacturing source to ensure uniformity. SYNTHETIC ROOF TILES 07 3100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Mock-Up: Construct a mock-up with actual materials in sufficient time for Architect's review and to not delay construction progress. Locate mock-up as acceptable to Architect and provide temporary foundations and support. 1. Intent of mock-up is to demonstrate quality of workmanship and visual appearance. 2. If mock-up is not acceptable, rebuild mock-up until satisfactory results are achieved. 3. Retain mock-up during construction as a standard for comparison with completed work. 4. Do not alter or remove mock-up until work is completed or removal is authorized. 1.06 PRE-INSTALLATION CONFERENCE A. Convene a conference approximately two (2) weeks before scheduled commencement of the Work. Attendees shall include Architect, Contractor, and trades involved.Agenda shall include schedule, responsibilities, critical path items, and approvals. 1.07 DELIVERY,STORAGE,AND HANDLING A. Store and handle in strict compliance with manufacturer's written instructions and recommendations. B. Protect from damage due to weather,excessive temperature, and construction operations. C. Store and dispose of solvent-based materials, and materials used with solvent based materials, in accordance with requirements of local authorities having jurisdiction. 1.08 PROJECT 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 recommended limits. 1.09 WARRANTY A. Manufacturer's Warranty: Provide manufacturer's standard limited warranty: 1. Manufacturer's 50-year warranty for tiles against material defects that cause leaks under normal weather and use conditions. SYNTHETIC ROOF TILES 07 3100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.01 MANUFACTURERS A. Basis of Design Manufacturer: Brava Roof Tile, which is located at: 915 E.Tyler St.; Washington, IA 52353;Tel: 844-290-4196; Fax: 319-343-1038; Email: request info (marketing@bravarooftile.com); Web: http://www.bravarooftile.com B. Requests for substitutions will be considered in accordance with provisions of Section 0160 00- Product Requirements. 2.02 PERFORMANCE REQUIREMENTS A. Roof system to consist of manufactured synthetic tiles attached to structural substrate to form weather tight roof envelope with no measurable water penetration. B. Tiles shall be manufactured with variations in color and size,textured faces and edges, and sufficient thickness to provide a realistic installed appearance. C. Method of attachments shall be designed to adequately resist wind uplift for roof configuration and project location. D. Fire resistance: When installed over one layer of 30 lbs. felt that meets ASTM D226 Type II standard or a listed synthetic underlayment: Class C tested in accordance with ASTM E108/UL790. See Code Evaluation Report CERus-1014 published by QAI Laboratories for specific fire classified assemblies. E. Fire resistance: When installed over one layer of Low-E ThermaSheet or Eco Chief Solarhide. Class A tested in accordance with ASTM E108/UL790. See Code Evaluation Report CERus- 1014 published by QAI Laboratories for specific fire classified assemblies. F. Fire resistance: When installed over one layer of GAF VersaShield Fire Resistant Underlayment. Class A tested in accordance with ASTM E108/UL790. See Code Evaluation Report CERus-1014 published by QAI Laboratories for specific fire classified assemblies. G. Wind Uplift Resistance: When installed over minimum 15/32-inch-thick plywood.Tested in accordance with method TAS 125. See Code Evaluation Report CERus-1014 published by QAI Laboratories for specific fire classified assemblies. H. Windstorm Construction Requirements: Comply with specification Section 014119— Windstorm Construction Requirements. I. Hail Impact Resistance: Class 4 to withstand two drops of 2 inches (51 mm) diameter, 1.2 lbs. (0.54 kg) steel ball dropped from 20 feet (6096 mm)tested in accordance with UL 2218. SYNTHETIC ROOF TILES 07 3100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 J. Freeze-thaw resistance: No crazing, cracking, delamination of coating, or other deleterious surface changes after one month exposure with temperature cycled from -40 to+180 degrees F (0 degrees to 82 degrees C) in 22 hours tested in accordance with International Code Council (ICC)- ES Acceptance Criteria AC07 Section 4.9. K. Accelerated weathering: Little change after 2,500 hours exposure to ultraviolet (UV) radiation, elevated temperature, moisture, and thermal shock. 2.03 SYNTHETIC SPANISH BARREL TILES A. Basis of Design: Brava Roof Tile, Spanish Barrel Tile as manufactured by Brava Roof Tile. B. Lightweight, synthetic Spanish tiles with the appearance, texture, and thickness of concrete or clay Spanish tiles. C. Material: Engineered polymer formulated from post-industrial recycled plastic. D. Installed weight: At 13-inch (330 mm) exposure: 281 lbs. per 100 square feet(12.6 kg per sq m). E. Profile: Barrel shape with exposed upper surface and edges to resemble concrete or clay Spanish tile. F. Size: 1. Length: 16.5 inches (419 mm). 2. Width: 13 inches (330 mm). G. Eave Starter: 3 inches (76 mm) wide by 11.75 inches (298 mm) long. H. Ridge Closure: 11.75 inches long by 2.5 inches wide. I. Hip Rake: 8.25 inches by 9 inches by 17.5 inches. J. Top Ridge: 10 inches by 10-3/8 inches by 17 inches. K. Bullnose: 7.75 inches by 8.75 inches by 17.5 inches. L. Markings: Form tiles with markings on upper surface to indicate nailing locations and provide alignment guidelines. M. Finish: Specified color patterning comparable to concrete or clay Spanish tiles. Internal UV stabilizers to provide durable color stability. 1. Color:To be selected by Architect from Manufacturer's full range of colors. SYNTHETIC ROOF TILES 07 3100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.04 ACCESSORIES A. Waterproof Sheet Membrane Underlayment: Cold applied, self-adhering waterproof membrane composed of polyethylene film coated one side with rubberized asphalt adhesive which meets or exceeds requirements of ASTM D1970, in accordance with manufacturer's instructions. 1. Thickness: 45 mils. 2. Low temperature flexibility: Unaffected at minus 32 degrees F (minus 36 degrees Q. 3. Minimum tensile strength: 100 psi. 4. Permeance: 0.0336 perms maximum. 5. Approved membranes include, but are not limited to: a. Titanium PSU 30. B. Flashing: Fabricate from sheet to profiles and dimensions indicated on Drawings and approved shop drawings and in accordance with general requirements specified in Section 07 62 00—Sheet Metal Flashing and Trim -- Flashing and Sheet Metal. 1. Material: 26 gage (0.455 mm) galvanized steel. 2. Base Flashings:To be used over or under the roof coverings and are turned up on the vertical surface. a. Base flashings should extend under the uppermost row of tile the full depth of the tile or at least 4 inches (102 mm) over the tile immediately below the metal.The vertical leg of the metal should be turned up a minimum of 4 inches (102 mm) and extend 4 inches (102 mm) on the tile as it is laid. 3. Linear Components: Form in longest possible lengths with 8 ft (2.5 m) as minimum. 4. Counter Flashings: Extend 4 inches (102 mm) minimum up vertical surfaces and 4 inches (102 mm) minimum under shingles. 5. Eave Flashings: Form bottom edge outward 1/4-inch (6 mm) and hem to form drip. 6. Valley Flashings: 24 inches(610 mm) minimum width and extending 10 inches (254 mm) minimum from valley center line. C. Standard Fasteners: 3/8-inch (9.5 mm) diameter, corrosion resistant flat head ring shank roofing nails 1-3/4 inches(44 mm) long. 1. Material: Stainless steel. SYNTHETIC ROOF TILES 07 3100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Standard Fasteners: No. 10 DSVT T25 screws 2 inches (51 mm) long. 1. Material: Stainless Steel. E. High wind fasteners (90,100, 130 mph): No. 10 x length required screws. 1. Material: Stainless steel. PART 3- EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly constructed and prepared. B. If substrate preparation is the responsibility of another installer, notify Architect in writing of unsatisfactory preparation before proceeding. 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. C. Coordinate installation with provision of gutters and downspouts as specified herein. D. Verify roof is complete, rigid, braced, and deck members are securely fastened. Ensure proper ventilation has been provided for roof space. Do not proceed with roofing until deficiencies are addressed. E. Verify roof deck is clean, dry, and ready to receive Brava synthetic Spanish Barrel tiles. 3.03 INSTALLATION—GENERAL A. Install products in accordance with manufacturer's instructions, approved submittals and in proper relationship with adjacent construction. B. Underlayment Installation: Install self-adhered waterproof sheet membrane on the eaves. Cover the waterproof sheet membrane and the remaining portions of the roof as scheduled with the approved underlayment.Then install waterproof sheet membrane in valleys, along walls and around projections terminating on top of underlayment. Install underlayment in accordance with underlayment and tile manufacturers' recommendations. SYNTHETIC ROOF TILES 07 3100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Stripping ply: Install full sheet of self-adhered waterproof sheet membrane in valleys, and minimum 18 inch (457 mm) width on gable ends, against walls, and around projections. 2. In areas where January average daily temperature is 25 degrees F (minus 4 degrees C) or lower or where ice buildup is possible, install self-adhered waterproof sheet membrane from bottom edge extending two feet (610 mm) above exterior wall line on eaves. 3. Install waterproof sheet membrane over entire roof area. a. Apply waterproof sheet membrane at temperatures of 40 degrees F (4 degrees C) or higher. b. Adhere and attach as recommended by manufacturer of waterproof sheet membrane. c. Start underlayment installation at lower edge of roof. Install perpendicular to roof slope with minimum 4-inch (102 mm) side laps and minimum 6- inch (152 mm) end laps. d. Extend underlayment minimum 4 inches (102 mm) up vertical wall intersections and at least 6 inches (152 mm) onto the roof. e. Do not leave underlayment membrane exposed in excess of time limit required by manufacturer. Do not puncture or tear underlayment. C. Flashing Installation: 1. Install overhanging drip edge on eaves and gable ends and metal flashings at valleys, ridges, hips, roof curbs, penetrations, and intersections with vertical surfaces in accordance with Section 07 60 00- Flashing and Sheet Metal- Flashing and Sheet Metal. 2. Weather lap joints 2 inches (52 mm) minimum and seal with sealant as specified in Section 07 9113 -Compression Seals-Joint Fillers. 3. Secure in place with clips, nails, and other fasteners. 3.04 TILE INSTALLATION—GENERAL A. Install tiles in accordance with manufacturer's instructions and approved Shop Drawings. https://www.bravarooftile.com/resources/#installation-application B. Layout:Accurately layout tiles. Ensure that edges are parallel and perpendicular to roof eaves. SYNTHETIC ROOF TILES 07 3100-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Confirm roof square before installation. Correct any out of square conditions and ensure that the eave line is straight. D. Color: Verify that materials are the selected color. Some color variation is to be expected. If color variation exceeds original selection, immediately cease installation, and notify manufacturer. E. Selection: Pull materials from multiple pallets to ensure proper color blending. F. Roof Slope: Minimum roof slope recommended for the application of synthetic roof tile is 4:12.When installed on a 3:12 slope, a self-adhered waterproof membrane should be used on the entire slope. 3.05 TILE INSTALLATION—SPANISH BARREL A. Hip and Ridge Nailers: Install Hip and Ridge Nailers (required) and Rake Nailers before Field Tile Installation. 1. Determine Nailer height for hips and ridges. 2. Install Hip and Ridge Nailers using code approved wood or metal hip and ridge nailers, fastened at a maximum of 18" o.c., holding hip nailers back 4" (102 mm) from outside corners. B. Eave Starter: When installing Field Tile at the eave,the two tile ribs should engage with the vertical closure section of the Eave Starter. Use the eave reference line and Field Tile line to keep the first course of tile even and straight. C. Field Tile: Install the first Field Tile courses from right to left using chalk lines to maintain straight courses. Ribs underneath the Field Tile should engage with the vertical closure section of the Eave Starter. 1. Dry fit the next Field Tile on the next Eave Starter and position the pair,fitting it with the previously installed Field Tile/Eave Starter pair and the chalk lines. 2. Mark the location and Fasten the Eave Starter. 3. Install the Field Tile with an offset seam. 4. Repeat process of installing each Eave Starter/Field Tile pair. 5. Optional installation of battens should be a weather-resistant material meeting application and code requirements. D. Exposure: Maximum 13 inches (330 mm). Minimum 4 inches (102 mm). SYNTHETIC ROOF TILES 07 3100-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. Fastening: Attach each tile to wood deck with 2 approved fasteners. 1. Place fasteners at locations indicated on tiles. 2. Use approved nails or screws for the tile type being installed. 3. Ensure full penetration but do not overdrive nails. 4. Do not nail at an angle. 5. Ensure that nail head is flush with shingle surface. 6. At valleys do not nail shingles within 5 inches (127 mm) of valley center line. F. Cutting: Layout work to avoid cutting shingles. 1. If cutting is required, cut tiles and accessories at valleys, rakes, and other details, make straight even cuts. When possible, place the factory edge to the outside. G. Hip and Ridge: 1. Trim Field Tiles, leaving a 3/16-inch (4.7 mm)gap at the hip and ridge nailers for expansion and contraction. 2. Install a UV-resistant flashing over the ridge nailers. Flashing should extend at least 3- inch (76 mm) over the tile in each direction and conform to the tiles. 3. At intersections, ensure a minimum lap of 4-inch (102 mm) of vented and unvented flashing or comply with the flashing manufacturer's guidance. 4. Install Ridge Closures by placing fasteners 1 1/4 inches (32 mm)from the top edge into the high side of the barrel.Avoid exposed fasteners. 5. Miter/Trim Hip and Rake and Top Ridge at joints and intersections. Seal with flashing at the joint and paint to match if desired. 6. Begin Ridges with a Bullnose or Top Ridge trimmed for the desired fit and appearance. 7. Install Bullnose and Top Ridge using corrosion-resistant fasteners at the locators. Match the exposure of the Field Tile and Hip and Rake with a maximum exposure of 13-inch (330 mm). 8. Install expanding spray-foam adhesive under ridge tiles. H. Rake: 1. Dry Fit and Mark Hip and Rake. Measure the overhang and mark the distance from the top of the Hip and Rake piece. SYNTHETIC ROOF TILES 07 31 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Cut the first Hip and Rake. Ensure the factory edge is flush with the visible face of the first course of Field Tile.Alternative installation methods include use optional Rake Edge. 3. Fasten with two fasteners, one in the fascia board and one in the nailer (or roof deck). Fasten leading edge with an additional fastener into fascia. Conceal fastener head with color-matched sealant. 4. Install Full Hip and Rake Pieces. Proceed up the remaining rake using fasteners and sealant. 5. Ridges and Transitions. Miter the Hip and Rake,Top Ridge, and Bullnose at ridges and transitions to complete the installation. 3.06 FIELD QUALITY CONTROL A. Field Inspection: Coordinate field inspection in accordance with appropriate sections in Division 01. B. Inspect tiles as they are installed. Do not install cracked, broken,twisted, curled, or otherwise damaged tiles. C. As work progresses, exercise care not to scratch or mark installed tiles.Tiles damaged during installation shall be immediately removed and discarded. D. After approximately 200 square feet of tiles have been installed, inspect roof from ground. Verify proper layout and appearance. Repeat inspection throughout installation. E. Visually inspect complete installation to ensure that it is weather tight. 3.07 CLEANING AND PROTECTION A. Clean products in accordance with the manufacturer's recommendations. B. Protect installed products until completion of project. C. Color match accessories for aesthetic purposes, if desired. D. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION 07 3100 SYNTHETIC ROOF TILES 07 31 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 62 00 -SHEET METAL FLASHING AND TRIM PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Formed Products: a. Formed roof drainage sheet metal fabrications. b. Formed equipment support flashing. C. Miscellaneous sheet metal accessories. d. Embedded metal thru-wall flashing. e. Gutters and downspouts. B. Related Sections: 1. Section 04 20 00"Masonry". 2. Section 06 10 53 "Miscellaneous Rough Carpentry"for wood nailers, curbs, and blocking. 3. Section 07 4113.16 "Standing-Seam Metal Roof Panels". 4. Section 07 72 00 "Roof Accessories" for set-on-type curbs, equipment supports, roof hatches,vents, and other manufactured roof accessory units. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. A 153 -Zinc Coating(Hot-Dip) on Iron and Steel Hardware 2. A 240 - Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. 3. A 653-Steel Sheet,Zinc Coated, (Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip process. 4. A 666 - Annealed or Cold-Worked Austenitic Stainless-Steel Sheet, Strip, Plate, and Flat Bar. 5. A 755 - Steel Sheet, Metallic Coated by the Hot-Dip Process and Prepainted by the Coil- Coating Process for Exterior Exposed Building Products. 6. A 792 -Steel Sheet, 55%Aluminum-Zinc Alloy-Coated by the Hot-Dip Process. SHEET METAL FLASHING AND TRIM 07 62 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7. B 32B-Solder Metal. 8. B 749 - Lead and Lead Alloy Strip, Sheet, and Plate Products. 9. C 920-Elastomeric Joint Sealants. 10. C 1311B-Solvent Release Sealants. 11. D 226-Asphalt-Saturated Organic Felt Used in Roofing and Waterproofing. 12. D 1187-Asphalt-Base Emulsions for Use as Protective Coatings for Metal. 13. D 4397-Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications. 14. D 4586-Asphalt Roof Cement, Asbestos-Free. 15. D 4601 -Asphalt-Coated Glass Fiber Base Sheet Used in Roofing. B. National Roofing Contractors Association (NRCA): Roofing and Waterproofing Manual. C. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA): Architectural Sheet Metal Manual. D. National Association of Architectural Metal Manufacturers (NAAMM): Metal Finishes Manual for Architectural and Metal Products 1.04 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies as indicated to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Edge Design: Fabricate and install parapet Copings that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist roof edge design pressure (P) as identified in ANSI/SPRI-ES-1, as calculated according to ASCE 7. 1. Design Pressures: As per Engineer of Record calculations provided in the Construction Drawings. C. Thermal Movements: Provide sheet metal flashing and trim that allows for thermal movements from ambient and surface temperature changes. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. D. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. 1.05 ACTION SUBMITTALS A. Product List: Submit list of proposed Products and manufacturers, including all items specified in Part 2— Products or otherwise required by the Work. SHEET METAL FLASHING AND TRIM 07 62 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. C. Shop Drawings: Show fabrication and installation layouts of sheet metal flashing and trim, including plans, elevations, expansion-joint locations, and keyed details. Distinguish between shop-and field-assembled work. Include the following: 1. Identification of material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for joining, supporting, and securing sheet metal flashing and trim, including layout of fasteners, cleats, clips, and other attachments. Include pattern of seams. 4. Details of termination points and assemblies, including fixed points. 5. Details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counterflashings as applicable. 6. Details of special conditions. 7. Details of connections to adjoining work. 8. Detail formed flashing and trim at a scale of not less than 3 inches per 12 inches. D. Samples for Initial Selection: For each type of sheet metal flashing,trim,and accessory indicated with factory-applied color finishes involving color selection. 1.06 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified fabricator. B. Maintenance Data: For sheet metal flashing, trim, and accessories to include in maintenance manuals. C. Warranty: Sample of special warranty. 1.07 QUALITY ASSURANCE A. General: Work of this Section to physically protect membrane roofing, base flashings, and expansion joints from damage that would permit water leakage to building interior. B. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance, with three years minimum experience. C. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. D. Preinstallation Conference: Conduct conference at Project site. SHEET METAL FLASHING AND TRIM 07 62 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Meet with Owner,Architect, Owner's insurer if applicable, Installer, and installers whose work interfaces with or affects sheet metal flashing and trim including installers of roofing materials, roof accessories, unit skylights, and roof-mounted equipment. 2. Review methods and procedures related to sheet metal flashing and trim. 3. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 4. Review special roof details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect sheet metal flashing. 5. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.08 DELIVERY,STORAGE,AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload,store, and install sheet metal flashing materials and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. D. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity,except to the extent necessary for the period of sheet metal flashing and trim installation. 1.09 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation. B. Coordinate installation of flanged metal components, including gravel guards, pitch pans, and accessories to ensure strip-in with hot bitumen (where applicable) on same day they are installed. C. Schedule work to avoid storage on, and traffic over finished work. 1.10 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to,the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. SHEET METAL FLASHING AND TRIM 07 62 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2-PRODUCTS 2.01 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable,temporary protective film before shipping. B. Metallic-Coated Steel Sheet Restricted flatness steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755. 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653, G90 coating designation; structural quality. 2. Aluminum-Zinc Alloy-Coated (Galvalume) Steel Sheet: ASTM A 792, Class AZ50 coating designation, Grade 40; structural quality. 3. Thickness: 24 Gauge. 4. Surface: Smooth,flat. C. Prepainted Metallic-Coated Steel Sheet: Restricted flatness steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755. 1. Aluminum-Zinc Alloy-Coated (Galvalume) Steel Sheet: ASTM A 792, Class AZ50 coating designation, Grade 40; structural quality. 2. Thickness: 24 Gauge. 3. Surface: Smooth,flat. 4. Exposed Coil-Coated Finish: a. Two-Coat Fluoropolymer:AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'written instructions. b. Minimum Exposure Tests: 1) Humidity Resistance: 2000 hours. 2) Salt-Spray Resistance: 2000 hours. 5. Color: a. As selected by Architect from manufacturer's full range. 6. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. SHEET METAL FLASHING AND TRIM 07 62 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Lead Sheet:ASTM B 749,Type L51121, copper-bearing lead sheet. 2.02 UNDERLAYMENT MATERIALS A. "Dry"Sheet Membrane: Polystick MTS Plus High Temp Self-adhesive. B. Separation Sheet for Preservative Treated Wood: Polystick MTS Plus High Temp Self-adhesive. C. Felts: ASTM D 226,Type II (No. 30), asphalt-saturated organic felt, nonperforated. D. Slip Sheet: Building paper, 3-Ib/100 sq.ft. minimum, rosin sized. 2.03 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 3. Fasteners for Zinc-Coated (Galvanized) or Aluminum-Zinc Alloy-Coated Steel Sheet: Hot- dip galvanized steel according to ASTM A 153 or ASTM F 2329 or Series 300 stainless steel. 4. Rust-resistant and compatible with materials to be joined. S. Length:As required for thickness of material to penetrate substrate 1/2-inch minimum. C. Fasteners And Anchors 1. General Requirements: a. All types of "powder-actuated" fastening systems, "hammer drive" fastening systems, "ram-set" systems and similar type fastening systems are strictly prohibited from use on the project for permanent or temporary fasteners into permanent building components,except as indicated on Drawings or as specifically approved by the Architect. b. All types of permanent or temporary fastening systems or components which are not removable without damage to permanent building components are strictly SHEET METAL FLASHING AND TRIM 07 62 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 prohibited from use, except as indicated (example: concrete nails, clinched double nails in concrete pilot holes, rawl spikes, zemac nailins, etc.) C. Wedge type expansion anchors are prohibited at all locations where wedging action would cause spalling or damage to permanent building components. d. Plastic or nylon sleeves, nailins, plugs, cores, etc. are not acceptable as fastener components where exposed to weather. e. All fasteners and other components exposed to weather or in exterior locations must be stainless steel, Monel or other approved corrosion-resistant material or finish. Cadmium-plated or electro-galvanized finishes are not acceptable. f. All fasteners installed in or in contact with type ACQ treated lumber (Yellawood) must be Type 304 or Type 316 stainless steel or be specifically approved for installation in ACQ treated materials. g. Regardless of the fastening system utilized,the Contractor is responsible for sizing, frequency and spacing of fasteners according to substrate, load conditions and acceptable engineering practices and Texas Department of Insurance Windstorm Requirements. 2. Bolts, Nuts and Washers: ASTM A325, galvanized to ASTM A153 for galvanized components, stainless steel for stainless steel components. 3. Hardened Steel Self-Threading Screw Anchor ("Tapcon" Anchors): Anchorage to solid or hollow masonry and concrete, stainless steel at exterior locations. 4. Epoxy Resin Adhesive Type: Threaded studs in concrete, brick or concrete masonry, stainless steel. 5. Buildex TEKS self-drilling screws or type required for anchorage to steel. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing, corrosion-resistant coating. D. Roofing Nails: Stainless steel (for fastening into ACQ treated lumber), hot-dipped galvanized or non-ferrous type for fastening into non-treated lumber); with annular rings, size as required to suit application; minimum 11-gage with 3/8-inch diameter head. E. Mechanical Fasteners for Sheet Metal to Metal Fabrications (Support Framing) Anchorage: Appropriate for purpose intended, size as required to suit application and achieve positive anchorage to substrate material. F. Solder: 1. For Stainless Steel: ASTM B 32, Grade Sn60, with an acid flux of type recommended by stainless-steel sheet manufacturer. 2. For Lead: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. 3. For Zinc-Coated(Galvanized)Steel:ASTM B 32,Grade Sn50,50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. SHEET METAL FLASHING AND TRIM 07 62 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2-inch-wide and 1/8 inch thick. H. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; low modulus, as specified in Division 07 Section "Sealants (for Roofing)"; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. I. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187. J. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. K. Splash Blocks: Precast concrete of size and profile indicated; minimum 3000 psi at 28 days,with minimum 5 percent air entrainment; suitable for downspouts discharging at grade level or onto roof surface. 2.04 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. B. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 1. Obtain field measurements for accurate fit before shop fabrication. C. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 1. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. D. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. E. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant. F. Expansion Provisions:Where lapped expansion provisions cannot be used,form expansion joints of intermeshing hooked flanges, not less than linch deep, filled with elastomeric sealant concealed within joints. 1. Fabricate all components with allowance for expansion at joints. Provide enlarged or oval holes at all piercing fasteners. G. Conceal fasteners and expansion provisions where possible on exposed-to-view sheet metal flashing and trim, unless otherwise indicated. SHEET METAL FLASHING AND TRIM 07 62 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 H. Form all sheet metal components (except corners) in longest practical length up to 10-feet maximum; true to shape, square, accurate in size, and free from distortion or defects detrimental to appearance or performance. I. Fabricate corners on all sheet metal components (gravel guards, copings, cap flashings, etc.) to form one piece with minimum 18-inch and maximum 36-inch long legs. J. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. 1. Fabricate cleats and attachment devices of sizes as recommended by SMACNA's "Architectural Sheet Metal Manual" for application, but not less than thickness of metal being secured. K. Soldered Seams: Fabricate nonmoving seams with flat-lock seams.Tin edges to be seamed,form seams, and solder. L. Unsoldered Seams: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. M. Hem exposed edges of metal 1/2-inch; miter and seam corners. N. Fabricate vertical faces with bottom edge formed outward 3/4-inch at 30 degrees and hemmed to form drip. 1. Where vertical height exceeds 8-inches,fabricate with stiffing grooves in accordance with SMACNA, unless specifically approved otherwise. O. Form all sheet metal material to provide watertight joints: 1. Unprotected Horizontal Surfaces (expansion joint covers, etc.): Standing seam or drive cleat joints. 2. Vertical Surfaces(copings,cap flashings,gravel guards, etc.): Flat lock or cover and backer plate seams. P. Miter all sheet metal corners and solder,weld, or fasten and seal all joints watertight: 1. Prepainted metallic-coated steel sheet:Apply minimum 1/4-inch bead of sealant between connecting metal flanges and drill and fasten with rivets at 2-inches o.c. 2. Stainless Steel: Solder joints watertight. 3. Unfinished Galvanized Steel: Solderjoints watertight. 4. After soldering, remove flux. Wipe and wash solder joints clean. 5. Install sealant so it will not be visible on outside of joints. Q. Fabricate elements complete with required connection pieces. R. Fabricate all components with horizontal (flat) surfaces with built-in slope for drainage toward roof unless indicated otherwise. S. Do not use graphite pencils to mark metal surfaces. SHEET METAL FLASHING AND TRIM 07 62 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.05 EMBEDDED METAL THRU-WALL FLASHING A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual" and as follows: 1. Stainless Steel:ASTM A240/A240M or ASTM A666,Type 304, 0.016 inch thick. 2. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 ft. Provide splice plates at joints of formed, smooth metal flashing. 3. Fabricate through-wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 4. Fabricate through-wall flashing with drip edge unless otherwise indicated. Fabricate by extending flashing 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. 5. Fabricate metal drip edges from stainless steel. Extend at least 3 inches into wall and 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. 6. Solder metal items at the corners. 2.06 ROOF DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section indicated, complete with end pieces, outlet tubes, and other accessories as required. Fabricate in 32-feet long sections. Furnish flat-stock gutter spacers and gutter brackets fabricated from same metal as gutters, of size recommended by SMACNA but not less than twice the gutter thickness. Fabricate expansion joints, expansion- joint covers, and gutter accessories from same metal as gutters. 1. Gutter Style: SMACNA designation A. a. Size: Designed to meet roof drainage area, rainfall intensity criteria, and downspout size and spacing. b. Supports: Minimum 1/8-inch x 1-inch Brackets and 0.1046 inch (12 gage) spacers at maximum 36-inches oc, staggered. C. Join sections with riveted and sealed or soldered joints. 2. Expansion Joints: Lap type. a. Spacing: Minimum twenty (20) feet, maximum fifty (50) feet between expansion joints. 3. Accessories: Wire ball downspout strainer. 4. Gutters with Girth up to 6-Inches: Fabricate from the following materials: a. Prepainted Metallic-Coated Steel: 0.022 inch (24-gage)thick. 5. Gutters with Girth 6-15 Inches: Fabricate from the following materials: a. Prepainted Metallic-Coated Steel: 0.028 inch (22-gage)thick. SHEET METAL FLASHING AND TRIM 07 62 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Downspouts: Fabricate rectangular downspouts complete with mitered elbows. Furnish with metal hangers,from same material as downspouts, and anchors. 1. Fabricated Hanger Style: SMACNA figure designation 1-35A. 2. Size: Designed to accept roof drainage area, rainfall intensity criteria, and downspout spacing. 3. Length: Minimum twenty (20) feet or required height, maximum fifty feet between expansion joints. 4. Joints: Sections with riveted and sealed or soldered joints. 5. Supports: 12 Gage straps at maximum 6"from top and bottom and 4-feet oc. In between. All strap edges rolled or smooth. 6. Fabricate from the following materials: a. Prepainted Metallic-Coated Steel: 0.0217 inch (24-gage)thick. C. Fabricate gutter and downspout accessories seal watertight. D. Eave and Rake Drip Flashing: Fabricate from the following materials: 1. Prepainted Metallic-Coated Galvalume Steel: 0.022 inch (24-gage)thick. E. Counterflashing: Fabricate from the following materials: 1. Prepainted Metallic-Coated Galvalume Steel: 0.022 inch (24-gage)thick. F. Flashing Receivers: Fabricate from the following materials: 1. Stainless Steel: 0.019 inch (26-gage)thick. G. Roof-Penetration Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.019 inch (26-gage)thick. H. Soil Pipe Flashing: Fabricate from the following material: 1. Lead:4.0 lb/sq. ft., hard tempered. I. Concealed Continuous Cleats: Galvanized Steel Sheet: 20-gage thick. 2.07 MISCELLANEOUS SHEET METAL FABRICATIONS A. Equipment Support Flashing: Fabricate from the following materials: 1. Prepainted Metallic Coated Galvalume Steel: 0.022 inch (24-gage) thick. 2.08 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable,temporary protective covering before shipping. SHEET METAL FLASHING AND TRIM 07 62 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. D. Exposed to View(Unfinished)Galvanized Steel Components: Paint to match prepainted metallic- coated steel prior to installation: 1. Clean: Comply with SSPC-1- Solvent Wipe. 2. Primer: Apply specified or finish paint manufacturer's recommended primer in accordance with manufacturer's instructions. 3. Finish Coat: Apply powder coating or approved urethane enamel in accordance with manufacturer's instructions. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located. 4. Verify membrane termination and base flashings are in place, sealed, and secure. B. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 UNDERLAYMENT INSTALLATION A. General: Install underlayment as recommended by SMACNA and as indicated on Drawings. B. Underlayment: Install underlayment with adhesive for temporary anchorage to minimize use of mechanical fasteners under sheet metal flashing and trim. Apply in shingle fashion to shed water,with lapped joints of not less than 2 inches. 3.03 INSTALLATION,GENERAL A. Field measure site conditions prior to fabricating work. B. General: Anchor sheet metal flashing and trim and other components of the Work securely in place,with provisions forthermal and structural movement. Use fasteners,solder,welding rods, SHEET METAL FLASHING AND TRIM 07 62 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder,welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Provide continuous cleats fastened not more than 12-inches on center.Anchor cleats with a minimum two fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. 7. Do not use graphite pencils to mark metal surfaces. C. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of stainless-steel and lead sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. a. Minimum Dry Film Thickness: 15-mils. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. 3. Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. D. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10-feet. Provide joints within 18- to 36inches of all corners or intersections.Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than linch deep, filled with elastomeric sealant concealed within joints. E. Fastener Sizes: Use fasteners of sizes that will penetrate wood sheathing not less than 1-1/4 inches for nails and not less than 3/4 inch for wood screws; and metal decking not less than recommended by fastener manufacturer to achieve maximum pull-out resistance: 1. Galvanized or Prepainted, Metallic-Coated Steel: Use stainless-steel fasteners. 2. Stainless Steel: Use stainless-steel fasteners. F. Seal joints as shown and as required with elastomeric sealant for watertight construction. SHEET METAL FLASHING AND TRIM 07 62 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Where sealant-filled joints are used, embed hooked flanges of joint members not less than linch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F. 2. Prepare joints and apply sealants to comply with requirements in Division 07 Section "Joint Sealants (for Roofing)." G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pretin edges of sheets to be soldered to a width of 1-1/2 inches except reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not solder pre-painted metallic-coated steel sheet. 2. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3. Stainless-Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. H. Rivets: Rivet joints where indicated and where necessary for strength. I. Protect all membrane penetrations as indicated and as recommended in SMACNA and NRCA manuals. 3.04 EMBEDDED THRU-WALL FLASHING A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install cavity vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install reglets and nailers for flashing and other related construction where they are indicated to be built into masonry. C. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At multiwythe masonry walls,including cavity walls,extend flashing through outer wythe, turned up a minimum of 8 inches, and 1-1/2 inches into the inner wythe. Form 1/4-inch hook in edge of flashing embedded in inner wythe. SHEET METAL FLASHING AND TRIM 07 62 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. At masonry-veneer walls, extend flashing through veneer,across airspace behind veneer, and up face of sheathing at least 8 inches; with upper edge tucked under water-resistive barrier or air barrier, lapping at least 4 inches. Fasten upper edge of flexible flashing to sheathing through termination bar. 4. At lintels and shelf angles, extend flashing 6 inches minimum, to edge of next full unit at each end. At heads and sills, extend flashing 6 inches minimum, to edge of next full unit and turn ends up not less than 2 inches to form end dams. 5. Interlock end joints of sawtooth sheet metal flashing by overlapping ribs not less than 1- 1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Section 07 92 00 "Joint Sealants" for application indicated. 6. Install metal drip edges with sawtooth sheet metal flashing by interlocking hemmed edges to form hooked seam. Seal seam with elastomeric sealant complying with requirements in Section 07 92 00 "Joint Sealants" for application indicated. 7. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top of metal drip edge. 8. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. D. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to comply with manufacturer's written instructions. Install CMU cell pans with upturned edges located below face shells and webs of CMUs above and with weep spouts aligned with face of wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU webs and extend from face shell to face shell. 3.05 ROOF DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof drainage items to produce complete roof drainage system according to SMACNA recommendations and as indicated. Coordinate installation of roof perimeter flashing with installation of roof drainage system. B. Hanging Gutters:Join sections with riveted and soldered joints or with lapped joints sealed with elastomeric sealant. Provide for thermal expansion. Attach gutters at eave or fascia to firmly anchored gutter brackets and straps spaced not more than 36 inches apart. Provide end closures and seal watertight with sealant. Slope to downspouts. 1. Fasten gutter spacers to front and back of gutter. 2. Loosely lock straps to front gutter bead and anchor to roof deck. 3. Anchor back of gutter that extends onto roof deck with cleats spaced not more than 24- inches apart. 4. Install gutter with expansion joints at locations indicated, but not exceeding, 50 feet apart. Install expansion-joint caps. SHEET METAL FLASHING AND TRIM 07 62 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Downspouts:Join sections with 1-1/2-inch telescoping joints. 1. Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at 6"from top and bottom and at maximum 48 inches o.c. in between. 2. Provide opening at base of downspout to direct water away from building. 3. Set splash blocks under downspouts not connected to underground drainage system. 3.06 ROOF FLASHING INSTALLATION A. General: Install sheet metal flashing and trim to comply with performance requirements and SMACNA's"Architectural Sheet Metal Manual." Provide concealed fasteners where possible,set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 1. Install starter and edge strips, and cleats before starting installation. 2. Strip in all sheet metal flanges the same day they are installed. B. Roof Edge Flashing: Anchor to resist uplift and outward forces specified in Part 1 and as indicated. 1. Backer Plates: Secure with fasteners suitable for substrate, 6-inches o.c. each face. 2. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate at 12-inch centers. 3. Apply 1/4-inch bead of sealant between each layer of metal at each edge. 4. Cover Plates: Hook front or exposed face of cover plate over drip edge. 5. Do not use mastic between sheet metal components. C. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top edge flared for elastomeric sealant, extending a minimum of 4inches over base flashing. Install stainless-steel draw band and tighten. D. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4inches over base flashing. Lap counterflashing joints a minimum of 4inches and bed with elastomeric sealant. 1. Sawcut new reglets where required. a. Provide bayonet style lap joints, minimum 4-inch overlap. b. Fill voids between wedges with backer rod. C. Seal receiver to vertical face of wall. 2. Secure in a waterproof manner by means of snap-in installation and sealant or plastic wedges and sealant. 3. Install surface mounted reglets true to lines and levels. SHEET METAL FLASHING AND TRIM 07 62 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Seal top of reglets with sealant. b. Secure in place with neoprene head screws at maximum 12-inches on center. E. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Install flashing as follows: 1. Install lead flashings at all soil pipe penetrations. Turn lead flashing down inside piping, being careful not to block vent piping with flashing. 2. Provide Penetration Seal System at all small penetrations not otherwise detailed. a. Clean roof surfaces to receive Penetration Seal Systems. b. Clean pipes and penetrating elements to remove plastic cement, bitumen, and other contaminants by wire brushing and scraping. C. Caulk around penetrating elements with curb adhesive. d. Apply beads of curb adhesive to flat side of first precast curb component. Place caulked curb onto roof surface to form half circle around penetrating element. e. Apply beads of curb adhesive to flat side and to scarf joints of second precast curb component. Place second section of curb onto roof surface to form circle with first section. Press scarf joints together firmly and press both sections down. f. Apply continuous bead of curb adhesive around outside edge of curb at roof. g. Fill around penetrating element with pourable sealant to top of curb. 3. Pitch pans are not desired. Install only where specifically indicated, or approved by Architect. Provide flanged umbrellas at all pitch pans. a. Fill with non-shrink grout to 1-inch from top of flange. b. Top with Pitch Pan Filler-Sealant Type ES-2. 4. Seal with elastomeric sealant and clamp flashing to pipes penetrating roof except for lead flashing on vent piping. F. Protect all membrane penetrations as indicated and as recommended in SMACNA and NRCA manuals. 3.07 MISCELLANEOUS FLASHING INSTALLATION A. Equipment Support Flashing: Coordinate installation of equipment support flashing with installation of roofing and equipment. Weld or seal flashing with elastomeric sealant to equipment support member. SHEET METAL FLASHING AND TRIM 07 62 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.08 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. 3.09 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of installation, remove unused materials and clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. 3.10 SCHEDULE- MATERIALS A. Exposed to View Components: 1. One-Piece Flashing and Expansion Joint Terminations: Metallic coated steel sheet, powder coated to match adjacent prepainted metallic-coated steel sheet components. 2. All Other Components: Metallic coated steel sheet, powder coated to match adjacent prepainted metallic-coated steel sheet components. B. Concealed from View Components, (Counterflashings, Expansion Joint Covers, Etc.): Stainless steel sheet. C. Roof Penetration Flashings: Stainless steel sheet. END OF SECTION 07 62 00 SHEET METAL FLASHING AND TRIM 07 62 00- 18 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 07 92 00 -JOINT SEALANTS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Urethane joint sealants. 2. Mildew-resistant joint sealants. 3. Latex joint sealants. 1.02 ACTION SUBMITTALS A. Product data. B. Samples: Manufacturer's standard color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Joint-sealant schedule. 1.03 CLOSEOUT SUBMITTALS A. Warranty Documentation: 1. Manufacturers'special warranties. 2. Installer's special warranties. 1.04 WARRANTY A. Special Installer's Warranty: Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or replace those joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. C. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following: 1. Movement of the structure caused by stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression. 2. Disintegration of joint substrates from causes exceeding design specifications. 3. Mechanical damage caused by individuals,tools, or other outside agents. JOINT SEALANTS 07 92 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2-PRODUCTS 2.01 JOINT SEALANTS,GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint-sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.02 URETHANE JOINT SEALANTS A. Urethane, S, NS, 25, NT: Single-component, nonsag, nontraffic-use, plus 25 percent and minus 25 percent movement capability, urethane joint sealant; ASTM C920, Type S, Grade NS, Class 25, Use NT. B. Urethane, M, NS, 25, NT: Multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, urethane joint sealant; ASTM C920, Type M, Grade NS, Class 25, Use NT. 2.03 MILDEW-RESISTANT JOINT SEALANTS A. Mildew-Resistant Joint Sealants: Formulated for prolonged exposure to humidity with fungicide to prevent mold and mildew growth. B. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew-resistant, single-component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid-curing silicone joint sealant; ASTM C920,Type S, Grade NS,Class 25, Use NT. 2.04 BUTYL JOINT SEALANTS A. Butyl-Rubber-Based Joint Sealants:ASTM C1311 2.05 LATEX JOINT SEALANTS A. Acrylic Latex: Acrylic latex or siliconized acrylic latex,ASTM C834,Type OP, Grade NF. 2.06 JOINT-SEALANT BACKING A. Sealant Backing Material, General: Nonstaining; compatible with joint substrates, sealants, primers,and otherjoint fillers; and approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C1330, Type 0 (open-cell material), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. JOINT SEALANTS 07 92 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.07 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant- substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3-EXECUTION 3.01 PREPARATION A. Surface Cleaning of Joints:Clean out joints immediately before installingjoint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints(except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean,sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above byvacuuming or blowing outjoints with oil-free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. C. Unglazed surfaces of ceramic tile. d. Other porous joint substrates. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. JOINT SEALANTS 07 92 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Glass. C. Porcelain enamel. d. Glazed surfaces of ceramic tile. e. Other nonporous joint substrates. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint- sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.02 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch,twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application, and replace them with dry materials. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. JOINT SEALANTS 07 92 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile in accordance with Figure 8A in ASTM C1193 unless otherwise indicated. G. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. H. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.03 JOINT-SEALANT SCHEDULE A. Exterior joints in horizontal traffic surfaces: JS-1 1. Joint Locations (Joint sealants in paved roads, parking lots, walkways and curbing are specified in Division 32 of the specifications): a. Isolation and contraction joints in cast-in-place concrete slabs. b. Tile control and expansion joints. C. Joints between different materials listed above. d. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane, M, P, 50,T, NT. 3. Joint-Sealant Color:As selected by Architect from manufacturer's full range of colors. B. Exterior joints in vertical surfaces and horizontal nontraffic surfaces:JS-2 1. Joint Locations: a. Control and expansion joints in unit masonry. b. Joints between metal panels. C. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors,windows and louvers. e. Control and expansion joints in ceilings and other overhead surfaces. f. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane,S, NS, 12, NT. JOINT SEALANTS 07 92 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Interior joints in horizontal traffic surfaces:JS-3 1. Joint Locations: a. Control and expansion joints in tile flooring. b. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane,S, P, 25,T, NT. 3. Joint-Sealant Color:As selected by Architect from manufacturer's full range of colors. D. Interior joints in vertical surfaces and horizontal nontraffic surfaces:JS-4 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Tile control and expansion joints. C. Vertical joints on exposed surfaces of unit masonry walls and partitions. d. Perimeter joints between interior wall surfaces and frames of interior doors and windows. e. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane,S, NS, 25, NT. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. E. Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces: JS-5 1. Joint Locations: a. Joints between plumbing fixtures and adjoining walls,floors, and counters. b. Tile control and expansion joints where indicated. C. Other joints as indicated on Drawings. 2. Joint Sealant: Silicone, mildew resistant, acid curing, S, NS, 25, NT. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. F. Setting bed for thresholds:JS-6 1. Joint Locations: a. Set door thresholds in full bed of sealant. 2. Joint Sealant: Butyl-Rubber-Based Joint Sealant. 3. Joint Sealant Color: As selected by Architect from manufacturer's full range of colors. END OF SECTION 07 92 00 JOINT SEALANTS 07 92 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 1113 - HOLLOW METAL DOOR FRAMES PART 1-GENERAL 1.01 SUMMARY A. Section includes: 1. Interior standard steel door frames. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include the following: 1. Elevations of each door type. 2. Frame details for each frame type, including dimensioned profiles and metal thicknesses. C. Product Schedule: For hollow-metal door frames, prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final door hardware schedule. 1.03 INFORMATIONAL SUBMITTALS A. Product test reports. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Ceco Door; AADG, Inc.; ASSA ABLOY. 2. Curries, AADG, Inc.; ASSA ABLOY Group. 3. Republic Doors and Frames; an Allegion brand. 4. Steelcraft; Allegion plc. 2.02 INTERIOR STANDARD STEEL DOOR FRAMES A. Construct hollow-metal door frames to comply with standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Heavy-Duty Door Frames: ANSI/SDI A250.8, Level 2; ANSI/SDI A250.4, Level B. At locations indicated in the Door and Frame Schedule. 1. Frames: HOLLOW METAL DOOR FRAMES 08 11 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Materials: Uncoated steel sheet, minimum thickness of 0.053 inch (16 gauge). b. Sidelite Frames: Fabricated from same thickness material as adjacent door frame. C. Construction: Knocked down. 2.03 FRAME ANCHORS A. Jamb Anchors: 1. Type:Anchors of minimum size and type required by applicable door and frame standard, and suitable for performance level indicated. 2. Quantity: Minimum of three anchors per jamb, with one additional anchor for frames with no floor anchor. Provide one additional anchor for each 24 inches of frame height above 7 feet. 3. Post-installed Expansion Anchor: Minimum 3/8-inch- diameter bolts with expansion shields or inserts, with manufacturer's standard pipe spacer. B. Floor Anchors for Concrete Slabs with Underlayment: Adjustable-type anchors with extension clips, allowing not less than 2-inch height adjustment. Terminate bottom of frames at top of underlayment. C. Material: ASTM A879/A879M, Commercial Steel (CS), 04Z coating designation; mill phosphatized. 2.04 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A1008/A1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot-Rolled Steel Sheet: ASTM A1011/A1011M, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. C. Metallic-Coated Steel Sheet: ASTM A653/A653M, Commercial Steel (CS),Type B. D. Inserts, Bolts, and Fasteners: Hot-dip galvanized in accordance with ASTM A153/A153M. E. Mineral-Fiber Insulation: ASTM C665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool;with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively; passing ASTM E136 for combustion characteristics. 2.05 FABRICATION A. Hollow-Metal Frames: Fabricate in one piece except where handling and shipping limitations require multiple sections. Where frames are fabricated in sections, provide alignment plates or angles at each joint, fabricated of metal of same or greater thickness as frames. 1. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. HOLLOW METAL DOOR FRAMES 08 11 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Door Silencers: Except on weather-stripped frames,drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double-Door Frames: Drill stop in head jamb to receive two door silencers. B. Hardware Preparation: Factory prepare hollow-metal door frames to receive templated mortised hardware,and electrical wiring; include cutouts,reinforcement,mortising,drilling,and tapping in accordance with ANSI/SDI A250.6,the Door Hardware Schedule, and templates. 1. Comply with BHMA A156.115 for preparing hollow-metal door frames for hardware. 2.06 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with ANSI/SDI A250.10; recommended by primer manufacturer for substrate,- compatible with substrate and field-applied coatings despite prolonged exposure. PART 3-EXECUTION 3.01 PREPARATION A. Remove welded-in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces.Touch up factory-applied finishes where spreaders are removed. B. Drill and tap door frames to receive nontemplated, mortised, and surface-mounted door hardware. 3.02 INSTALLATION A. Hollow-Metal Frames: Comply with NAAMM-HMMA 840. 1. Set frames accurately in position; plumbed,aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces without damage to completed Work. a. Where frames are fabricated in sections, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces.Touch-up finishes. b. Install frames with removable stops located on secure side of opening. 2. Floor Anchors: Secure with post-installed expansion anchors. 3. Installation Tolerances: Adjust hollow-metal frames to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. HOLLOW METAL DOOR FRAMES 08 11 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. 3.03 REPAIR A. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive primer. B. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. C. Touchup Painting: Cleaning and touchup painting of abraded areas of paint are specified in painting Sections. END OF SECTION 08 1113 HOLLOW METAL DOOR FRAMES 08 11 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 14 16 - FLUSH WOOD DOORS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Solid-core flush wood doors with plastic-laminate-faces. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product, including the following: 1. Door core materials and construction. 2. Door edge construction 3. Door face type and characteristics. 4. Factory-machining criteria. 5. Factory-finishing specifications. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each type of door; construction details not covered in Product Data; and the following: 1. Door schedule indicating door location,type, size,fire protection rating, and swing. 2. Door elevations,dimension and locations of hardware,lite and louver cutouts,and glazing thicknesses. 3. Details of frame for each frame type, including dimensions and profile. 4. Details of electrical raceway and preparation for electrified hardware, access control systems, and security systems. 5. Dimensions and locations of blocking for hardware attachment. 6. Clearances and undercuts. 1.03 CLOSEOUT SUBMITTALS A. Record Documents: For fire-rated doors, list of door numbers and applicable room name and number to which door accesses. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire-Rated Wood Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction, for fire- protection ratings indicated on Drawings, based on testing at positive pressure in accordance with UL 10C or NFPA 252. FLUSH WOOD DOORS 08 14 16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 FLUSH WOOD DOORS,GENERAL A. Quality Standard: In addition to requirements specified, comply with "Architectural Woodwork Standards." 2.03 SOLID-CORE FLUSH WOOD DOORS WITH PLASTIC-LAMINATE FACES A. Interior Doors, Solid Core: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. ABS-American Building Supply- Dooramerica. b. Haley Brothers, Inc. C. Masonite Architectural. d. Oshkosh Door Company. e. Poncraft Door Company. f. VT Industries, Inc. 2. Performance Grade:ANSI/WDMA I.S. 1A Heavy Duty. 3. Architectural Woodwork Standards Grade: Premium. 4. Plastic-Laminate Faces: High-pressure decorative laminates complying with NEMA LD 3, Grade HGS. 5. Colors, Patterns, and Finishes: WilsonArt#4877-38 "Grey Mesh", Fine Velvet finish. 6. Exposed Vertical and Top Edges: Plastic laminate that matches faces,applied before faces. a. Fire-Rated Single Doors: Provide edge construction with intumescent seals concealed by outer stile. Comply with specified requirements for exposed vertical edges. b. Mineral-Core Doors: At hinge stiles, provide laminated-edge construction with improved screw-holding capability and split resistance. Comply with specified requirements for exposed edges. 1) Screw-Holding Capability:475 Ibf in accordance with WDMA T.M. 10. 7. Core for Non-Fire-Rated Doors: a. ANSI A208.1, Grade LD-2 particleboard. 1) Blocking: Provide wood blocking in particleboard-core doors as follows: a) 5-inch top-rail blocking, in doors indicated to have closers. b) 5-inch bottom-rail blocking, in exterior doors and doors indicated to have kick, mop, or armor plates. FLUSH WOOD DOORS 08 14 16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2) Provide doors with cores instead of particleboard cores for doors scheduled to receive exit devices in b. Glued wood stave. C. WDMA I.S. 10 structural composite lumber. 1) Screw Withdrawal, Edge: 475 lb. d. Either glued wood stave or WDMA I.S. 10 structural composite lumber. 8. Core for Fire-Rated Doors: As required to achieve fire-protection rating indicated on Drawings. a. Blocking for Mineral-Core Doors: Provide composite blocking with improved screw- holding capability approved for use in doors of fire-protection ratings indicated on Drawings as follows: 2.04 FABRICATION A. Factory fit doors to suit frame-opening sizes indicated. 1. Comply with clearance requirements of referenced quality standard for fitting unless otherwise indicated. 2. Comply with NFPA 80 requirements for fire-rated doors. B. Openings: Factory cut and trim openings through doors. 1. Light Openings:Trim openings with moldings of material and profile indicated. 2. Glazing: Factory install glazing in doors indicated to be factory finished. Comply with applicable requirements in Section 08 80 00 "Glazing." PART 3-EXECUTION 3.01 INSTALLATION A. Hardware: For installation, see Section 08 7100 "Door Hardware." B. Install doors to comply with manufacturer's written instructions and referenced quality standard, and as indicated. C. Install frames level, plumb,true, and straight. 1. Shim as required with concealed shims. Install level and plumb to a tolerance of 1/8 inch in 96 inches. 2. Anchor frames to anchors or blocking built in or directly attached to substrates. a. Secure with countersunk, concealed fasteners and blind nailing. b. Use fine finishing nails or finishing screws for exposed fastening, countersunk and filled flush with woodwork. 1) For factory-finished items, use filler matching finish of items being installed. FLUSH WOOD DOORS 08 14 16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Install fire-rated doors and frames in accordance with NFPA 80. D. Job-Fitted Doors: 1. Align and fit doors in frames with uniform clearances and bevels as indicated below. a. Do not trim stiles and rails in excess of limits set by manufacturer or permitted for fire-rated doors. 2. Machine doors for hardware. 3. Seal edges of doors, edges of cutouts, and mortises after fitting and machining. 4. Clearances: a. Provide 1/8 inch at heads,jambs, and between pairs of doors. b. Provide 1/8 inch from bottom of door to top of decorative floor finish or covering unless otherwise indicated on Drawings. C. Where threshold is shown or scheduled, provide 1/4 inch from bottom of door to top of threshold unless otherwise indicated. d. Comply with NFPA 80 for fire-rated doors. 5. Bevel non-fire-rated doors 1/8 inch in 2 inches at lock and hinge edges. 6. Bevel fire-rated doors 1/8 inch in 2 inches at lock edge;trim stiles and rails only to extent permitted by labeling agency. E. Factory-Fitted Doors: Align in frames for uniform clearance at each edge. F. Factory-Finished Doors: Restore finish before installation if fitting or machining is required at Project site. 3.02 ADJUSTING A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Replace doors that are damaged or that do not comply with requirements. Doors may be repaired or refinished if Work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 08 14 16 FLUSH WOOD DOORS 08 14 16-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 3113 -ACCESS DOORS AND FRAMES PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Access doors and frames. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Product Schedule: For access doors and frames. Use same designations indicated on Drawings. PART 2-PRODUCTS 2.01 ACCESS DOORS AND FRAMES A. Flush Access Doors with Exposed Flanges: 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. ACUDOR Products, Inc. b. Babcock-Davis. C. J. L. Industries, Inc.;Activar Construction Products Group, Inc. d. Larsen's Manufacturing Company. e. Milcor; Hart &Cooley, Inc. f. Nystrom, Inc. g. Williams Bros. Corporation of America (The). 2. Description: 24 x 24 inches unless noted otherwise on drawings, face of door flush with frame, with exposed flange and concealed hinge. 3. Locations:Wall and ceiling as indicated on drawings and as required by applicable building codes for access to MEP equipment&controls. 4. Uncoated Steel Sheet for Door: Nominal 0.060 inch, 16 gage,factory primed. 5. Frame Material: Same material,thickness, and finish as door. 6. Latch and Lock: Cam latch, key operated. 2.02 MATERIALS A. Steel Plates, Shapes, and Bars: ASTM A36/A36M. ACCESS DOORS AND FRAMES 08 31 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Steel Sheet: Uncoated or electrolytic zinc coated, ASTM A879/A879M, with cold-rolled steel sheet substrate complying with ASTM A1008/A1008M, Commercial Steel (CS), exposed. C. Frame Anchors: Same material as door face. D. Inserts, Bolts, and Anchor Fasteners: Hot-dip galvanized steel according to ASTM A153/A153M or ASTM F2329. 2.03 FABRICATION A. Metal Surfaces: For metal surfaces exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. B. Doors and Frames: Grind exposed welds smooth and flush with adjacent surfaces. Furnish mounting holes, attachment devices and fasteners of type required to secure access doors to types of supports indicated. C. Latch and Lock Hardware: 1. Quantity: Furnish number of latches and locks required to hold doors tightly closed. 2. Keys: Furnish two keys per lock and key all locks alike. 2.04 FINISHES A. Painted Finishes: Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 1. Factory Primed: Apply manufacturer's standard, lead- and chromate-free, universal primer immediately after surface preparation and pretreatment. PART 3-EXECUTION 3.01 INSTALLATION A. Comply with manufacturer's written instructions for installing access doors and frames. B. Adjust doors and hardware, after installation,for proper operation. END OF SECTION 08 3113 ACCESS DOORS AND FRAMES 08 31 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 ATTACHMENT NO. 3 SECTION 08 4113-ALUMINUM-FRAMED ENTRANCES AND STOREFRONT CONFORMED BID SET 02/02/2026 PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Aluminum-framed storefront systems. 2. Aluminum-framed entrance door systems. 1.02 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product.Submit manufacturer's product specifications,technical product data, standard details, and installation recommendations for each type of entrance and storefront product required. Include the following information: 1. Fabrication methods. 2. Finishing. 3. Hardware. 4. Accessories. B. Samples: For each type of exposed finish required. Submit pairs of samples of each type and color of aluminum finish, on 12-inch-long sections of extrusions or formed shapes and on 6-inch square sheets.Where color or texture variations are anticipated, include 2 or more units in each set of samples indicating extreme limits of variations. C. Entrance Door Hardware Schedule: Prepared by or under supervision of supplier, detailing fabrication and assembly of entrance door hardware, as well as procedures and diagrams. D. Delegated Design Submittal: For aluminum-framed entrances and storefronts,including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Structural-Test & Impact-Test Performance: Based on evaluation of comprehensive tests according to ASTM E 330 and ASTM E 1886, performed by a qualified testing agency, for each type assembly indicating the following: a. Structural-Test Performance Results: ASTM E 330 performance data, signed and sealed by the qualified professional engineer responsible for their preparation, including test and design wind pressures for approved test assembly as described above (test results based on use of downsized test units will not be accepted). b. Impact-Test Performance Results: ASTM E 1996 performance data, signed and sealed by the qualified professional engineer responsible for their preparation, ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 including test and design wind pressures for approved test assembly as described above (test results based on use of downsized test units will not be accepted). E. Windstorm Debris Impact Resistance Performance: Provide aluminum-framed systems that pass missile-impact and cyclic-pressure tests when tested according to ASTM E 1886 and testing information in ASTM E 1996. 1. Large-Missile Impact: For aluminum-framed systems located within 30 feet of grade. 2. Small-Missile Impact: For aluminum-framed systems located more than 30 feet above grade. 1.04 INFORMATIONAL SUBMITTALS A. Energy Performance Certificates: NFRC-certified energy performance values from manufacturer. B. Product test reports. C. Source quality-control reports. D. Sample warranties. 1.05 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.06 QUALITY ASSURANCE A. Single Source Responsibility: Provide entrance and storefront produced by a single manufacturer capable of showing prior production of units similar to those required. B. Manufacturer's Qualifications: Provide entrances and storefront produced by a single manufacturer with not less than 5 years successful experience in the fabrication of assemblies of the type and quality required. C. Installers Qualifications: Entrances and storefront shall be installed by a firm that has not less than S years' successful experience in the installation of systems similar to those required. D. Delegated Design Engineer: A professional engineer who is legally qualified to practice in state where Project is located and who is experienced in providing engineering services of the type indicated. E. Design Criteria: Drawings indicate sizes, spacings of members, profiles and dimensional requirements of entrance and storefront work. Minor deviations will be accepted in order to utilize manufacturer's standard products when, in the Architect's sole judgement, such deviations do not materially detract from the design concept or intended performance. 1. Design Criteria: Drawings are based on one manufacturer's entrance and storefront system. Another manufacturer's system of a similar and equivalent nature will be acceptable when, in the Architect's sole judgement, differences do not materially detract from the design concept or intended performance. ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 F. Requirement for all Exterior Storefront Frames, Doors and Hardware: 1. Comply with 2021 International Building Code and with the Texas Department of Insurance Windstorm Requirements. Wind loads shall be determined from the pressures developed by a 163-mph wind velocity (LRFD), Exposure C, Risk Category IV, and appropriate shape factor from the American Society of Civil Engineers (ASCE) 7-16 "Minimum Design Loads for Buildings and Other Structures". 2. Utilize only assemblies that have been tested and approved by the Texas Department of Insurance. 3. Comply with Specification Section 014119-Windstorm Construction Requirements. 1.07 WARRANTY A. Special Project Warranty: Submit a written warranty, executed by the Contractor, Installer and Manufacturer, agreeing to repair or replace units (including reglazing) of aluminum-framed entrances and storefronts that do not comply with requirements or that fail in materials or workmanship within specified warranty period. Failures include, but are not necessarily limited to structural failures including excessive deflection, excessive leakage or air infiltration, faulty operation, and deterioration of metals, metal finishes and other materials beyond normal weathering.This warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. B. Warranty Period: 3 years from date of Substantial Completion. 1.08 PROJECT CONDITIONS A. Field Measurements:Check openings by field measurement before fabrication to ensure proper fitting of work; show measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delay in the work. Where necessary, proceed with fabrication without field measurement, and coordinate fabrication tolerances to ensure proper fit. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 01 40 00 "Quality Requirements," to design aluminum-framed entrances and storefronts. B. General Performance: Comply with performance requirements specified, as determined by testing of aluminum-framed entrances and storefronts representing those indicated for this Project without failure due to defective manufacture, fabrication, installation, or other defects in construction. 1. Aluminum-framed entrances and storefronts shall withstand movements of supporting structure, including, but not limited to, twist, column shortening, long-term creep, and deflection from uniformly distributed and concentrated live loads. ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 2. Failure also includes the following: a. Thermal stresses transferring to building structure. b. Glass breakage. C. Noise or vibration created by wind and thermal and structural movements. d. Loosening or weakening of fasteners, attachments, and other components. e. Failure of operating units. C. Structural Loads: 1. Wind Loads: As indicated on Drawings. 2. Other Design Loads: As indicated on Drawings. D. Deflection of Framing Members Supporting Glass: At design wind load, as follows: 1. Deflection Normal to Wall Plane: Limited to edge of glass in a direction perpendicular to glass plane not exceeding 1/175 of the glass edge length for each individual glazing lite or an amount that restricts edge deflection of individual glazing lites to 3/4 inch, whichever is less. 2. Deflection Parallel to Glazing Plane: Limited to 1/360 of clear span or 1/8 inch,whichever is smaller. a. Operable Units: Provide a minimum 1/16-inch clearance between framing members and operable units. E. Structural:Test in accordance with ASTM E330/E330M as follows: 1. When tested at positive and negative wind-load design pressures, storefront assemblies, including entrance doors, do not evidence deflection that exceed specified limits. 2. When tested at 150 percent of positive and negative wind-load design pressures, storefront assemblies, including entrance doors and anchorage, do not evidence material failures, structural distress, or permanent deformation of main framing members exceeding 0.2 percent of span. 3. Test Durations: As required by design wind velocity, but not less than 10 seconds. F. Water Penetration under Static Pressure:Test in accordance with ASTM E331 as follows: 1. No evidence of water penetration through fixed glazing and framing areas, including entrance doors, when tested in accordance with a minimum static-air-pressure differential of 20 percent of positive wind-load design pressure, but not less than 12 I bf/sq.ft. G. Energy Performance: Certified and labeled by manufacturer for energy performance as follows: 1. Thermal Transmittance (U-factor): a. Fixed Glazing and Framing Areas: U-factor for the system of not more than 0.29 as determined in accordance with NFRC 100. ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 2. Solar Heat-Gain Coefficient (SHGC): a. Fixed Glazing and Framing Areas: SHGC for the system of not more than 0.25 as determined in accordance with NFRC 200. 3. Air Leakage: H. Wind borne-Debris Impact Resistance: Passes ASTM E1886 missile-impact and cyclic-pressure tests in accordance with ASTM E1996 for Wind Zone 1. 1. Large-Missile Test: For glazing located within 30 feet of grade. 2. Small-Missile Test: For glazing located between 30 feet and above grade. I. Thermal Movements: Allow for thermal movements resulting from ambient and surface temperature changes. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 2.02 INTERIOR STOREFRONT SYSTEMS A. Basis-of-Design Product: Subject to compliance with requirements, provide Kawneer Company, Inc.; Arconic Corporation; Trifab 451 Framing system or comparable product approved by Architect. B. Framing Members: Manufacturer's extruded- or formed-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Interior Framing Construction: Nonthermal. a. System Dimensions: 2" x 4-1/2" b. Glass: Center Pane 2. Glazing Systems a. Glazing: As specified in Division 08 Section "Glazing". b. Glazing Gaskets; Manufacturer's standard compression types; replaceable, extruded EPDM rubber. C. Spacers and Setting Blocks: Manufacturer's standard elastomeric type. d. Bond-Breaker Tape: Manufacturer's standard TFE-fluorocarbon or polyethylene material to which sealants will not develop adhesion. e. Glazing Sealants: as recommended by Manufacturer. 3. Fasteners and Accessories: Manufacturer's standard corrosion-resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. Where exposed fasteners shall be stainless steel. ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 2.03 EXTERIOR STOREFRONT SYSTEMS A. Basis-of-Design Product: Subject to compliance with requirements, provide Kawneer Company, Inc.; Arconic Corporation; Type IR-501T (Texas Department of Insurance Product Evaluation I.D. CWSF-33) or comparable product by one of the following: 1. Oldcastle Building Envelope (OBE); CRH Americas, Inc. 2. YKK AP America Inc. 3. Kawneer Company, Inc.; Arconic Corporation. B. Framing Members: Manufacturer's extruded- or formed-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Exterior Framing Construction:Thermally broken. 2. Interior Vestibule Framing Construction: Nonthermal. 3. Glazing System: Retained mechanically with gaskets on four sides. 4. Finish: Clear anodic finish. 5. Fabrication Method: Field-fabricated stick system. 6. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 7. Steel Reinforcement: As required by manufacturer. C. Backer Plates: Manufacturer's standard, continuous backer plates for framing members, if not integral, where framing abuts adjacent construction. D. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with nonstaining, nonferrous shims for aligning system components. 2.04 ENTRANCE DOOR SYSTEMS A. Basis-of-Design Product: Subject to compliance with requirements, provide Kawneer Company, Inc.; Arconic Corporation; Type IR-500 Stile and Rail Type Aluminum Doors 501T (Texas Department of Insurance Product Evaluation I.D. DR-518) or comparable product by one of the following: 1. Oldcastle Building Envelope (OBE); CRH Americas, Inc. 2. Vistawall Architectural Products. 3. YKK AP America Inc. 4. Kawneer Company, Inc.; Arconic Corporation. B. Entrance Doors: Manufacturer's standard glazed entrance doors for manual-swing or automatic operation. 1. Door Construction: 1-3/4-inch overall thickness, with minimum 0.125-inch- thick, extruded-aluminum tubular rail and stile members. Mechanically fasten corners with ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 reinforcing brackets that are deeply penetrated and fillet welded or that incorporate concealed tie rods. a. Thermal Construction: High-performance plastic connectors separate aluminum members exposed to the exterior from members exposed to the interior. 2. Door Design: as indicated on Drawings. 3. Glazing Stops and Gaskets: Square, snap-on, extruded-aluminum stops and preformed gaskets. a. Provide nonremovable glazing stops on outside of door. 2.05 ENTRANCE DOOR HARDWARE A. General: Provide entrance door hardware and entrance door hardware sets indicated in "Entrance Door Hardware Sets" Article for each entrance door, to comply with requirements in this Section. 1. Entrance Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. 3. Opening-Force Requirements: a. Egress Doors: Not more than 15 Ibf to release the latch and not more than 30 Ibf to set the door in motion. b. Accessible Interior Doors: Not more than 5 Ibf to fully open door. B. Designations: Requirements for design, grade, function, finish, quantity, size, and other distinctive qualities of each type of entrance door hardware are indicated in "Entrance Door Hardware Sets" Article. Products are identified by using entrance door hardware designations as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in "Entrance Door Hardware Sets" Article. 2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality, and function. C. Continuous-Gear Hinges: BHMA A156.26. D. Automatic and Self-Latching Flush Bolts: BHMA A156.3, Grade 1. E. Panic Exit Devices: BHMA A156.3, Grade 1, listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for panic protection, based on testing in accordance with UL 305. F. Cylinders: ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 1. As specified in Section 08 7100 "Door Hardware." G. Strikes: Provide strike with black-plastic dust box for each latch or lock bolt; fabricated for aluminum framing. H. Operating Trim: BHMA A156.6. I. Closers: BHMA A156.4, Grade 1, with accessories required for a complete installation, sized as required by door size, exposure to weather, and anticipated frequency of use; adjustable to comply with field conditions and requirements for opening force. J. Concealed Overhead Holders and Stops: BHMA A156.8, Grade 1. K. Door Stops: BHMA A156.16, Grade 1, floor or wall mounted, as appropriate for door location indicated, with integral rubber bumper. L. Weather Stripping: Manufacturer's standard replaceable components. 1. Compression Type: Made of ASTM D2000 molded neoprene or ASTM D2287 molded PVC. 2. Sliding Type: AAMA 701/702, made of wool, polypropylene, or nylon woven pile with nylon-fabric or aluminum-strip backing. M. Weather Sweeps: Manufacturer's standard exterior-door bottom sweep with concealed fasteners on mounting strip. N. Thresholds: BHMA A156.21 raised thresholds beveled with a slope of not more than 1:2, with maximum height of 1/2 inch. 2.06 GLAZING A. Glazing: Comply with Section 08 80 00 "Glazing." B. Glazing Gaskets: Manufacturer's standard sealed-corner pressure-glazing system of black, resilient elastomeric glazing gaskets, setting blocks, and shims or spacers. C. Glazing Sealants: As recommended by manufacturer. 2.07 MATERIALS A. Sheet and Plate: ASTM B209. B. Extruded Bars, Rods, Profiles, and Tubes: ASTM B221. C. Structural Profiles: ASTM 13308/6308M. D. Steel Reinforcement: 1. Structural Shapes, Plates, and Bars: ASTM A36/A36M. 2. Cold-Rolled Sheet and Strip: ASTM A1008/A1008M. 3. Hot-Rolled Sheet and Strip: ASTM A1011/A1011M. E. Steel Reinforcement Primer: Manufacturer's standard zinc-rich, corrosion-resistant primer complying with SSPC-PS Guide No. 12.00; applied immediately after surface preparation and ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 pretreatment. Select surface preparation methods in accordance with recommendations in SSPC-SP COM, and prepare surfaces in accordance with applicable SSPC standard. 2.08 FABRICATION A. Form or extrude aluminum shapes before finishing. B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Physical and thermal isolation of glazing from framing members. 4. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 5. Provisions for field replacement of glazing from interior for vision glass and exterior for spandrel glazing or metal panels. 6. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing without projecting stops. E. Entrance Door Frames: Reinforce as required to support loads imposed by door operation and for installing entrance door hardware. F. Entrance Doors: Reinforce doors as required for installing entrance door hardware. G. Entrance Door Hardware Installation: Factory install entrance door hardware to the greatest extent possible. Cut, drill, and tap for factory-installed entrance door hardware before applying finishes. H. After fabrication, clearly mark components to identify their locations in Project in accordance with Shop Drawings. 2.09 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. PART 3-EXECUTION 3.01 INSTALLATION,GENERAL A. Comply with manufacturer's written instructions. B. Do not install damaged components. ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 C. Fit joints to produce hairline joints free of burrs and distortion. D. Rigidly secure nonmovement joints. E. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration and to prevent impeding movement of moving joints. F. Seal perimeter and other joints watertight unless otherwise indicated. G. Metal Protection: 1. Where aluminum is in contact with dissimilar metals, protect against galvanic action by painting contact surfaces with materials recommended by manufacturer for this purpose or by installing nonconductive spacers. 2. Where aluminum is in contact with concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. H. Set continuous sill members and flashing in full sealant bed, as specified in Section 07 92 00 "Joint Sealants,"to produce weathertight installation. I. Install joint filler behind sealant as recommended by sealant manufacturer. J. Install components plumb and true in alignment with established lines and grades. 3.02 INSTALLATION OF GLAZING A. Install glazing as specified in Section 08 80 00 "Glazing." 3.03 INSTALLATION OF ALUMINUM-FRAMED ENTRANCE DOORS A. Install entrance doors to produce smooth operation and tight fit at contact points. 1. Exterior Doors: Install to produce weathertight enclosure and tight fit at weather stripping. 2. Field-Installed Entrance Door Hardware: Install surface-mounted entrance door hardware in accordance with entrance door hardware manufacturers' written instructions using concealed fasteners to greatest extent possible. 3.04 ENTRANCE DOOR HARDWARE SETS A. WHITECAP WASTEWATER TREATMENT PLANT OFFICE FACILITY—22156 Manufacturer Abbreviations: HA= Harger/ Roton RO = Rockwood SU =Securitron CR= Corbin Russwin MK= McKinney RF = Rixon SA=Sargent PE = Pemko ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 A100A Hardware Set 1 Windstorm Rated Each to receive: 2 EA Continuous Hinge 1200-600 HA 1 EA Keyed Mullion CR907BKM CR 2 EA Rim Exit Device ED5200S (A) N9M57 US32D CR 2 EA Surface Closer 351 CPS EN SA 2 EA Drop Plate 351D EN SA 1 EA Threshold 2005AT x 72" PE 2 EA Sweep 315CN x 36" PE Q W 200A Hardware Set 1A U. Windstorm Rated O Each to receive: 2 EA Continuous Hinge 1200-600 HA Q 1 EA Keyed Mullion CR907BKM CR a 2 EA Rim Exit Device ED5200S (A) N9M57 US32D CR Z W 2 EA Surface Closer 351 CPS EN SA 1 EA Threshold 2005AT x 72" PELU Q 2 EA Sweep 315CN x 36" PE oc 2 EA Rain Drip 346 PE oC W H Q W H Hardware Set 2 A100B Q Access Controlled Each to receive: a 2 EA Continuous Hinge CFM83HD1 PTTek MxM PE w 2 EA Electric Power Transfer EL-EPT SU 1 EA Mullion L980 86" PC SA = 2 EA Rim Exit Device 53 55 56 8804 ETL US32D SA 2 EA Surface Closer 351 CPS EN SA 2 EA Drop Plate 351 D EN SA 2 EA Sweep 315CN x 36" PE 2 EA ElectroLynx Harness QC-C1500P MK 2 EA ElectroLynx Harness QC-0003P MK 1 EA BY SECURITY CONTRACTOR CARD READER 1 EA BY SECURITY CONTRACTOR POWER SUPPLY A102 Hardware Set 3 i Windstorm Rated/Access Controlled a Each to receive: u 1 EA Continuous Hinge 1200-600 HA "' 1 EA Electric Power Transfer EL-EPT SU i US32D 1 EA Rim Exit Device ED5200S (A) N9M57 MLER CR ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 1 EA Surface Closer 351 CPS EN SA 1 EA Drop Plate 351D EN SA 1 EA Threshold 2005AT x 36" PE 1 EA Sweep 315CN x 36" PE 1 EA Doorstop 466-RKW RO 1 EA ElectroLynx Harness QC-C1500P MK 1 EA ElectroLynx Harness QC-0003P MK 1 EA BY SECURITY CONTRACTOR CARD READER 1 EA BY SECURITY CONTRACTOR POWER SUPPLY 300 Hardware Set 3A Windstorm Rated Each to receive: 1 EA Continuous Hinge 1200-600 HA 1 EA Rim Exit Device ED5200S (A) N91V1 US32D57 MLER CR 1 EA Surface Closer 351 CPSH EN SA 1 EA Threshold 2005AT x 36" PE 1 EA Sweep 315CN x 36" PE 1 EA Doorstop 466-RKW RO END OF SECTION 08 4113 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 08 41 13- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 [ADDENDUM NO.01,Attachment No. 3] December 17, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 7100 - DOOR HARDWARE PART 1-GENERAL 1.1 DESCRIPTION OF WORK A. Work under this section comprises of furnishing and installing hardware specified herein and noted on drawings for a complete and operational system, including any electrified hardware components,systems,controls and hardware for aluminum entrance doors. Any door shown on the drawing and not specifically referenced in the hardware sets shall be provided with identical hardware as specified on other similar openings and shall be included in the General Contractor's base bid. All Windstorm-rated doors shall be provided with hardware as part of a tested system with that door. The hardware supplier shall verify all cylinder types specified for locking devices supplied as part of the door system with the door manufacturer and/or door supplies. B. The General Contractor shall notify the Architect in writing of any discrepancies (five (5) days prior to bid date) that could and/or would result in hardware being supplied that is none functional, hardware specified and/or hardware that has not been specified that will result in any code violations and any door that is not covered in this specification. Failure of the General Contractor to address any such issue shall be considered acceptance of the hardware specified and all discrepancies shall be corrected at the General Contractor's expense and considered a part of their base bid. Change orders shall not be issued if deemed by the Architect and/or Owner to fall under and/or be covered as a part of the General Contractor base bid, due to failure to comply with this instruction notification. C. Items include but are not limited to the following: 1. Hinges 2. Flush Bolts 3. Exit Devices 4. Locksets and Cylinders 5. Push Plates- Pulls 6. Closers 7. Kick, Mop and Protection Plates 8. Stops, Wall Bumpers, Overhead Controls 9. Thresholds, Seals and Door Bottoms 10. Silencers 11. Miscellaneous Trim and Accessories DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.2 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary Conditions, and Division 1 Specification sections, apply to this section. 1.3 RELATED WORK A. Sections specified elsewhere that should be examined for its effect upon this section: 1. Section 08 1113—Hollow Metal Frames 2. Section 08 14 16—Flush Wood Doors 3. Sections within 08 3113—Access Doors 4. Section within 08 4113—Aluminum Framed Entrances and Storefronts 5. Sections within 08 80 00—Glazing 6. Sections within 09 9113 - Painting 7. Division 26— Electrical 8. Division 28—Access Control 1.4 REFERENCES A. Section specified in this section subject to compliance as directed: 1. NFPA-80-Standard for Fire Doors and Windows 2. NFPA-101 - Life Safety Code 3. ADA-The Americans with Disabilities Act-Title III - Public Accommodations 4. ANSI-A 117.1 - American National Standards Institute - Accessible and Usable Buildings and Facilities 5. ANSI-A 156.5 - American National Standards institute -Auxiliary Locks and Associated Products 6. UFAS- Uniform Federal Accessibility Standards 7. UL—Under-writer's Laboratories 8. WHI -Warnock Hersey International,Testing Services 9. State and Local Codes including Authority Having Jurisdiction 10. Positive PressureUL10C 11. IBC-2018—International Building Code 12. NFPA-70— International Electrical Code DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.5 SUBMITTALS A. HARDWARE SCHEDULES 1. Submit copies of schedule in accordance with Division 1,General Requirements.Schedule to be in vertical format, listing each door opening, including: handing of opening, all hardware scheduled for opening or otherwise required to allow for proper function of door opening as intended, and finish of hardware. At doors with door closers or door controls include degree of door opening.Supply the schedules all Finish Hardware within two (2) weeks from date purchase order is received by the hardware supplier. B. Submit manufacturer's cut/catalog sheets on all hardware items and any required special mounting instructions with the hardware schedule. C. Certification of Compliance: 1. Submit any information necessary to indicate compliance to all of these specifications as required. 2. Submit a statement from the manufacturer that electronic hardware and systems being supplied comply with the operational descriptions exactly as specified. D. Submit any samples necessary as required by the Architect. E. Templates for finish hardware items to be sent to related door and frame suppliers within three (3) working days of receipt of approved hardware schedule. F. Doors and Frames used in positive pressure opening assemblies shall meet UL10C in areas where this specification includes Seals for smoke door. 1.6 QUALITY ASSURANCE A. Hardware supplier to be a qualified, Factory Authorized, direct distributor of the products to be furnished. In addition, the supplier to have in their regular employment an AHC or AHC /CDC and/or a person of equivalent experience (minimum fifteen (15) years in the industry)who will be made available at reasonable times to consult with the Architect/Contractor and/or Owner regarding any matters affecting the finish hardware on this project. B. All hardware used in labeled fire or smoke rated openings to be listed for those types of openings and bear the identifying label or mark indicating UL. (Underwriter's Laboratories) approved for fire. Exit devices in non-labeled openings to be listed for panic. 1.7 DELIVERY, HANDLING AND PACKAGING A. Furnish all hardware with each unit clearly marked and numbered in accordance with the hardware schedule. Include door and item number for each. B. Pack each item of hardware completes with all necessary parts and fasteners. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Properly wrap and cushion each item to prevent scratches and dents during delivery and storage. 1.8 SEQUENCING AND SCHEDULING A. Any part of the finish hardware required by the frame or door manufacturers or other suppliers that is needed in order to produce doors or frames is to be sent to those suppliers in a timely manner, so as not to interrupt job progress. 1.9 WARRANTY A. All finish hardware shall be supplied (By the Hardware Supplier) with a Two- (2) year written warranty against defects in materials and workmanship, commencing with substantial completion of the project except as follows: 1. All Closers are to have a thirty- (30)year written warranty. 2. All Exit Devices are to have a three-(3)year written warranty. 3. All Locksets are to have a ten- (10)year written warranty. 4. All Continuous are to have a ten- (10)year written warranty. PART 2-PRODUCTS 2.1 FASTENERS A. Furnish with finish hardware all necessary screws, bolts and other fasteners of suitable size and type to anchor the hardware in position for a long life under hard use. B. Furnish fastenings where necessary with expansion shields, toggle bolts and other anchors designated by the Architect according to the material to which the hardware is to be applied and the recommendations of the hardware manufacturer.All closers and exit devices on labeled wood doors shall be through-bolted if required be the door manufacturer. All thresholds shall be fastened with wood screws and plastic anchors. Where specified in the hardware sets, security type fasteners of the type called for are to be supplied. C. Design of all fastenings shall harmonize with the hardware as to material and finish. D. All hardware shall be installed with the Manufacturers standard screws as provided. The use of any other type of fasteners shall not be permitted. The general contractor shall provide wood blocking in all stud walls specified and/or scheduled to receive wall stops, No Exception. 2.2 ENVIRONMENTAL CONCERN FOR PACKAGING A. Hardware shipped to the project jobsite shall be packaged in biodegradable packs such as paper or cardboard boxes and wrapping. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.3 HINGES A. All hinges to be of one manufacturer as hereafter listed for continuity and consideration of warranty. Provide one of the following manufacturers McKinney, Ives, Bommer or Stanley. B. Unless otherwise specified provide five-knuckle, heavy-duty, button tip, full mortise template type hinges with non-rising loose pins. Provide non-removable pins for out swinging doors at secured areas or as called for in this specification (Refer to 3.2 Hardware Sets). C. Exterior Five Knuckle Door Hinges shall be manufactured from solid stainless steel,aluminum or bronze base metal and provide all out-swinging doors with non-removable pins or security studs as called for in 3.2 Hardware Sets. D. Interior Five Knuckle Door Hinges shall be manufactured from a steel base metal. Furnish three (3) hinges up to 90 inches high and one (1) additional hinge for every 30 inches or fraction thereof. E. Provide all exterior&interior hinges in a size 4%"x 4%"for all 1V thick doors up to and including 36 inches wide. Doors over 1%" through 2%"thick, use 5"x 5" hinges. Doors over 36 inches use S"x 4%" unless otherwise noted in 3.2 Hardware Sets. F. Were exterior or interior door hinges are required to clear the trim and/or to permit the doors to swing 180 degrees furnish hinges of sufficient throw. G. Provide heavy weight hinges on all exterior or interior doors over 36 inches in width. H. At exterior or interior labeled door's ball-bearing type hinges shall be provided. For all doors equipped with closers provide ball-bearing-type hinges. I. Finishes at all Interior and Exterior door hinges shall be provided as specified in 3.02 Hardware Sets. 2.4 LOCK AND LOCK TRIM A. All of the locksets, latch sets, and trim to be of one manufacturer as hereafter listed for continuity of design and consideration of warranty. Locksets specified are Sargent 10 line with "L" lever as specified. B. Provide metal wrought box strike boxes and curved lip strikes with proper lip length to protect trim of the frame, but not to project more than 1/8 inch beyond frame trim or the inactive leaf of a pair of doors. C. Mechanical Locks shall meet ANSI Operational Grade 1, Series 4000 as specified. 1. Hand of lock is to be field reversible or non-handed. 2. All lever trim is to be through-bolted through the door. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.5 CYLINDERS AND KEYING A. Provide all Interior locks and Exit devices requiring cylinders with Sargent Cores keyed to a New Master Key System and complies with performance requirements of ANSI A156.5. All keys shall be of nickel silver material only. The hardware supplier shall meet with the General Contractor, the Architect and Owner at the project site to determine all permanent keying requirements. The hardware supplier shall provide One (1) Knox Box if required by the local Fire Marshall.The contractor shall, as required by the local Fire Marshall and Owner mount the Knox Box. B. Furnish all exterior and interior locks, cylinders and Exit devices with temporary keyed construction cores feature for the duration of construction. Provide ten (10) construction keys and two (2) construction Control keys total. C. Cores shall be factory keyed and factory maintained as directed by owner & the Architect. Provide four- (4) keys per cylinder and ten- (10) master keys per master used. Provide a bitting list for changes used and include additional bittings for future expansion as instructed by owner during the project keying meeting. Signature for all deliveries to owner shall be required. D. Factory stamp all keys "Do not duplicate" and with key symbol as directed by owner. 2.6 EXIT DEVICES A. All exit devices and trim, including electrified items, to be of one manufacturer as hereafter listed and in the hardware sets for continuity of design and consideration of warranty;electrified devices and trim to be the same series and design as mechanical devices and trim. B. Exit Devices to be "UL" listed for life safety. All exit devices for labeled doors shall have "UL" label for "Fire Exit Hardware". All devices mounted on labeled wood doors are to be through- bolted or per the manufacturer's listing requirements.All devices shall conform to NFPA 80 and NFPA 101 requirements. C. All exit devices to be of a heavy duty,chassis mounted design,with one-piece removable covers, eliminating necessity of removing the device from the door for standard maintenance and keying requirements. D. All trims to be through-bolted to the lock stile case. Lever design to be the same as specified with the lock sets. E. Exit Devices shall be the modern push rail design. All exit devices shall be mounted with sex bolts. F. All devices shall carry a three- (3) year warranty against manufacturing defects and workmanship. Exit devices shall be certified by an independent testing lab for a minimum of 1,000,000 cycles. G. Exit Devices for this project shall be the products of a single manufacturer for continuity of design and consideration of warranty. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.7 SURFACE MOUNTED DOOR CLOSERS A. All closers for this project shall be the products of a single manufacturer for continuity of design and consideration of warranty. All door closers shall be mounted as to achieve the maximum degree of opening (trim permitting). B. All closers to be heavy duty, surface-mounted, fully hydraulic, rack and pinion action with high strength cast iron cylinder to provide control throughout the entire door opening cycle. C. Size all closers in accordance with the manufacturer's recommendations at the factory. D. All closers to have adjustable spring power sizes 1 or 2 through 4 or 6 and separate tamper resistant, brass, non-critical regulating screw valves for closing speed, latching speed and back- check control as a standard feature unless specified otherwise. E. All closer covers to be rectangular,full covertype of non-ferrous, non-corrosive material painted to match closer. Provide closer covers only if provided as a standard part of the door closer package. F. Closers shall have heavy-duty arms.All closer arms shall be of sufficient length to accommodate the reveal depth and to insure proper installation. The hardware supplier shall provide any and all required brackets, spacers or filler plates as required by the manufacturer for a proper and functional installation as part of their base bid. G. Supply appropriate arm assembly for each closer so that closer body and arm are mounted on non-public side of door opening and on the interior side of exterior openings, except where required otherwise in the hardware sets. 1. All parallel arm mounted closers to be factory indexed to insure proper installation. 2. Furnish heavy-duty cold forged parallel arms for all parallel arm mounted closers. H. Provide closers with special application and heavy-duty arms as specified in the hardware sets or as otherwise called for to insure a proper operating, long-lasting opening. Drop plates and any additional brackets required for the proper installation of the door closer shall be included in the hardware supplier's base bid. I. Finish: Finish shall be compatible with other hardware. J. Provide and mount all door closers with sex bolts as provided by the manufacturer. 2.8 DOORSTOPS AND HOLDERS A. Doorstops are to be furnished for every door leaf. Every door shall have a floor, wall, or an overhead stop. B. Place doorstops in such a position that they permit maximum door swing, but do not present a hazard of obstruction. Furnish floor strikes for floor holders of proper height to engage holders of doors. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Where overhead stops and holders are specified, or otherwise required for proper door operation, they are to be heavy duty and of extruded brass, bronze or stainless steel with no plastic parts as specified. The General Contractor shall provide wood blocking in all stud walls specified and scheduled to receive wall stops. D. Finish: Same as other hardware where available. E. Acceptable Products 1. Floor and wall stops as listed in hardware sets. Equivalent products manufactured by Ives, Rockwood, Glynn Johnson and Trimco are acceptable. 2.9 PUSH PLATES, DOOR PULLS,AND KICKPLATES A. All push plates, door pull, kick plates and other miscellaneous hardware as listed in hardware sets. Equivalent products manufactured by Ives, Rockwood, Glynn Johnson and Trimco are acceptable. B. Kick plates to be 10 inches high and Mop plates to be 6 inches high, both by 2 inches or 1 inch less than door width (LDW) as specified. They are to be of 16-gauge thick stainless steel. For door with louvers or narrow bottom rails, kick plate height to be 1 inch less dimension shown from the bottom of the door to the bottom of the louver or glass. C. Where required armor plates, edge guards and other protective hardware shall be supplied in sizes as scheduled in the hardware sets. D. Finish: Same as other hardware where available. 2.10 FLUSH BOLTS AND COORDINATORS A. Provide Flush bolts with Dust Proof Strikes as indicated in the individual hardware sets by Ives, Rockwood,Glynn Johnson and Trimco are acceptable. Finish shall match the adjacent hardware. 2.11 THRESHOLDS AND SEALS A. Provide materials and finishes as listed in hardware sets. Equivalent product by National Guard Products, Zero, Pemko and Reese are acceptable.All thresholds must be in accordance with the requirements of the ADA and ANSI A117.1. B. Provide thresholds with wood screws and plastic anchors. Supply all necessary anchoring devices for weather strip and sound seal. C. Seals shall comply with requirements of UL10C. All thresholds, door bottoms and weather strip inserts shall be a silicone-based product as specified in 3.2 Hardware Sets. Other materials used shall be rejected, unless originally specified. D. Seals shall comply with the requirements of the Wood Door Manufacturer's certification requirements. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.12 FINISHES A. Finishes for all hardware are as required in this specification and the hardware sets. B. Special care is to be taken to make uniform the finish of all various manufactured items. 2.13 DOOR SILENCERS A. Provide door silencers at all openings without gasket. Provide two-(2)each at each pair of doors and three- (3) or four- (4) each for each single door(coordinate with the frame manufacturer). 2.14 KEY CABINET A. Provide a key cabinet Lund 1200 series for installation by the contractor as instructed by the Architect and owner. Key Cabinet shall be of such size as to hold 150% of the total number of keys supplied for this project. Verify with owner if key cabinets are in fact required. 2.15 PROPRIETARY PRODUCTS A. References to specific products are used to establish quality standards of utility and performance. Unless otherwise approved provide only the specified product. B. All other materials, not specifically described, but required for a complete and proper finish hardware installation, are to be selected by the Contractor, subject to the approval of the Architect and Owner. C. Architect and Owner reserve the right to approve all the substitutions proposed for this specification.All requests for substitution to be made prior to bid in accordance with Division 1, General Requirements, and are to be in writing, hand delivered to the Architect.Two (2) copies of the manufacturer's brochures and a physical sample of each item in the appropriate design and finish shall accompany requests for substitution. PART 3-EXECUTION 3.1 INSTALLATION AND SERVICE ITEMS OF FINISH HARDWARE A. All finish hardware shall be installed by an experienced finish hardware installer with at least ten (10) years of experience after a pre-installation meeting between the contractor, hardware Manufacturers representative, the hardware supplier, hollow metal supplier and wood door supplier. The finish hardware installer shall be responsible for the proper installation and function of all doors and hardware. B. The hardware supplier's office and/or warehouse shall be located within a one hundred (100) mile radius of the project site as to better service the general contractor and Owner during this project. DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Check hardware against the reviewed hardware schedule upon delivery. Store the hardware in a dry and secure location to protect against loss and damage. D. Install finish hardware in accordance with approved hardware schedule and manufacturers' printed instructions. Pre-fit hardware before finish is applied to door; remove and reinstall after finish is complete and dry. Install and adjust hardware so that parts operate smoothly, close tightly, and do not rattle. E. Mortise and cutting to be done neatly, and evidence of cutting to be concealed in the finished work. Protect all Finish hardware from scratching or other damage. F. The hardware supplier, general contractor, hardware installer, representatives of the lock, exit device and closer manufacturers shall after one(1)months of Owner acceptance of the facilities, perform an onsite survey of the finish hardware installation. Any item of finish hardware found to be defective or out of adjustment shall be replaced or adjusted for the proper function and operation of the door assembly at the contractor's, supplier's and/or installer's expense. The hardware supplier shall provide a written report of any and all affected items to the Architect and Owner (No Exceptions). The scheduled inspection date for the onsite inspection and adjustment of finish hardware shall be provided to the Architect as a part of the general contractor and hardware supplies close-out documentation for this project. 3.2 HARDWARE SETS Manufacturer Abbreviations: HA= Harger/ Roton RO = Rockwood SU =Securitron CR= Corbin Russwin MK = McKinney RF = Rixon SA=Sargent PE = Pemko A100A Hardware Set 1 Each to receive: Windstorm Rated 1 EA Cylinder 980C1 US26D SA Balance of Hardware by 08 4113—Aluminum-Framed Entrances&Storefronts A1006 Hardware Set 2 Each to receive: Access Controlled 1 EA Cylinder 980C1 US26D SA Balance of Hardware by 08 41 13—Aluminum-Framed Entrances&Storefronts A102 Hardware Set 3 Windstorm Rated/Access Controlled Each to receive: 1 EA Cylinder 980C1 US26D SA Balance of Hardware by 08 4113—Aluminum-Framed Entrances&Storefronts DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 A120A Hardware Set 4 Each to receive: 3 EA Hinge, Full Mortise TA2314 NRP 4-1/2"X 4-1/2" US32D MK 1 EA Entry/Office Lock 10XG05 LL US26D SA 1 EA Floor Stop 441CU US32D RO 3 EA Silencer 307D HA A103,A118 Hardware Set 5 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2: US26D MK 1 EA Entry/Office Lock 1OXG05 LL US26D SA 1 EA Surface Closer 1431 US CPSH EN SA 1 EA Wall Stop 409 US32D RO 3 EA Silencer 307D HA A104,A105,A116, A120B Hardware Set 6 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2: US26D MK 1 EA Entry/Office Lock 10XG05 LL US26D SA 1 EA Wall Stop 409 US32D RO 3 EA Silencer 307D HA A106,A109,A117 Hardware Set 7 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2" US26D MK 1 EA Storeroom/Closet Lock 1OXG04 LL US26D SA 1 EA Wall Stop 409 US32D RO 3 EA Silencer 307D HA A115 Hardware Set 8 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2" US26D MK 1 EA Storeroom/Closet Lock 1OXG04 LL US26D SA 1 EA Floor Stop 441 CU US32D RO 3 EA Silencer 307D HA DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Hardware Set 9 A110 Access Controlled Each to receive: 3 EA Hinge, Full Mortise TA2714 NRP 4-1/2"x 4-1/2" US26D MK 1 EA Storeroom/Closet Lock 1OXG04 LL US26D SA 1 EA Electric Strike 8300C 630 HES, Inc. 1 EA SMART Pac Bridge Rectifier 2005M3 HES, Inc. 1 EA Surface Closer 1431 UO CPSH EN SA 3 EA Silencer 307D HA 1 EA BY SECURITY CONTRACTOR CARD READER 1 EA BY SECURITY CONTRACTOR POWER SUPPLY Hardware Set 10 A111 Fire Rated Each to receive: 3 EA Hinge, Full Mortise T4A3386 5"x 4-1/2" US32D MK 1 EA Storeroom/Closet Lock 10XG04 LL US26D SA 1 EA Surface Closer 1431 UO CPSH EN SA 1 EA Wall Stop 409 US32D RO 3 EA Gasket 306Q-A PE A112,A113 Hardware Set 11 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2" US26D MK 1 EA Privacy Lock 10XU65 VSLL V33 US26D SA 1 EA Surface Closer 1431 UO CPSH EN SA 1 EA Wall Stop 409 US32D RO 3 EA Silencer 307D HA A109,A108 Hardware Set 12 Each to receive: 3 EA Hinge, Full Mortise TA2714 4-1/2"x 4-1/2" US26D MK 1 EA Pull Plate 107X70C US32D RO 1 EA Push Plate 70C-RKW US32D RO 1 EA Surface Closer 1431 UO CPSH EN SA 1 EA Kick Plate K1050 10"x 34" US32D RO BEV CSK 1 EA Wall Stop 406 US32D RO 3 EA Silencer 307D HA END OF SECTION 08 7100 DOOR HARDWARE 08 71 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 80 00 -GLAZING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Glass products. 2. Laminated glass. 3. Insulating glass. 4. Glazing sealants. 5. Miscellaneous glazing materials. 1.02 COORDINATION A. Coordinate glazing channel dimensions to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances to achieve proper safety margins for glazing retention under each design load case, load case combination, and service condition. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. B. Glass Samples: For each type of glass product other than clear monolithic vision glass; 12 inches square. C. Delegated Design Submittal: For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by qualified professional engineer responsible for their preparation. 1.04 INFORMATIONAL SUBMITTALS A. Product Certificates: For glass. B. Product test reports. C. Preconstruction adhesion and compatibility test report. D. Sample warranties. 1.05 QUALITY ASSURANCE A. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated. GLAZING 08 80 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.06 WARRANTY A. Manufacturer's Special Warranty for Coated-Glass Products: Manufacturer agrees to replace coated-glass units that deteriorate within specified warranty period. Deterioration of coated glass is defined as defects developed from normal use that are not attributed to glass breakage or to maintaining and cleaning coated glass contrary to manufacturer's written instructions. Defects include peeling, cracking, and other indications of deterioration in coating. 1. Warranty Period: 10 years from date of Substantial Completion. B. Manufacturer's Special Warranty for Laminated Glass: Manufacturer agrees to replace laminated-glass units that deteriorate within specified warranty period. Deterioration of laminated glass is defined as defects developed from normal use that are not attributed to glass breakage or to maintaining and cleaning laminated glass contrary to manufacturer's written instructions. Defects include edge separation, delamination materially obstructing vision through glass, and blemishes exceeding those allowed by referenced laminated-glass standard. 1. Warranty Period: 10 years from date of Substantial Completion. C. Manufacturer's Special Warranty for Insulating Glass: Manufacturer agrees to replace insulating-glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is obstruction of vision by dust, moisture, or film on interior surfaces of glass. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 01 40 00 "Quality Requirements," to design glazing. B. Structural Performance: Exterior Glazing shall withstand the following design loads within limits and under conditions indicated determined in accordance with the IBC and ASTM E1300: 1. Design Wind Pressures: As indicated on Drawings. 2. Thermal Loads: Design glazing to resist thermal stress breakage induced by differential temperature conditions and limited air circulation within individual glass lites and insulated glazing units. C. Wind borne-Debris-Impact Resistance: Exterior glazing shall pass ASTM E1886 missile-impact and cyclic-pressure tests in accordance with ASTM E1996 for Wind Zone 1. 1. Large-Missile Test: For glazing located within 30 feet of grade. 2. Small-Missile Test: For glazing located between 30 feet and 60 feet above grade. GLAZING 08 80 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Safety Glazing: Where safety glazing is indicated, provide glazing that complies with 16 CFR 1201, Category II. E. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. U-Factors: Center-of-glazing values, in accordance with NFRC 100 and based on most current non-beta version of LBL's WINDOW computer program, expressed as Btu/sq. ft. xhx deg F. 2. SHGC and Visible Transmittance: Center-of-glazing values, in accordance with NFRC 200 and based on most current non-beta version of LBL's WINDOW computer program. 3. Visible Reflectance: Center-of-glazing values, in accordance with NFRC 300. 2.02 GLASS PRODUCTS,GENERAL A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below unless more stringent requirements are indicated. See these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. NGA Publications: "Laminated Glazing Reference Manual" and "Glazing Manual." 2. AAMA Publications: AAMA GDSG-1, "Glass Design for Sloped Glazing," and AAMA TIR A7, "Sloped Glazing Guidelines." 3. IGMA Publication for Sloped Glazing: IGMA TB-3001, "Guidelines for Sloped Glazing." 4. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." B. Safety Glazing Labeling: Where safety glazing is indicated, permanently mark glazing with certification label of manufacturer. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. C. Insulating-Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of the IGCC. D. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass that complies with performance requirements and is not less than thickness indicated. E. Strength: Where annealed float glass is indicated, provide annealed float glass, heat- strengthened float glass, or fully tempered float glass as needed to comply with "Performance Requirements" Article. Where heat-strengthened float glass is indicated, provide heat- strengthened float glass or fully tempered float glass as needed to comply with "Performance Requirements" Article. Where fully tempered float glass is indicated, provide fully tempered float glass. GLAZING 08 80 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.03 GLASS PRODUCTS,GENERAL A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as needed to comply with requirements indicated. 1. Minimum Glass Thickness for Exterior Lites: Not less than 1/4 inch. 2. Thickness of Tinted Glass: Provide the same thickness for each tint color indicated throughout the Project. B. Strength:Where float glass is indicated, provide annealed float glass, Kind HS heat-treated float glass,or Kind FT heat-treated float glass as needed to comply with "Performance Requirements" Article. Where heat-strengthened glass is indicated, provide Kind HS heat-treated float glass or Kind FT heat-treated float glass as needed to comply with "Performance Requirements"Article. Where fully tempered glass is indicated, provide Kind FT heat-treated float glass. C. Wind borne-Debris-Impact Resistance: Provide exterior glazing that passes basic protection testing requirements in ASTM E 1996 for Wind Zone 1 when tested according to ASTM E 1886. Test specimens shall be no smaller in width and length than glazing indicated for use on the Project and shall be installed in the same manner as glazing indicated for use on the Project. 1. Large-Missile Test: For glazing located within 30 feet of grade. 2. Small Missile Test: For glazing located more than 30 feet above grade. 3. Large-Missile Test: For all glazing, regardless of height above grade. D. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. For monolithic-glass lites, properties are based on units with lites 3/16 inch thick. 2. For laminated-glass lites, properties are based on products of construction indicated. 3. For insulation-glass units, properties are based on units of thickness indicated for overall unit and for each lite. 4. U-Factors: Center-of-glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2 computer program, expressed as Btu/sq.ft. x h x deg F. S. Solar Heat-Gain Coefficient and Visible Transmittance:Center-of-glazing values,according to NFRC 200 and based on LBL's WINDOW 5.2 computer program. 6. Visible Reflectance: Center-of-glazing values, according to NFRC 300. 2.04 GLASS PRODUCTS A. Clear Annealed Float Glass:ASTM C1036,Type I, Class 1 (clear), Quality-Q3. B. Fully Tempered Float Glass: ASTM C1048, Kind FT (fully tempered), Condition A (uncoated) unless otherwise indicated,Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. GLAZING 08 80 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.05 LAMINATED GLASS A. Laminated Glass: ASTM C1172. Use materials that have a proven record of no tendency to bubble, discolor, or lose physical and mechanical properties after fabrication and installation. 1. Construction: Laminate glass with polyvinyl butyral interlayer or cast-in-place and cured- transparent-resin interlayer to comply with interlayer manufacturer's written instructions. 2. Interlayer Thickness: Provide thickness not less than that indicated and as needed to comply with requirements. 3. Interlayer Color: Clear unless otherwise indicated. B. Wind borne-Debris-Impact-Resistant Laminated Glass: Comply with requirements specified above for laminated glass except laminate glass with one of the following to comply with interlayer manufacturer's written instructions: 1. Construction: Laminate heat strengthened glass with polyvinyl butyral interlayer reinforced with polyethylene terephthalate film to comply with interlayer manufacturer's written instructions. 2. Interlayer Thickness: Provide thickness not less than that indicated and as needed to comply with requirements. 3. Interlayer Color: Clear unless otherwise indicated. 2.06 INSULATING GLASS A. Insulating-Glass Units: Factory-assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified in accordance with ASTM E2190. 1. Sealing System: Dual seal,with manufacturer's standard primary and secondary sealants. 2. Perimeter Spacer: Manufacturer's standard spacer material and construction. 3. Desiccant: Molecular sieve or silica gel, or a blend of both. 2.07 GLAZING SEALANTS A. General: 1. Compatibility: Compatible with one another and with other materials they contact, including glass products, seals of insulating-glass units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation. GLAZING 08 80 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.08 MISCELLANEOUS GLAZING MATERIALS A. Cleaners, Primers, and Sealers:Types recommended by sealant or gasket manufacturer. B. Setting Blocks: 1. Elastomeric with Shore A durometer hardness of 85, plus or minus 5. 2. Type recommended in writing by sealant or glass manufacturer. C. Spacers: 1. Elastomeric blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. 2. Type recommended in writing by sealant or glass manufacturer. D. Edge Blocks: 1. Elastomeric with Shore A durometer hardness per manufacturer's written instructions. 2. Type recommended in writing by sealant or glass manufacturer. PART 3-EXECUTION 3.01 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass includes glass with edge damage or other imperfections that, when installed, could weaken glass, impair performance, or impair appearance. C. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. D. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. E. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. F. Provide spacers for glass lites where length plus width is larger than 50 inches. G. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and in accordance with requirements in referenced glazing publications. GLAZING 08 80 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 GASKET GLAZING (DRY) FOR INTERIOR OPENINGS A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings.Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended in writing by gasket manufacturer. D. Installation with Pressure-Glazing Stops: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket. Install dense compression gaskets and pressure- glazing stops,applying pressure uniformly to compression gaskets.Compress gaskets to produce a weathertight seal without developing bending stresses in glass.Seal gasket joints with sealant recommended in writing by gasket manufacturer. E. Install gaskets so they protrude past face of glazing stops. 3.03 SEALANT GLAZING (WET) FOR EXTERIOR OPENINGS A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.04 CLEANING AND PROTECTION A. Immediately after installation, remove non-permanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains. 1. If, despite such protection, contaminating substances do contact with glass, remove substances immediately as recommended in writing by glass manufacturer. Remove and replace glass that cannot be cleaned without damaging coatings. C. Remove and replace glass that is damaged during construction period. GLAZING 08 80 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.05 INSULATING-LAMINATED-GLASS SCHEDULE (Windstorm Impact Resistant) A. Low-E-Coated,Tinted, Insulating Laminated Glass Type GL1: 1. Basis-of-Design Product: Double Glazed Tinted Solar Control Laminated Insulating Glass Unit, Solarban 90 on Solargray 1/4 inch (6mm), surface#2 1 Air 1/2" (12.7mm) 1 1/4 inch (6mm) Clear-090SG-1/4 inch (6mm) Clear. 2. Overall Unit Thickness: 1-5/16 inch. 3. Minimum Thickness of Outdoor Lite: 1/4 inch. 4. Outdoor Lite: Solargray Tinted with second surface Solarban 90 low-E coating, heat- strengthened float glass. 5. Interspace Content: Air: 1/2 inch. 6. Indoor Lite: Clear laminated glass with two plies of heat-strengthened float glass. a. Minimum Thickness of Each Glass Ply: 1/4 inch. b. Interlayer Thickness: 0.090 inch, Eastman Saflex or Kuraray Butacite PVB. 7. Low-E Coating: Magnetic sputter coating on second surface. 8. Safety glazing label required. 9. Performance Requirements: a. Visible Light Transmittance: 24 percent minimum. b. Winter Nighttime U-Factor: 0.28 (Btu/hr*ft2*°F) maximum. C. Summer daytime U-Factor: 0.26 (Btu/hr*ft2*°F) maximum. d. Shading Coefficient: 0.19 maximum. e. Solar Heat Gain Coefficient: 0.16 maximum. f. Outdoor Visible Light Reflectance: 6 percent maximum. B. Low-E-Coated,Tinted, Insulating Laminated Glass Type GL2: 1. Basis-of-Design Product: Double Glazed Tinted Solar Control Laminated Insulating Glass Unit, Solarban 90 on Clear 3/16 inch (5mm), surface #2 1 Air 3/8" (9.5mm) 1 3/16 inch (5mm) S1360(4) Solargray_090PVB_3/16 inch (5mm) Clear. 2. Overall Unit Thickness: 1 inch. 3. Minimum Thickness of Outdoor Lite: 3/16 inch. 4. Outdoor Lite: Clear heat-strengthened float glass with second surface Solarban 90 low-E coating. 5. Interspace Content:Air: 3/8 inch. 6. Indoor Lite: Laminated GLAZING 08 80 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Laminate Outboard Lite: Solargray Tinted with fourth surface Solarban 90 low-E coating, heat-strengthened float glass. b. Interlayer Thickness: 0.090 inch, Eastman Saflex or Kuraray Butacite PVB. C. Laminate Inboard Lite: Clear laminated heat-strengthened float glass. d. Minimum Thickness of Each Glass Ply: 3/16 inch. 7. Low-E Coating: Magnetic sputter coating on fourth surface. 8. Performance Requirements: a. Visible Light Transmittance: 24 percent minimum. b. Winter Nighttime U-Factor: 0.31 (Btu/hr*ft2*°F) maximum. C. Summer daytime U-Factor: 0.31 (Btu/hr*ft2*°F) maximum. d. Shading Coefficient: 0.25 maximum. e. Solar Heat Gain Coefficient: 0.21 maximum. f. Outdoor Visible Light Reflectance: 12 percent maximum. 9. Safety glazing label required. 3.06 LAMINATED(SAFETY)GLASS SCHEDULE A. Clear Laminated Glass Type GL3:Two plies of fully tempered float glass. 1. Minimum Thickness of Each Glass Ply: 1/4 inch. 2. Interlayer Thickness: 0.060 inch. 3. Overall Unit Thickness: Nominal 9/16 inch. 4. Safety glazing label required. 3.07 NON-LAMINATED(SAFETY) GLASS SCHEDULE A. Clear Glass Type GL4: Single ply of fully tempered float glass. 1. Minimum Thickness of Glass Ply: 3/8 inch. 2. Safety glazing label required. END OF SECTION 08 80 00 GLAZING 08 80 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 08 9119 - FIXED LOUVERS PART 1-GENERAL 1.01 SUMMARY A. Section includes Miami-Dade approved wind driven rain resistant fixed formed-metal louvers. B. Related Requirements: 1. Section 04 20 00- Unit Masonry. 2. Section 07 42 43-Composite Wall Panels. 3. Section 07 62 00-Sheet Metal Flashing And Trim. 4. Section 07 92 00-Joint Sealants. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. 1. For louvers specified to bear AMCA seal, include printed catalog pages showing specified models with appropriate AMCA Certified Ratings Seals. B. Shop Drawings: For louvers and accessories. Include plans, elevations, sections, details, and attachments to other work. Show frame profiles and blade profiles, angles, and spacing. C. Windstorm Product Approval documentation with installation instructions. D. Samples: Submit actual metal color samples of louver to show finish and color. E. Samples: For each type of metal finish required. 1.03 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.2/D1.2M, "Structural Welding Code-Aluminum." 1.04 WARRANTY A. Special Finish Warranty, Factory-Applied Finishes: Standard form in which manufacturer agrees to repair finishes or replace aluminum that shows evidence of deterioration of baked enamel, powder coat, or organic finishes within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. FIXED LOUVERS 08 91 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Structural Performance: Louvers withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated without permanent deformation of louver components, noise or metal fatigue caused by louver-blade rattle or flutter, or permanent damage to fasteners and anchors. Wind pressures are considered to act normal to the face of the building. 1. Wind Loads: a. Determine loads based on pressures as indicated on Drawings. b. Design Wind Load: Comply with 2021 International Building Code and with the Texas Department of Insurance Windstorm Requirements (160 mph wind velocity (LRFD), Exposure C, Risk Category IV and appropriate shape factor from the American Society of Civil Engineers (ASCE) 7-16 "Minimum Design Loads for Buildings and Other Structures". C. Use only louver assemblies that have been tested and approved by the Texas Department of Insurance or Miami Dade. B. Louver Performance Ratings: Provide louvers complying with requirements specified, as demonstrated by testing manufacturer's stock units identical to those provided, except for length and width according to AMCA 500-L. 2.02 FIXED EXTRUDED-ALUMINUM LOUVERS A. Horizontal Louver, Extruded Aluminum: 1. Basis-of-Design Product: Subject to compliance with requirements, provide Greenheck EVG-5011) Stationary Vertical Blade Louver or comparable product approved by the Architect. a. Miami Dade Approval NOA#23-1030.04 2. Sizes: as indicated on the Drawings. 3. Frame: Frame design produced from 6005-T5 and 6063-T5 extruded aluminum with .081- inch nominal wall thickness. Frame depth is 5 inches. 4. Blade: 6063-T5 extruded aluminum with 0.060-inch nominal wall thickness. Blades are spaced approximately at 1.5 inches center to center. 5. Extended sills: a. Formed Aluminum, Minimum nominal thickness 0.081 inch (2.1 mm). 6. Louver Performance Ratings: a. Free Area: 54.8%free area. b. Point of Beginning Water Penetration: Not less than 975 fpm. FIXED LOUVERS 08 91 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 7. AMCA Seal: Mark units with AMCA Certified Ratings Seal. 2.03 LOUVER SCREENS A. General: Provide screen at each exterior louver. 1. Screen Location for Fixed Louvers: Interior face. 2. Screening: 5/8-inch x 0.063 inch expanded, square aluminum bird screen in removeable frame. B. Louver Screen Frames: Same type and form of metal as indicated for louver to which screens are attached. 2.04 MATERIALS A. Aluminium Extrusions: ASTM B221,Alloy 6063-T5,T-52, or T6. B. Aluminum Sheet: ASTM 6209, Alloy 3003 or 5005, with temper as required for forming, or as otherwise recommended by metal producer for required finish. C. Fasteners: Use types and sizes to suit unit installation conditions. 1. General Requirements: a. All types of "powder-actuated" fastening systems, "hammer drive" fastening systems, "ram-set" systems and similar type fastening systems are strictly prohibited from use on the project for permanent or temporary fasteners into permanent building components,except as indicated on Drawings or as specifically approved by the Architect. b. All types of permanent or temporary fastening systems or components which are not removable without damage to permanent building components are strictly prohibited from use, except as indicated (example: concrete nails, clinched double nails in concrete pilot holes, rawl spikes, zemac nailins, etc.) C. Wedge type expansion anchors are prohibited at all locations where wedging action would cause spalling or damage to permanent building components. d. Plastic or nylon sleeves, nailins, plugs, cores, etc. are not acceptable as fastener components where exposed to weather. e. All fasteners and other components exposed to weather or in exterior locations must be stainless steel, Monel or other approved corrosion-resistant material or finish. Cadmium-plated or electro-galvanized finishes are not acceptable. f. All fasteners installed in or in contact with type ACQ treated lumber (Yellawood) must be Type 304 or Type 316 stainless steel or be specifically approved for installation in ACQ treated materials. g. Regardless of the fastening system utilized,the Contractor is responsible for sizing, frequency and spacing of fasteners according to substrate, load conditions and FIXED LOUVERS 08 91 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 acceptable engineering practices and Texas Department of Insurance Windstorm Requirements. 2. Bolts, Nuts and Washers: ASTM A325, galvanized to ASTM A153 for galvanized components, stainless steel for stainless steel components. 3. Hardened Steel Self-Threading Screw Anchor ("Tapcon" Anchors): Anchorage to solid or hollow masonry and concrete, stainless steel at exterior locations. 4. Epoxy Resin Adhesive Type: Threaded studs in concrete, brick or concrete masonry, stainless steel. 5. Buildex TEKS self-drilling screws or type required for anchorage to steel. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing, corrosion-resistant coating. 6. For color-finished louvers, use fasteners with heads that match color of louvers. D. Post-installed Fasteners for Concrete and Masonry: Torque-controlled expansion anchors, fabricated from stainless steel components, with allowable load or strength design capacities calculated according to ICC-ES AC193 and ACI 318 greater than or equal to the design load, as determined by testing according to ASTM E488/E488M conducted by a qualified testing agency. E. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M. 2.05 FABRICATION A. Fabricate frames, including integral sills, to fit in openings of sizes indicated, with allowances made for fabrication and installation tolerances, adjoining material tolerances, and perimeter sealant joints. B. Join frame members to each other and to fixed louver blades with fillet welds,threaded fasteners, or both, as standard with louver manufacturer unless otherwise indicated or size of louver assembly makes bolted connections between frame members necessary. 2.06 ALUMINUM FINISHES A. High-Performance Organic Finish, Two-Coat PVDF: Fluoropolymer finish complying with AAMA 2604 and containing not less than 50 percent PVDF resin by weight in color coat. 1. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'written instructions for seacoast and severe environments. 2. Color and Gloss:As selected by Architect from manufacturer's full range. PART 3-EXECUTION 3.01 INSTALLATION A. Locate and place louvers level, plumb, and at indicated alignment with adjacent work. FIXED LOUVERS 08 91 19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. C. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as indicated. D. Protect unpainted galvanized-and nonferrous-metal surfaces that are in contact with concrete, masonry, or dissimilar metals from corrosion and galvanic action by applying a heavy coating of bituminous paint or by separating surfaces with waterproof gaskets or nonmetallic flashing. E. Louvers shall be secured to a structural substrate in accordance with Miami Dade County Product Approval Drawings. F. Install joint sealants as specified in Section 07 92 00. Set sill pan and sheet metal trim in butyl sealant as detailed. 3.02 ADJUSTING A. Restore louvers damaged during installation and construction, so no evidence remains of corrective work. If results of restoration are unsuccessful, as determined by Architect, remove damaged units and replace with new units. END OF SECTION 08 9119 FIXED LOUVERS 08 91 19-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 22 16 - NON-STRUCTURAL METAL FRAMING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Non-load-bearing steel framing systems for interior partitions. 2. Suspension systems for interior ceilings and soffits. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. 1.03 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of code-compliance certification for studs and tracks. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire-Test-Response Characteristics: For fire-resistance-rated assemblies that incorporate non- load-bearing steel framing, provide materials and construction identical to those tested in assembly indicated, according to ASTM E119 by an independent testing agency. 1. Ceiling in Mechanical Room shall be installed in accordance with UIL P523 (1 hour fire- rated). B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated on Drawings, according to ASTM E90 and classified according to ASTM E413 by an independent testing agency. 2.02 FRAMING SYSTEMS A. Framing Members, General: Comply with AISI S220 and ASTM C645, Section 10 for conditions indicated. 1. Steel Sheet Components: Comply with AISI S220 and ASTM C645, Section 10 requirements for metal unless otherwise indicated 2. Protective Coating: Comply with AISI S220; ASTM A653/A653M, G40; or coating with equivalent corrosion resistance. Galvannealed products are unacceptable. a. Coating demonstrates equivalent corrosion resistance with an evaluation report acceptable to authorities having jurisdiction. B. Studs and Track: AISI S220 and ASTM C645, Section 10. NON-STRUCTURAL METAL FRAMING 09 22 16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. ClarkDietrich. b. Marino\WARE. C. Phillips Manufacturing Co. 2. Minimum Base-Steel Thickness: As required by performance requirements for horizontal deflection, 25 Gauge minimum typical. Provide 20 Gauge minimum at all locations with ceramic tile finish. 3. Depth:As indicated on Drawings. C. Slip-Type Head Joints: Where indicated, provide the following: 1. Double-Track System:ASTM C645 top outer tracks, inside track with 2-inch-deep flanges in thickness not less than indicated for studs and fastened to studs, and outer track sized to friction-fit over inner track. D. Firestop Tracks: Top track manufactured to allow partition heads to expand and contract with movement of structure while maintaining continuity of fire-resistance-rated assembly indicated; in thickness not less than indicated for studs and in width to accommodate depth of studs. E. Cold-Rolled Channel Bridging: Steel, 0.0538-inch minimum base-steel thickness, with minimum 1/2-inch-wide flanges. 1. Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches,0.068-inch-thick, galvanized steel. F. Hat-Shaped, Rigid Furring Channels: ASTM C645. 1. Minimum Base-Steel Thickness: 0.0296 inch. 2. Depth: 7/8 inch. 2.03 SUSPENSION SYSTEMS A. Tie Wire: ASTM A641/A641M, Class 1 zinc coating, soft temper, 0.062-inch- diameter wire, or double strand of 0.048-inch-diameter wire. B. Wire Hangers: ASTM A641/A641M, Class 1 zinc coating, soft temper, 0.16 inch in diameter. C. Flat Hangers: Steel sheet, 1 by 3/16 inch by length indicated. D. Carrying Channels (Main Runners): Cold-rolled, commercial-steel sheet with a base-steel thickness of 0.0538 inch and minimum 1/2-inch-wide flanges. 1. Depth: 1-1/2 inches. E. Furring Channels (Furring Members): NON-STRUCTURAL METAL FRAMING 09 22 16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Cold-Rolled Channels: 0.0538-inch uncoated-steel thickness, with minimum 1/2-inch- wide flanges, 3/4 inch deep. 2. Steel Studs and Tracks: ASTM C645. Use either conventional steel studs and tracks or embossed, high-strength steel studs and tracks. a. Minimum Base-Steel Thickness: 0.033 inches or as indicated on drawings. b. Depth: As indicated on Drawings. 3. Hat-Shaped, Rigid Furring Channels:ASTM C645, 7/8 inch deep. a. Minimum Base-Steel Thickness: 0.024 inches. 4. Resilient Furring Channels: 1/2-inch- deep members designed to reduce sound transmission. a. Configuration: Asymmetrical. 2.04 GRID SUSPENSION SYSTEMS A. Grid Suspension Systems for Gypsum Board Ceilings (CONTRACTOR'S OPTION): ASTM C645, direct-hung system composed of main beams and cross-furring members that interlock. B. Refer to specification Section 09 22 26.23 "DRYWALL CEILING GRID SUSPENSION SYSTEMS." 2.05 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Steel Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. PART 3-EXECUTION 3.01 INSTALLATION,GENERAL A. Installation Standard: ASTM C754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C840 that apply to framing installation. B. Install framing and accessories plumb, square, and true to line, with connections securely fastened. C. Install supplementary framing,and blocking to support fixtures,equipment services, heavy trim, grab bars,toilet accessories,furnishings, or similar construction. D. Install bracing at terminations in assemblies. E. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. NON-STRUCTURAL METAL FRAMING 09 22 16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 INSTALLING FRAMED ASSEMBLIES A. Install framing system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. B. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. C. Install studs so flanges within framing system point in same direction. D. Install tracks at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts that penetrate partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb unless otherwise indicated. b. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistance-rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. a. Firestop Track: Where indicated, install to maintain continuity of fire-resistance- rated assembly indicated. 5. Sound-Rated Partitions: Install framing to comply with sound-rated assembly indicated. E. Direct Furring: 1. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder-driven fasteners spaced 24 inches o.c. F. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing. 3.03 INSTALLING CEILING SUSPENSION SYSTEMS A. Install suspension system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. NON-STRUCTURAL METAL FRAMING 09 22 16-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Suspend hangers from building structure as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced installation standards. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Flat Hangers: Secure to structure, including intermediate framing members, by attaching to inserts, eye screws,or other devices and fasteners that are secure and appropriate for structure and hanger, and in a manner that will not cause hangers to deteriorate or otherwise fail. 5. Do not attach hangers to steel roof deck. 6. Do not attach hangers to permanent metal forms. Furnish cast-in-place hanger inserts that extend through forms. 7. Do not attach hangers to rolled-in hanger tabs of composite steel floor deck. 8. Do not connect or suspend steel framing from ducts, pipes, or conduit. D. Fire-Resistance-Rated Assemblies: Wire tie furring channels to supports. Comply with UL P523. E. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. END OF SECTION 09 22 16 NON-STRUCTURAL METAL FRAMING 09 22 16-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 22 26.23 - DRYWALL CEILING GRID SUSPENSION SYSTEMS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Grid suspension systems for drywall ceilings and furring. (CONTRACTOR'S OPTION: Contractor may use this Drywall Ceiling Grid Suspension System in lieu of conventional drywall ceiling suspension systems specified in Section 09 22 16 "Non-Structural Metal Framing".) 1.02 ACTION SUBMITTALS A. Product Data: 1. Grid suspension systems. 1.03 DELIVERY,STORAGE,AND HANDLING A. Notify manufacturer of damaged materials received prior to installation. B. Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. C. Protect cold-formed metal framing from corrosion, deformation, and other damage during delivery, storage, and handling as required by AISI S202, "Code of Standard Practice for Cold-Formed Steel Structural Framing." PART 2-PRODUCTS 2.01 GRID SUSPENSION SYSTEMS A. Grid Suspension Systems for Gypsum Board Ceilings: ASTM C645, direct-hung system composed of main beams and cross-furring members that interlock. Ceiling in Mechanical Room shall also comply with UL P523. 1. Basis of Design: FRAMEALL Flat Drywall Grid as manufactured by Armstrong World Industries, Inc., 877-276-7876,www.armstrongceilings.com/drywall. 2. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Armstrong Ceiling&Wall Solutions b. CertainTeed; SAINT-GOBAIN c. USG Corporation DRYWALL CEILING GRID SUSPENSION SYSTEMS 09 22 26.23- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Steel Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Where recommended by the manufacturer, provide one of the following: 1. Asphalt-Saturated Organic Felt: ASTM D226/D226M,Type I (No. 15 asphalt felt), nonperforated. 2. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size. PART 3-EXECUTION 3.01 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow-metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Suspended Assemblies: Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will develop their full strength. 3.03 INSTALLATION,GENERAL A. Installation Standard: ASTM C754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C840 that apply to framing installation. B. Install framing and accessories plumb, square, and true to line,with connections securely fastened. C. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars,toilet accessories, furnishings, or similar construction. D. Install bracing at terminations in assemblies. E. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. DRYWALL CEILING GRID SUSPENSION SYSTEMS 09 22 26.23-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.04 INSTALLATION OF GRID SUSPENSION SYSTEMS A. Install in accordance with Manufacturer's written instructions. B. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross-furring members to each other and butt-cut to fit into wall track. 3.05 FIELD QUALITY CONTROL A. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. END OF SECTION 09 22 26.23 DRYWALL CEILING GRID SUSPENSION SYSTEMS 09 22 26.23-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 24 23—STUCCO (STO POWERWALL EXTRASEAL) PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes materials and installation of trowel applied air barrier and stucco brown coat over vertical above grade concrete and concrete masonry walls. B. Related Requirements: 1. Section 04 22 00: Concrete Unit Masonry 2. Section 07 21 00:Thermal Insulation 3. Section 07 27 00: Fluid-Applied Air Barrier—Vapor Permeable 4. Section 07 92 00:Joint Sealants 1.03 DEFINITIONS A. Air Barrier Material: A primary element that provides a continuous barrier to the movement of air. B. Air Barrier Accessory:A transitional component of the air barrier that provides continuity. C. Air Barrier Auxiliary Material: A transitional component that provides air barrier continuity furnished by a source other than the primary air barrier manufacturer. D. Air Barrier Assembly: The collection of air barrier materials, accessories and auxiliary materials applied to an opaque wall, including joints and junctions to abutting construction,to control air movement through the wall. 1.04 PRE-INSTALLATION MEETINGS A. Pre-installation Conference 1. Review air barrier and stucco installation requirements and installation details, mock-ups,testing requirements, protection, and sequencing of work. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 REFERENCES A. Building Codes and Standards 2015,2018 IBC International Building Code 2015,2018 IECC International Energy Conservation Code ICC ES AC 11 Acceptance Criteria for Cementitious Exterior Wall Coatings B. ASTM Standards C 926 Standard Specification for Application of Portland Cement-Based Plaster D 4541-09 Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers E 96-00 Test Method for Water Vapor Transmission of Materials E 514 Standard Test Method for Water Penetration and Leakage Through Masonry 1.06 COORDINATION/SCHEDULING A. Remove existing stucco as indicated on the drawings. B. Provide minimum 28 day cure of newly installed concrete and concrete masonry units before the installation of air barrier and stucco components. C. Sequence work such that placement of stucco,stucco primers and finish coats closely follow air barrier installation (90 days maximum between coats)to prevent surfaces from being contaminated by atmospheric conditions, dust, dirt, salts, trades, or other sources of surface contamination. D. Commence the stucco installation after completion of all floor, roof construction and other construction that imposes dead loads on the wall to prevent excessive deflection (and potential cracking) of the stucco. E. Coordinate installation of windows, doors and other wall penetrations to provide a continuous air barrier. F. Install primary air barrier and connecting air barrier components at BEFORE installing stucco accessories. G. Replace existing flashings damaged during removal of existing stucco. H. Install sealants and similar flashing at copings and sills to prevent water entry into the wall assembly immediately after installation of new stucco and after finish coatings are dry. Do not install sealant against stucco finish coat in dynamic joint conditions. I. Attach penetrations through stucco into structural support and provide water tight seal at penetrations. 1.07 SUBMITTALS A. Manufacturer's specifications,details and product data. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Manufacturer's standard warranty. C. Samples for approval as directed by architect or owner. D. Shop drawings: substrate joints, cracks,flashing transitions, penetrations, corners, terminations, and tie-ins with adjoining construction, interfaces with separate materials that form part of the air barrier and stucco wall assembly. 1.08 QUALITY ASSURANCE A. Manufacturer requirements 1. Manufacturer of exterior wall air barrier materials for a minimum of 30 years in North America. 2. Current ISO 9001 Certified Quality System and ISO 14001 Certified Environmental Management System B. Contractor requirements 1. Knowledgeable in the proper use and handling of Sto materials. 2. Employ skilled mechanics who are experienced and knowledgeable in waterproofing, air barrier, and stucco application, and familiar with the requirements of the specified work. 3. Provide the proper equipment, manpower and supervision on the job-site to install the air barrier, and stucco assembly in compliance with the project plans &specifications, shop drawings, and Sto's published specifications and details. C. Regulatory Compliance 1. Primary air barrier material: a. Comply with VOC requirements of SCAQMD Rule 1113. b. Comply with allowable air leakage requirements of ASH RAE 90.1—2016 c. Comply with IRC, IBC,and IECC—2015 or 2018 2. Stucco brown coat a. Comply with ASTM C926 D. Mock-ups 1. Build stand-alone site mock up or sample wall area on as-built construction to incorporate back-up wall construction,typical details covering substrate joints, cracks, flashing transitions, penetrations, corners,terminations,tie-ins with adjoining construction, and interfaces with separate materials that form part of the air barrier and stucco wall assembly.Apply air barrier and scratch coat, stucco brown coat, and stucco primer and finish coat consistent with specified materials and methods of construction. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.09 DELIVERY,STORAGE AND HANDLING A. Deliver all materials in their original sealed containers bearing manufacturer's name and identification of product. B. Protect coatings(pail products)from freezing temperatures and temperatures in excess of 90 degrees F (32 degrees C). Store away from direct sunlight. C. Protect portland cement-based materials (bag products)from moisture and humidity. Store under cover off the ground in a dry location. D. Protect and store accessory and auxiliary products in accordance with manufacturer's written instructions. 1.10 PROJECT/SITE CONDITIONS A. Maintain ambient and surface temperatures above 40 degrees F(4 degrees C)and below 100 degrees F (38 degrees C), during application and drying period, minimum 24 hours after application of materials. B. Provide supplementary heat for installation in temperatures less than 40 degrees F (4 degrees C) or if surface temperature is likely to fall below 40 degrees F (4 degrees C). C. Provide protection of surrounding areas and adjacent surfaces from application of materials. 1.11 WARRANTY A. Provide manufacturer's standard warranty. PART 2-PRODUCTS 2.01 MANUFACTURERS A. BASIS OF DESIGN MANUFACTURER: Sto Corp. B. Obtain primary air barrier,accessory air barrier materials, stucco,stucco primer and finish coat from single source, except stucco brown coat may be any Sto listed ASTM C926 compliant material. 2.02 MATERIALS A. Primary Air Barrier Material: Sto ExtraSeal—single component polymer modified portland cement-based air barrier material. B. Accessory Materials 1. Rough Opening Protection a. Sto RapidGuardT": one component STPE rapid drying gun-applied treatment for sheathing joints, rough openings, seams, cracks, STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 penetrations and other static transitions in above grade wall construction such as: shingle laps over flashing,wall to balcony floor slab or ceiling, and through wall penetrations—pipes, electrical boxes, and scupper penetrations 2. Transition Detail Component a. StoGuard Transition Membrane: flexible air barrier membrane for continuity at transitions—dissimilar materials (CMU to frame wall), masonry control joints, and through wall joints in masonry construction. b. Sto RapidGuard: one component STPE rapid drying gun-applied treatment for sheathing joints, rough openings, seams, cracks, penetrations and other static transitions in above grade wall construction such as: shingle laps over flashing,and through wall penetrations—pipes, electrical boxes, and scupper penetrations. C. Auxiliary Materials 1. Wet sealant: low modulus silicone sealant for expansion joints, medium- low modulus silicone sealant for perimeter seals around windows, doors, and similar through wall penetrations, as recommended by the manufacturer. 2. Pre-cured sealant tape: pre-cured silicone sealant tape for expansion joints or other dynamic joint conditions, as recommended by the manufacturer. 3. Spray foam: a. Sto TurboStick Adhesive b. Dow Great Stuff for Gaps and Cracks D. Patching and Leveling Material for Prepared Concrete and Masonry 1. Sto Leveler and Skim Coat: polymer modified cement-based patch and leveling material for applications up to 1/4 inch in (6 mm) in depth. E. Stucco Brown Coat 1. 102 StoPowerwall Stucco Pre-Blended:fiber reinforced one coat portland cement stucco pre-blended with graded sand, and in compliance with ICC AC 11. See ICC ESR 2323. F. Stucco Crack Defense 1. Sto Mesh with any Sto Base Coat Product: nominal 4.5 oz/yd2 (153 g/m2) glass fiber reinforcing mesh with alkaline resistant coating for compatibility with Sto materials for embedment in Sto base coats (refer to base coat product bulletins) G. Stucco Primers STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. StoPrime—acrylic based tinted primer for fully cured (minimum 28 day old or pH less than 10) stucco surfaces. H. Stucco Finish 1. Any Sto exterior decorative and protective textured finish as selected and approved by the Architect. 2.03 PERFORMANCE REQUIREMENTS(AIR BARRIER) A. Water Penetration: ASTM E 514, no water penetration through concrete masonry after 4-hour spray period B. Adhesion:ASTM D 4541, >50 psi (345 kPA)on prepared CMU substrates C. Water vapor permeance:ASTM E 96 Method B, minimum 5 perms (286 ng/Pa•s•m2) D. Air permeance:ASTM E 2178, <0.004 cfm/ft2 (0.02 L/s-m2)air leakage at 1.57 psf(75 Pa) E. Field adhesion testing: ASTM D 4541, strength requirements as dictated by design professional based on exposure conditions such as building height, orientation, climate, and building design F. Surface burning:ASTM E 84, <25 flame spread and<450 smoke developed G. Building envelope air leakage: ASTM E 779 or 1827, <0.4 cfm/ft2 (2.0 L/s•m2) H. Volatile Organic Compounds:SCAQMD Rule 1113, primary air barrier material, <50 g/L 2.04 DESIGN REQUIREMENTS A. Concrete Masonry(CMU) 1. CMU shall have flush joints. B. Moisture Control 1. Prevent the accumulation of water in the wall assembly and behind the exterior wall cladding: a. Drain water directly to the exterior where it is likely to penetrate components in the wall assembly(windows and doors,for example). b. Provide corrosion resistant flashing to direct water to the exterior in accordance with code requirements, including: above window and door heads, beneath window and door sills, at roof/wall intersections,floor lines, decks, intersections of lower walls with higher walls, and at the base of the wall. c. Air Leakage Prevention—prevent excess air leakage in the design and detailing of the wall assembly. Provide continuity between air barrier components in the wall assembly. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 d. Vapor Diffusion and Condensation—perform a dew point analysis of the wall assembly to determine the potential for accumulation of moisture in the wall assembly as a result of water vapor diffusion and condensation. Adjust wall assembly components accordingly to minimize the risk of condensation. Avoid the use of vapor retarders on the interior side of the wall in warm, humid climates. e. Protect rough openings with StoGuard rough opening treatment extended no further than the stucco termination accessory expanded flange (as Sto ExtraSeal will not adhere to some StoGuard rough opening treatments). Refer to Sto Guide Details. f. Where casing bead is used back-to-back at expansion joints, back joints with appropriate StoGuard Transition Membrane. Refer to Sto Guide Details. g. Seal accessory butt joints with sealant. C. Air Barrier Continuity: provide continuous air barrier assembly of compatible air barrier components. D. Substrates 1. Provide surface plane tolerance not to exceed%inch in 10 feet (6 mm in 3.0 m). 2. Remove form ties,trim projecting concrete and fill honeycombs or other surface defects with appropriate patch or levelling material. 3. Concrete Masonry—provide concrete masonry units with flush joints,free of efflorescence, coatings, salts, or other surface contamination, weak surfaces or other surface conditions that could interfere with adhesion (refer to Section 3.2B1). 4. Do not install air barrier, stucco, primers or finishes over efflorescence, laitance or weak surface conditions, painted, coated, salt-contaminated, non- absorbent, smooth, or any concrete or CMU substrate where adhesion is in question,or when total stucco thickness—skim coat, scratch coat, and brown coat—will exceed 5/8 inch (16 mm). Use appropriate metal plaster base in these cases for the stucco assembly. PART 3 - EXECUTION 3.01 EXAMINATION A. Inspect concrete masonry surfaces for: 1. Contamination—algae, dirt, dust,efflorescence,form oil,fungus,grease, mildew or other foreign substances. 2. Surface deficiencies—weak,friable,chalkiness, laitance, bugholes, honeycombs,and spalls. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Cracks—measure crack width and record location of cracks. 4. Damage or deterioration. 5. Moisture damage— record any areas of moisture damage or excess moisture. B. Correct deviations from the requirements of project specifications or other conditions that might adversely affect the air barrier installation. Do not start work until deviations are corrected. 3.02 SURFACE PREPARATION A. Concrete Masonry Units 1. Remove projecting joint mortar so it is even with the plane of the wall. Remove surface contaminants such as efflorescence, existing paint or coatings, or any other surface contamination by chemical or mechanical means. Pre-moisten the surface with waterjust prior to placement of air barrier. Verify adhesion with load tests after stucco/air barrier assembly has fully cured (28 days) on mock-up wall, and throughout the project as directed in 1.9,Testing. B. For Paragraph A above,where bond inhibiting material cannot be removed, where concrete or masonry surface irregularities are such that more than 5/8 inch (16 mm) of stucco (including Sto ExtraSeal skim coat and scratch coat, stucco brown coat) must be applied, or where the surface is too smooth, dense, or non-absorbent to receive the air barrier or stucco components, install furred or self-furred lath as specified by the design professional. Verify adequacy of lath attachment with respect to design wind pressures. Do not install stucco over unprepared substrates or any substrate where adhesion is in question. (Note:where metal lath is used Sto Flexyl or Sto Watertight Coat may be installed over the stucco brown coat as an air/moisture barrier with proper integration of other air barrier materials). 3.03 INSTALLATION A. Coordinate work with other trades to ensure air barrier continuity with connections at foundation,floor lines, flashings, lintels and shelf angles, openings and penetrations such as pipes,vents, windows and doors, masonry anchors, rafters or beams,joints in construction, projections such as decks and balconies, and roof line. B. Install materials only when surface and ambient temperature are minimum 40 degrees F(4 degrees C) and rising during application and drying period and below 100 degrees F (38 degrees C). Install air barrier material to dry or damp surfaces (no standing or glistening water). C. Mix, apply,store, and handle materials in accordance with manufacturer's written instructions. D. Skim Coat STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Concrete Masonry—install one liberal coat of Sto ExtraSeal in a uniform, continuous application by trowel at 1/16-1/8 inch (1.6-3 mm) thick. Surface must be free of voids and pinholes when dry. Final application must not show CMU surface texture orjoints. Do not install over working or moving joints or joint sealants. E. Rough Opening Protection: 1. Install Sto RapidGuard over rough opening and lap onto Sto ExtraSeal minimum 2 inches (51 mm). Do not install Sto ExtraSeal over Sto RapidGuard. Limit extension of Sto RapidGuard to coincide with ends of expanded flange accessories. Refer to Sto Guide Detail 65c.25. F. Transitions 1. Install air barrier accessory material or auxiliary material at transition areas: foundation, floor lines,flashings, lintels and shelf angles, openings and penetrations such as pipes,vents, windows and doors, masonry anchors, rafters or beams,joints in construction, projections such as decks and balconies, and roof line. Refer to Sto Guide Details 65c.xx. Limit extension of transition materials to limit of expanded flange accessories at stucco terminations. G. Stucco Accessories 1. Install stucco accessories—casing beads,expansion and control joints—over air barrier with appropriate fasteners into supporting construction as required by ASTM C926. H. Scratch Coat 1. Scratch coat: apply an approximate 14 inch (6 mm) scratch coat of Sto ExtraSeal by trowel minimum 24 hours after the skim coat application is dry. Scratch the surface horizontally with a stucco rake tool. I. Brown Coat 1. Brown coat: allow scratch coat to dry minimum 24 hours and install stucco brown coat in accordance with applicable codes and manufacturer's requirements. Limit total thickness, including Sto ExtraSeal skim coat and scratch coat, and stucco brown coat,to 5/8 inches (16 mm) maximum. Moist cure the brown coat in accordance with ASTM C926. J. Crack Defense 1. Apply base coat over the moist cured stucco brown coat with appropriate spray equipment or a stainless steel trowel to a uniform thickness of approximately% inch (3 mm).Work horizontally or vertically in strips of 40 inches (1016mm), and immediately embed the mesh into the wet base coat by troweling from the center to the edge of the mesh. Overlap mesh not less than 2-% inches (64 mm) at mesh seams and at overlaps of detail mesh. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 Feather seams and edges.Avoid wrinkles in the mesh.The mesh must be fully embedded so that no mesh color shows through the base coat when it is dry. Re-skim with additional base coat if mesh color is visible. Do not install base coat or mesh over joints or accessories in the stucco wall assembly. K. Primer Installation 1. StoPrime—Moist cure stucco brown coat for a minimum of 48 hours. Wait until stucco is 28 days old or the pH level of the surface is below 10 before applying primer.Age of stucco must be minimum 28 days before application of finish or pH must be below 10. L. Finish Installation 1. Apply finish to primed stucco and foam build-outs when dry.Apply finish by spraying or troweling with a stainless steel trowel, depending on the finish specified. Follow these general rules for application of finish: a. Allow 28 day stucco age or check for pH < 10 before applying finish. b. Avoid application in direct sunlight. c. Apply finish in a continuous application, and work a wet edge towards the unfinished wall area. Work to an architectural break in the wall before stopping to avoid cold joints. d. Weather conditions affect application and drying time. Hot or dry conditions limit working time and accelerate drying. Adjustments in the scheduling of work may be required to achieve desired results; cool or damp conditions extend working time and retard drying and may require added measures of protection against wind, dust, dirt, rain and freezing. Adjust work schedule and provide protection. e. Float"R" (rilled or swirl texture)finishes with a plastic float to achieve their rilled texture f. Do not install separate batches of finish side-by-side. g. Do not apply finish into or over sealant joints or joint accessories. Apply finish to outside face of wall only. h. Do not apply finish over irregular, high pH, or unprepared surfaces, or surfaces not in compliance with the requirements of the project specifications. 3.04 FIELD QUALITY CONTROL A. Owner's qualified testing agency or building envelope consultant shall perform inspections and tests. B. Inspections: air barrier materials are subject to inspection to verify compliance with requirements. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Condition of substrates and substrate preparation. 2. Installation of primary air barrier material, accessory materials, and compatible auxiliary materials over structurally sound substrates and in conformance with architectural design details, contractor's shop drawings, project mock-up, and manufacturer's written installation instructions. 3. Air barrier continuity and connections without gaps and holes at foundation,floor lines, flashings, lintels and shelf angles, openings and penetrations such as pipes,vents, windows and doors, masonry anchors, rafters or beams,joints in construction, projections such as decks and balconies, and roof line. C. Tests: air barrier materials and assembly are subject to tests to verify compliance with performance requirements: 1. Qualitative air leakage test:ASTM E 1186 2. Quantitative air leakage test:ASTM E 779,ASTM E 783, and ASTM E 1827 3. Adhesion test: ASTM D 4541 D. Repair non-conforming substrates and air barrier material installation to conform with project requirements. E. Take corrective action to repair and replace, or reinstall materials,seal openings, gaps, or other sources of air leakage to conform with project performance requirements. 3.05 PROTECTION A. Provide protection of installed materials from water infiltration into or behind them. B. Provide protection of installed materials from dust,dirt,salts, or other surface contamination, precipitation, and freezing. C. Provide protection of installed primer and finish from dust, dirt,salts, precipitation, freezing and continuous high humidity until fully dry. 3.06 CLEANING,REPAIR AND MAINTENANCE A. Clean and maintain the stucco finish for a fresh appearance and to prevent water entry into and behind the stucco. Repair cracks, impact damage, spalls or delamination promptly. B. Maintain adjacent components of construction such as sealants,joints in construction, windows, doors, and flashing,to prevent water entry into the wall assembly. STUCCO(STO POWERWALL EXTRASEAL) 09 24 23- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Refer to Sto restore Repair and Maintenance Guide (restore Program)for detailed information on stucco restoration—cleaning, repairs, recoating, resurfacing and refinishing, or re-cladding. END OF SECTION 09 24 23 STUCCO(STO POWERWALL EXTRASEAL) 09 24 23- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 29 00 -GYPSUM BOARD PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Interior gypsum board. 2. Tile backing panels. 3. Texture finishes. 1.02 ACTION SUBMITTALS A. Product Data: 1. Gypsum wallboard. 2. Gypsum board,Type X. 3. Mold-resistant gypsum board. 4. Glass-mat, water-resistant backing board. 5. Cementitious backer units. 6. Interior trim. 7. Joint treatment materials. 8. Sound-attenuation blankets. 9. Acoustical sealant. 10. Textured finishes. B. Samples: 1. Submit samples for each texture finish indicated on the same backing indicated for Work. 2. Submit full size samples in 12-inch-long lengths for each exposed trim accessory indicated. 1.03 QUALITY ASSURANCE A. Single-Source Responsibility for Panel Products: Obtain each type of gypsum board and other panel products from a single manufacturer. B. Single-Source Responsibility for Finishing Materials: Obtain finishing materials from either the same manufacturer that supplies gypsum board and other panel products or from a manufacturer acceptable to gypsum board manufacturer. GYPSUM BOARD 09 29 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Mockups: Before beginning gypsum board installation, install mockups of at least 100 sq. ft. in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for the following: a. Each level of gypsum board finish indicated for use in exposed locations. 2. Apply or install final decoration indicated, including painting and wallcoverings, on exposed surfaces for review of mockups. 3. Simulate finished lighting conditions for review of mockups. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completions. 1.04 DELIVERY,STORAGE AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Stack gypsum panels flat to prevent sagging. C. Handle gypsum board to prevent damage to edges,ends and surfaces. Do not bend or otherwise damage metal corner beads and trim. 1.05 FIELD CONDITIONS A. Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Installation of gypsum board joint treatments shall not start until the space to receive gypsum board joint treatments is heated to maintain a continuous and uniform temperature of not less than 55 deg. F, from one week prior to beginning of joint treatment until joint treatment is completed and thoroughly dry. Ventilation, either natural or supplied by fans, circulators or air conditioning systems shall be provided to remove excess moisture during joint treatment. Temperature requirements may be waived only on recommendation of gypsum board manufacturer. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E119 by an independent testing agency. 1. Fire-Resistance-Rated Assemblies: indicated by design designations from UL's "Fire Resistance Directory." GYPSUM BOARD 09 29 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E90 and classified according to ASTM E413 by an independent testing agency. 1. STC-Rated Assemblies: Indicated by design designations form GA-600, "Fire Resistance Design Manual." 2.02 GYPSUM BOARD,GENERAL A. General: For fire-rated assemblies, provide materials, including accessories and fasteners produced by one manufacturer, or,when products of more than one manufacturer are used in a rated system,they shall be acceptable to authorities having jurisdiction. B. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.03 INTERIOR GYPSUM BOARD A. Gypsum Wallboard: ASTM C1396/C1396M. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Gypsum. b. Certainteed; SAINT-GOBAIN. C. Georgia-Pacific Gypsum LLC. d. National Gypsum Company. e. USG Corporation. 2. Thickness at Vertical Surfaces: 5/8 inch,Type X. 3. Thickness at Interior Ceiling Surfaces: 1/2 inch. 4. Long Edges: Tapered. B. Gypsum Board,Type X: ASTM C1396/C1396M. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Gypsum. b. Certainteed; SAINT-GOBAIN. C. Georgia-Pacific Gypsum LLC. d. National Gypsum Company. e. USG Corporation. GYPSUM BOARD 09 29 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Thickness: 5/8 inch,Type X. 3. Long Edges: Tapered. 4. Location:Vertical surfaces,where required for fire-resistance-rated assembly, and where indicated on Drawings. C. Moisture and Mold-Resistant Gypsum Board: ASTM C1396/C13961M. With moisture- and mold- resistant core and paper surfaces. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. American Gypsum. b. Certainteed; SAINT-GOBAIN. C. Georgia-Pacific Gypsum LLC. d. National Gypsum Company. e. USG Corporation. 2. Core: 5/8 inch,Type X. 3. Long Edges:Tapered. 4. Mold Resistance: ASTM D3273, score of 10 as rated according to ASTM D3274. 2.04 TILE BACKING PANELS A. Glass-Mat, Water-Resistant Backing Board: ASTM C1178/C1178M, with manufacturer's standard edges. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Georgia-Pacific Gypsum LLC.: Dens-Shield Tile Backer. b. National Gypsum Company: GOLD BOND Brand E22P. C. USG Corporation: Securock Glass Mat Sheathing. 2. Core: 5/8 inch,Type X. 3. Mold Resistance: ASTM D3273, score of 10 as rated according to ASTM D3274. B. Cementitious Backer Units:ANSI A118.9 and ASTM C1288 or ASTM C1325, with manufacturer's standard edges. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. C-Cure. b. Certainteed; SAINT-GOBAIN. GYPSUM BOARD 09 29 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Custom Building Products. d. James Hardie Building Products, Inc. e. National Gypsum Company. f. USG Corporation. 2. Thickness: 1/2 inch. 3. Mold Resistance: ASTM D3273, score of 10 as rated according to ASTM D3274. C. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each area and correspond with support system indicated. 2.05 TRIM ACCESSORIES A. Interior Trim: ASTM C1047;formed metal sheet steel zinc coated by hot-dipped process. 1. Shapes indicated below by reference to Fig.1 designations in ASTM C 1047: a. Cornerbead, Impact-resistant (PR1): Pittcon SO-HSN-90, Fry DMCT-1250 or equivalent: Use at outside corners. b. Channel Reveal: Pittcon SWR Series, Fry DCS, or equivalent. C. LC-Bead: J-shaped; exposed long flange receives joint compound; use at exposed panel edges. d. U-Bead: J-shaped; exposed short flange does not receive joint compound: Use where indicated. e. Expansion (control)joint: One-piece control joint formed with V-shaped slot, with removeable strip covering slot opening. Use where indicated. f. Curved-Edge Cornerbead:With notched or flexible flanges; use at curved openings. 2.06 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C475/C475M and with the recommendations of both the manufacturers of the products and joint treatment materials for each application indicated. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Tile Backing Panels: As recommended by panel manufacturer. C. Joint Compound for Interior Gypsum Board: For each coat, use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints,fasteners,and trim flanges, use setting-type taping compound. 3. Fill Coat: For second coat, use setting-type, sandable topping compound. GYPSUM BOARD 09 29 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. Finish Coat: For third coat, use drying-type, all purpose compound. 5. Skim Coat: For final coat of Level 5 finish, use drying-type, all-purpose compound. D. Joint Compound for Tile Backing Panels: 1. Glass-Mat, Water-Resistant Backing Panel: Use setting-type taping and setting-type, sandable topping compounds. 2. Cementitious Backer Units:As recommended by backer unit manufacturer. 2.07 AUXILIARY MATERIALS A. Provide auxiliary materials that comply with referenced installation standards and manufacturer's written instructions. B. Steel Drill Screws: ASTM C1002 unless otherwise indicated. 1. Use screws complying with ASTM C954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. C. Sound-Attenuation Blankets: ASTM C665,Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. 1. Fire-Resistance-Rated Assemblies: Comply with mineral-fiber requirements of assembly. 2. Product: Subject to compliance with requirements, provide one of the following: a. Roxul AFB; Roxul Inc. b. Rockwool Acoustic Slabs; Rockwool Ltd. C. SAFB Blankets;Thermafiber LLC. D. Acoustical Sealant for Exposed and Concealed Joints: Nonsag, paintable, nonstaining, latex sealant, with a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpard D (EPA Method 24), complying with ASTM C 834 that effectively reduces airborne sound transmission through perimeter joints and opening in building construction as demonstrated by testing representative assemblies according to ASTM E 90. One of the following: 1. SHEETROCK Acoustical Sealant; U.S. Gypsum. 2. AC-20 FTR; Pecora. 3. Sealant shall comply with the testing and product requirements of the California Department of Public Health's "Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions from Indoor Sources Using Environmental Chambers." E. Laminating Adhesive: Adhesive recommended by the manufacturer for directly adhering gypsum panels to continuous substrate. GYPSUM BOARD 09 29 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.08 TEXTURE FINISHES A. Primer:As recommended by textured finish manufacturer. B. Textured finish as directed by Architect. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates to which gypsum board assemblies attach or abut, installed door frames and structural framing with Installer present for compliance with requirements for installation tolerances and other conditions affecting performance of assemblies specified in this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 APPLYING AND FINISHING PANELS A. Gypsum Board Application and Finishing Standards: Install and finish gypsum panels to comply with ASTM C 840, GA-216, and the gypsum board manufacturer's recommendations, where standards conflict, the more stringent shall apply. Install specialty gypsum board as specified below except where manufacturer's instructions conflict;follow manufacturer's instructions for specialty performance board to maintain warranty coverage. B. Install sound attenuation blankets before installing gypsum panels, unless blankets are readily installed after panels have been installed on one side. C. Single-Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to the greatest extent possible and at right angles to framing, unless otherwise indicated. Install ceiling board panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in the central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. 2. On partitions/walls,apply gypsum panels vertically(parallel to framing), unless otherwise indicated or required by fire-resistance-rated assembly, and minimize end joints or avoid them entirely. a. Stagger abutting end joints not less than one framing member in alternate courses of board. b. At high walls, install panels horizontally, unless otherwise indicated or required by fire-resistance-rated assembly. D. Multilayer Application: 1. On ceilings, apply gypsum board indicated for base layers before applying base layers on walls/partitions; apply base layers in the same sequence.Apply base layers at right angles to framing members and offset face layer joints one framing member, 16 inches minimum, from parallel base joints, unless otherwise indicated or required by fire- resistance-rated assembly. GYPSUM BOARD 09 29 00-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. On partitions/walls: Apply gypsum board indicated for base layers and face layers vertically (parallel to framing) with joints of base layers located over stud or furring member and face-layer joints offset at least one stud or furring member with base-layer joints, unless otherwise indicated or required by fire-resistance-rated assembly. Stagger joints on opposite side of partitions. E. Single-Layer Fastening Methods: Apply gypsum panels to supports with steel drill screws. F. Multi-Layer Fastening Methods: Fasten base layers and face layers separately to supports with screws. G. Laminating to Substrate: Where gypsum panels are indicated as directly adhered to a substrate (other than studs,furring members, or base layer of gypsum board), comply with gypsum board manufacturer's written recommendations and temporarily brace or fasten gypsum panels until fastening adhesive has set. H. Tile Backing Panels: 1. Cementitious Backer Unit Application: ANSI A108.11 at showers, where substrates are indicated to receive Tile Units having a face dimension greater than 8 by 8 inches, and where otherwise indicated. 2. Glass-Mat, Water-Resistant Backing Panel: Install with 1/4-inch gap where panels abut other construction or penetrations. I. Install gypsum panels with face side out. Do not install imperfect, damaged, or damp panels. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. J. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back-blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite side of partitions. K. Attach gypsum panels to steel studs so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. L. Attach gypsum panels to framing provided at openings and cutouts. M. Cover both faces of steel stud partition framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Fit gypsum panels around ducts, pipes and conduits. 2. Where partitions intersect open exterior and interior wall kickers, and other structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by the wall kickers and other structural members; allow 1/4- to 3/8- inch-wide joints to install sealant. 3. Where chase walls are shown, provide bracing between parallel rows of studs. Unless otherwise shown, provide gypsum board braces no less than 1/2-inch thick by 12 inches wide and cut to width of chase. Locate at quarter points in wall height between each pair of parallel studs. Fasten with not less than 3 screws at each stud. GYPSUM BOARD 09 29 00-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 N. Isolate perimeter of non-load-bearing gypsum board partitions at structural abutments, except floors. Provide 1/4-to 1/2-inch-wide spaces at these locations,and trim edges with U-bead edge trim where edges of gypsum panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. O. STC-Rated Assemblies:Seal construction at perimeters,behind control and expansion joints,and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and manufacturer's written recommendations for locating edge trim and closing off sound-flanking paths around or through gypsum board assemblies, including sealing partitions above acoustical ceilings. P. Cut openings in gypsum board for electrical outlets, piping and other penetrations. Maintain close tolerances so that edges will be covered by plates and escutcheons.Cut both face and back paper. Do not install electrical outlets back-to-back on opposing sides of partitions. Q. Space fasteners in gypsum panels according to referenced gypsum board application and finishing standard and manufacturer's written recommendations. 1. Space screws a maximum of 12 inches o.c.for vertical applications. 2. Space fasteners in panels that are tile substrates a maximum of 8 inches o.c. 3. Install fasteners not less than 3/8-inch from ends or edges of gypsum board sheets, spacing fasteners opposite each other on adjacent ends or edges. 4. Begin fastening from center of gypsum board and proceed toward edges and corners. 5. Apply pressure on surface of gypsum board adjacent to fasteners being driven to insure that gypsum board will be secured tightly to supporting members. a. Drive fastener with shank perpendicular to face of board. b. Drive screws with a power screwdriver as recommended by gypsum board manufacturer. Set heads of screws slightly below surface of paper without cutting paper. 3.03 INSTALLING TRIM ACCESSORIES A. General: Fasten trim accessories according to manufacturer's written instructions for type, length, and spacing of fasteners. B. Install corner beads at external corners. C. Install interior trim accessories where edge of gypsum panels would otherwise be exposed or semi-exposed. Provide interior trim accessories with face flange formed to receive joint compound. D. Install aluminum trim accessories where indicated. E. Install control joints in locations indicated and where directed by the Architect for visual effect, or if not indicated or directed by the Architect, provide control joints in accordance with ASTM C 840 which is as follows: GYPSUM BOARD 09 29 00-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Where a partition, wall or ceiling traverses a construction joint (expansion, seismic or building control element) in the base building structure. 2. Where a wall or a partition runs in an uninterrupted straight plane exceeding 30 linear feet. 3. Control joints in interior ceilings with a perimeter relief shall be installed so that linear dimensions between control joints do not exceed 50 feet and total area between control joints does not exceed 2500 square feet. 4. Control joints in interior ceilings without perimeter relief shall be installed so that linear dimensions between controls joints do not exceed 30 feet and total area between control joints does not exceed 900 square feet. 5. A control joint or intermediate blocking shall be installed where ceiling framing members change direction. 3.04 FINISHING GYPSUM BOARD ASSEMBLIES A. General: Apply joint treatment at gypsum board joints, flanges of interior trim and aluminum trim accessories, interior angles, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration and levels of gypsum board finish indicated. Produce surfaces free of tool marks and ridges ready for decoration of type indicated. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Cementitious Backer Units: Finish according to manufacturer's written instructions. E. Glass-Mat, Water-Resistant Backing Panels: Do not use paper tape and joint compound. Finish according to manufacturer's written instructions. F. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C840: 1. Level 1: Embed tape at joints in ceiling plenum areas, concealed areas, and where indicated, unless a higher level of finish is required for fire-resistance-rated assemblies and sound-rated assemblies. 2. Level 2: Embed tape and apply separate first coat of joint compound to tape, fasteners and trim flanges where panels are substrate for tile and where indicated. 3. Level 3:Typically not used. 4. Level 4: Embed tape and apply separate first, fill and finish coats of joint compound to tape, fasteners, and trim flanges at panel surfaces that will be exposed to view, unless otherwise indicated. 5. Level 5: Embed tape and apply separate first, fill and finish coats of joint compound to tape, fasteners, and trim flanges, and apply skim coat of joint compound over entire GYPSUM BOARD 09 29 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 surface where gypsum board is indicated to receive wall coverings, semi-gloss and high gloss paints, and Italian plaster. 3.05 CLEANING AND PROTECTION A. Clean floors of all gypsum board debris and leave broom clean. Excess material,scaffolding,tools and equipment are to be removed upon completion of the Work. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. END OF SECTION 09 29 00 GYPSUM BOARD 09 29 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 30 13 - CERAMIC TILING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Porcelain tile. 2. Glazed wall tile. 3. Transition strips for floors. 4. Edge protection for tiled edges and outside corners. 5. Tile backing panels. 6. Waterproof membranes. 7. Crack isolation membranes. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: 1. Each type and composition of tile and for each color and finish required. 1.03 QUALITY ASSURANCE A. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of each type of floor tile installation. 2. Build mockup of each type of wall tile installation. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. PART 2-PRODUCTS 2.01 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide Standard-grade tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. CERAMIC TILING 09 30 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 TILE PRODUCTS A. Porcelain Floor Tile -Type TL1: 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Basis of Design: BPI/ANATOLIA 2. Product Name: Belgian Linen, Matte 3. Product Number: 4500-0087-1 4. Tile Color: Natural 5. Face Size: 12 by 24 inches, Rectified. 6. Thickness: 9 mm. 7. Dynamic Coefficient of Friction: Not less than 0.50. 8. Installation Method: Staggered. 9. Grout and Mortar Color: Laticrete#93 Fossil B. Porcelain Floor Tile -Type TL2: 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Basis of Design: BPI/ANATOLIA 2. Product Name: Belgian Linen, Matte 3. Product Number: 4501-0033-1 4. Tile Color: Natural 5. Face Size: 2 by 2 inches, Mosaic. 6. Thickness: 9 mm. 7. Dynamic Coefficient of Friction: Not less than 0.50. 8. Installation Method: Monolithic 12 by 12 inch sheets. 9. Grout and Mortar Color: Laticrete#93 Fossil. C. 4mm Glass Wall Tile-Type TL3: 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Basis of Design: Lunggarno. 2. Product Name: Urban Textures Contempo. 3. Product Number: UTC08 4. Module Size: 3 by 6 inches. CERAMIC TILING 09 30 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Thickness: 4 mm 6. Tile Color: Sky Blue. 7. Grout and Mortar Color: Laticrete#93 Fossil. 8. Installation Method: Horizontal Stack. D. Porcelain Wall Tile-Type TL4: 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Basis of Design: BPI/ANATOLIA 2. Product Name: Belgian Linen, Matte 3. Product Number: 4500-0075-1 4. Tile Color: Ivory. 5. Face Size: 12 by 24 inches, Rectified. 6. Thickness: 9 mm. 7. Installation Method: Staggered. 8. Grout and Mortar Color: Laticrete#93 Fossil. E. Accessories: Provide vitreous china accessories of type and size indicated, suitable for installing by same method as used for adjoining wall tile. 1. One soap holder for each shower and tub indicated. 2. Color and Finish: Match adjoining glazed wall tile. 2.03 FINISHING AND EDGE PROTECTION A. General: Furnish and install edge protection profiles for tiled edges and outside corners of tiled surfaces where indicated on drawings. B. Edge Protection Profiles: 1/2" high, Satin anodized aluminum. 1. Basis of Design: Schluter Systems QUADEC Finishing and edge protection profiles with a squared reveal surface. 2. Finish: as selected by Architect from manufacturer's full line of colors and textures. 3. Profiles: End cap, outside or inside corner as selected by Architect from manufacturer's full selection of profile types. 2.04 THRESHOLD TRANSITION STRIPS A. General: Furnish and install transition strips as required to provide transition between adjacent floor finishes. CERAMIC TILING 09 30 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.05 TILE BACKING PANELS A. Cementitious Backer Units:ANSI A118.9 or ASTM C1325,Type A. 1. Thickness: 5/8 inch. 2.06 MORTAR BED BOND COAT A. Modified Dry-Set Cement Mortar, Extended Set, Commercial Grade thinset: 1. ANSI A118.4,ANSI A118.11, and ISO 13007 C2EP1. 2.07 MORTAR BED A. Rapid-Setting, Pre-Blended, Polymer-Modified,Thick-Bed, Sloping Mortar. 1. Product Subject to compliance with requirements. 2. Reinforcing Wire Fabric: Galvanized, welded wire fabric, 2 by 2 inches (50.8 by 50.8 mm) by 0.062-inch (1.57-mm) diameter; comply with ASTM A185 and ASTM A82 except for minimum wire size. 2.08 WATERPROOF MEMBRANES A. General: Manufacturer's standard product that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Waterproof Membrane, Fluid-Applied: Liquid-latex rubber or elastomeric polymer. 2.09 CRACK ISOLATION MEMBRANES A. General: Manufacturer's standard product that complies with ANSI A118.12 for high performance and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Crack Isolation Membrane, Fabric-Reinforced, Fluid-Applied: System consisting of liquid-latex rubber or elastomeric polymer and fabric reinforcement. 2.10 SETTING MATERIALS A. Water-Cleanable,Tile-Setting Epoxy: ANSI A118.3. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. ARDEX Americas. b. Atlas Minerals & Chemicals, Inc. C. Bostik; Arkema. CERAMIC TILING 09 30 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 d. C-Cure. e. Custom Building Products. f. Jamo Inc. g. Laticrete International, Inc. h. MAPEI Corporation. i. Parex USA, Inc. j. Sakrete; CRH Americas, Oldcastle APG. k. Southern Grouts & Mortars, Inc. I. Summitville Tiles, Inc. 2.11 GROUT MATERIALS A. Water-Cleanable Epoxy Grout:ANSI A118.3, with a VOC content of 65 g/L or less. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. ARDEX Americas. b. Atlas Minerals &Chemicals, Inc. C. Bostik; Arkema. d. C-Cure. e. Custom Building Products. f. Jamo Inc. g. Laticrete International, Inc. h. MAPEI Corporation. i. Parex USA, Inc. j. Sakrete; CRH Americas, Oldcastle APG. k. Sika Corporation. I. Southern Grouts & Mortars, Inc. M. Summitville Tiles, Inc. PART 3-EXECUTION 3.01 EXAMINATION CERAMIC TILING 09 30 13-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 A. Examine substrates, areas, and conditions where tile will be installed,with Installer present,for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that substrates for setting tile are firm; dry; clean; free of coatings that are incompatible with tile-setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that concrete substrates for tile floors installed with adhesives or thinset mortar comply with surface finish requirements in ANSI A108.01 for installations indicated. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with adhesives or thinset mortar with trowelable leveling and patching compound specifically recommended by tile-setting material manufacturer. B. Where indicated, prepare substrates to receive waterproof membrane by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped 1/4 inch per foot toward drains. C. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.03 INSTALLATION A. Comply with TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation" for TCNA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 series "Specifications for Installation of Ceramic Tile" that are referenced in TCNA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. 1. For the following installations, follow procedures in the ANSI A108 series of tile installation standards for providing 95 percent mortar coverage: a. Tile floors in wet areas. b. Tile floors consisting of tiles 8 by 8 inches or larger. C. Tile floors consisting of rib-backed tiles. B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces.Carefully grind cut edges of tile abutting trim,finish,or built-in items for straight CERAMIC TILING 09 30 13-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges. E. Provide aluminum finishing and edge protection where indicated on the drawings. F. Where accent tile differs in thickness from field tile, vary setting bed thickness so that tiles are flush. G. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. H. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1. Glass Wall Tile: 1/16 inch. 2. Porcelain Tile: 3/16 inch. I. Expansion Joints: Provide expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Where joints occur in concrete substrates, locate joints in tile surfaces directly above them. J. Threshold transition strips: Install where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with or below top of tile and no threshold is indicated. 1. Sloped transition strips shall comply with the Texas Accessibility Standards. K. Floor Sealer: Apply floor sealer to grout joints in tile floors according to floor-sealer manufacturer's written instructions.As soon as floor sealer has penetrated groutjoints, remove excess sealer and sealer from tile faces by wiping with soft cloth. L. Install tile backing panels and treat joints according to ANSI A108.11 and manufacturer's written instructions for type of application indicated. Use modified dry-set mortar for bonding material unless otherwise directed in manufacturer's written instructions. M. Install waterproof membrane to comply with ANSI A108.13 and manufacturer's written instructions to produce waterproof membrane of uniform thickness that is bonded securely to substrate. N. Install crack isolation membrane to comply with ANSI A108.17 and manufacturer's written instructions to produce membrane of uniform thickness that is bonded securely to substrate. 3.04 INTERIOR CERAMIC TILE INSTALLATION SCHEDULE A. Interior Floor Installations, Concrete Subfloor: 1. TCNA F115:Thinset mortar; epoxy grout. a. Ceramic Tile Type:TL1 &TL2. CERAMIC TILING 09 30 13-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Thinset Mortar: Standard dry-set Modified dry-set Improved modified dry-set mortar. C. Grout: Water-cleanable epoxy grout. 2. TCNA F131: Water-cleanable, tile-setting epoxy; epoxy grout. a. Ceramic Tile Type:TL1 &TL2. b. Grout: Water-cleanable epoxy grout. B. Interior Wall Installations, Masonry or Concrete: 1. TCNA W202:Thinset mortar. a. Ceramic Tile Type:TL3,TL4. b. Thinset Mortar: Standard dry-set Modified dry-set Improved modified dry-set mortar. C. Grout: Water-cleanable epoxy grout. C. Interior Wall Installations,Wood or Metal Studs or Furring: 1. TCNA W242: Organic adhesive on gypsum board. a. Ceramic Tile Type:TL3,TL4. b. Grout: Water-cleanable epoxy grout. 2. TCNA W244C or TCNA W244F: Thinset mortar on cementitious backer units or fiber- cement backer board over vapor-retarder membrane. a. Ceramic Tile Type:TL3,TL4. b. Thinset Mortar: Standard dry-set Modified dry-set Improved modified dry-set mortar. C. Grout: Water-cleanable epoxy grout. 3. TCNA W245 or TCNA W248: Thinset mortar on glass-mat,water-resistant gypsum backer board. a. Ceramic Tile Type:TL3,TL4. b. Thinset Mortar: Standard dry-set Modified dry-set mortar. C. Grout: Water-cleanable epoxy grout. D. Shower Receptor and Wall Installations: 1. TCNA 13422C:Water-cleanable,tile-setting epoxy on waterproof membrane over solid tile backer walls and sloped mortar bed and mortar bed bond coat. a. Ceramic Tile Type:TL2,TL4. b. Grout: Water-cleanable epoxy grout. 2. TCNA B420: Thinset mortar on waterproof membrane over coated glass-mat, water- resistant gypsum backer board. CERAMIC TILING 09 30 13-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Ceramic Tile Type:TL4. b. Thinset Mortar: Modified dry-set Improved modified dry-set mortar. C. Grout: Water-cleanable epoxy grout. END OF SECTION 09 30 13 CERAMIC TILING 09 30 13-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 5113 -ACOUSTICAL PANEL CEILINGS PART 1-GENERAL 1.01 SUMMARY A. Section includes acoustical panels and exposed suspension systems for interior ceilings. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. 1.03 INFORMATIONAL SUBMITTALS A. Product test reports. B. Research reports. 1.04 CLOSEOUT SUBMITTALS A. Maintenance data. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings from an applicable testing agency. 1. Flame-Spread Index: Class A according to ASTM E 1264. 2. Smoke-Developed Index: 50 or less. 3. ASTM E1264 Classification:Type III, Form2, Pattern C E; Fire Class A. 2.02 ACOUSTICAL PANELS-ACT1 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Basis of Design: Armstrong Ceiling&Wall Solutions;Optima, Item No.3150. B. Acoustical Panel Standard: Manufacturer's standard panels according to ASTM E 1264. C. Classification: Fiberglass with Durabrite acoustically transparent membrane. D. Color: White. E. Light Reflectance (LR): 0.88. F. Noise Reduction Coefficient (NRC): 0.90. ACOUSTICAL PANEL CEILINGS 09 51 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. Articulation Class (AC): 180. H. Fire Performance: Class A, ASTM E84 surface burning characteristics. Flame spread index 25 or less. Smoke Developed Index 50 or less (UL Labeled). I. Edge/Joint Detail: Square. J. Modular Size: 24 by 24 inches. 2.03 METAL SUSPENSION SYSTEM A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Basis of Design:Armstrong Ceiling&Wall Solutions; 15/16 inch Prelude XL Exposed Tee Suspension System. 2. CertainTeed; SAINT-GOBAIN. 3. USG Corporation. B. Metal Suspension-System Standard: Manufacturer's standard, direct-hung, metal suspension system and accessories according to ASTM C 635/C 635M. C. Wide-Face, Capped, Double-Web, Steel Suspension System: Main and cross runners roll formed from cold-rolled steel sheet; prepainted, electrolytically zinc coated, or hot-dip galvanized, G30 coating designation; with prefinished 15/16-inch-wide metal caps on flanges. 1. Structural Classification: Intermediate -duty system. 2. End Condition of Cross Runners: butt-edge type. 3. Face Design: Flat,flush. 4. Cap Material: Cold-rolled steel. 5. Cap Finish: Painted white. 2.04 METAL EDGE MOLDINGS AND TRIM A. Roll-Formed, Sheet-Metal Edge Moldings and Trim: Type and profile indicated or, if not indicated, manufacturer's standard moldings for edges and penetrations that comply with seismic design requirements; formed from sheet metal of same material, finish, and color as that used for exposed flanges of suspension-system runners. PART 3-EXECUTION 3.01 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at borders unless otherwise indicated. B. Layout openings for penetrations centered on the penetrating items. ACOUSTICAL PANEL CEILINGS 09 51 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 INSTALLATION A. Install acoustical panel ceilings according to ASTM C 636/C 636M and manufacturer's written instructions. B. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of moldings before they are installed. 2. Do not use exposed fasteners, including pop rivets, on moldings and trim. 3. Arrange directionally patterned acoustical panels as follows: a. As indicated on reflected ceiling plans. END OF SECTION 09 5113 ACOUSTICAL PANEL CEILINGS 09 51 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 65 13 - RESILIENT BASE AND ACCESSORIES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Vinyl base. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. PART 2-PRODUCTS 2.1 VINYL BASE(VWB-1) A. Basis-of-Design Product: Subject to compliance with requirements, provide Johnsonite; a Tarkett company Vinyl Base or comparable product by one of the following: 1. Armstrong World Industries, Inc. 2. Flexco. 3. Roppe Corporation. 4. VPI Corporation. 5. Johnsonite; a Tarkett company. B. Product Standard: ASTM F 1861,Type TV(vinyl,thermoplastic). 1. Style and Location: a. Cove: Provide throughout as scheduled. C. Minimum Thickness: 0.080 inch. D. Height: 4 inches. E. Lengths: Coils in manufacturer's standard length. F. Outside Corners:Job formed. G. Inside Corners:Job formed. H. Color: "24 Gray Haze" 2.2 INSTALLATION MATERIALS A. Adhesives: Water-resistant type recommended by resilient-product manufacturer for resilient products and substrate conditions indicated. RESILIENT BASE AND ACCESSORIES 09 65 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.3 THRESHOLD TRANSITION STRIPS A. General: Furnish and install transition strips as required to provide transition between adjacent floor finishes. B. Transition Strips: Satin anodized aluminum. 1. Basis of Design: Schluter Systems Transition Strips for Floors. 2. Finish: As selected by Architect from manufacturer's full line of colors and textures. 3. Profiles: Same-height transition or sloped transition strips as required by adjacent floor surfaces. a. Profile type as selected by Architect from manufacturer's full selection of profile types. b. Comply with the Texas Accessibility Standards. PART 3-EXECUTION 3.1 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound; remove bumps and ridges to produce a uniform and smooth substrate. C. Do not install resilient products until materials are the same temperature as space where they are to be installed. D. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient products. 3.2 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practical without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. F. Job-Formed Corners: 1. Inside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. RESILIENT BASE AND ACCESSORIES 09 65 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Miter or cope corners to minimize open joints. 3.3 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor covering that would otherwise be exposed. 3.4 THRESHOLD TRANSITION STRIP INSTALLATION A. Install where exposed edge of floor finish meets carpet, wood, or other flooring that finishes flush with or below top of floor finish and no threshold is indicated. B. Secure to subfloor in accordance with manufacturer's recommendations. C. Sloped transition strips shall comply with the Texas Accessibility Standard. 3.5 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protecting resilient products. B. Cover resilient products subject to wear and foot traffic until Substantial Completion. END OF SECTION 09 65 13 RESILIENT BASE AND ACCESSORIES 09 65 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 65 19 - RESILIENT TILE FLOORING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Solid vinyl floor tile. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and pattern specified. 1.03 CLOSEOUT SUBMITTALS A. Maintenance data. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are competent in techniques required by manufacturer for floor tile installation. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire-Test-Response Characteristics: For resilient floor tile, as determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. B. Slip Resistance: For resilient floor tile, as determined by testing identical products according to ASTM D2047 by a qualified testing agency. 1. Recommended static coefficient of friction for ADA walking surfaces and accessible routes: not less than 0.6. 2.02 SOLID VINYL FLOOR TILE—TYPE RT1 A. Basis-of-Design Product: Subject to compliance with requirements, provide Patcraft, Forage Hard Surface, Guide, Luxury Vinyl Tile or comparable product by one of the following: 1. Mohawk Group, Inc. 2. Armstrong Flooring, Inc. B. Tile Standard:ASTM F 1700, Class III,Type B- Embossed. C. Overall Thickness: 0.02 inches (20 mil/0.508 mm). RESILIENT TILE FLOORING 09 65 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Size: 9 inches W x 36 inches L. E. Collection: Forage. F. Product Name and Number: Guide 1762V. G. Color: 00130, "Fawn-V1". 1. Installation Method: Staggered Planks. 2.03 SOLID VINYL FLOOR TILE—TYPE RT2 A. Basis-of-Design Product: Subject to compliance with requirements, provide Patcraft, Forage Hard Surface, Guide, Luxury Vinyl Tile or comparable product by one of the following: 1. Mohawk Group, Inc. 2. Armstrong Flooring, Inc. B. Tile Standard:ASTM F 1700, Class III,Type B - Embossed. C. Overall Thickness: 0.02 inches (20 mil/0.508 mm). D. Size: 9 inches W x 36 inches L. E. Collection: Forage. F. Product Name and Number: Guide 1762V. G. Color: 00440, "Cascade-V1". 1. Installation Method: Staggered Planks. 2.04 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex-modified, portland-cement-based or blended hydraulic-cement-based formulation provided or approved by floor tile manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by floor tile and adhesive manufacturers to suit floor tile and substrate conditions indicated. PART 3-EXECUTION 3.01 PREPARATION A. Prepare substrates according to floor tile manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. RESILIENT TILE FLOORING 09 65 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by floor tile manufacturer. Do not use solvents. 3. Test concrete substrate for moisture as recommended by manufacturer. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound; remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install floor tiles until materials are the same temperature as space where they are to be installed. 1. At least 48 hours in advance of installation, move resilient floor tile and installation materials into spaces where they will be installed. E. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient floor tile. 3.02 FLOOR TILE INSTALLATION A. Comply with manufacturer's written instructions for installing floor tile. B. Lay out floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter. 1. Lay tiles in pattern as directed by Architect. C. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles. 1. Lay tiles in pattern of colors and sizes indicated by Architect. D. Scribe,cut,and fit floortiles to butt neatly and tightlyto vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames. E. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent marking device. G. Install floor tiles on covers for telephone and electrical ducts, building expansion-joint covers, and similar items in installation areas. Maintain overall continuity of color and pattern between pieces of tile installed on covers and adjoining tiles.Tightly adhere tile edges to substrates that abut covers and to cover perimeters. H. Adhere floor tiles to substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. RESILIENT TILE FLOORING 09 65 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 I. Floor Polish: Remove soil,adhesive,and blemishes from floor tile surfaces before applying liquid floor polish. 1. Apply number of coats as recommended by Manufacturer. END OF SECTION 09 65 19 RESILIENT TILE FLOORING 09 65 19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 67 23 - RESINOUS FLOORING PART 1-GENERAL 1.01 SUMMARY A. This Section includes: 1. High-performance resinous flooring systems. 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Installer Certificates for Qualification: Signed by manufacturer stating that installers comply with specified requirements. C. Material Certificates: For each resinous flooring component,from manufacturer. D. Maintenance Data: For maintenance manuals. E. Samples: Submit two 6" X 6" samples of each resinous flooring system applied to a rigid backing. Provide sample which is a true representation of proposed field applied finish. Provide sample color and texture for approval from Owner in writing or approved by General Contractor prior to installation. F. Product Schedule: For resinous flooring. 1.03 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of flooring systems required for this Project. 1. Engage an installer who is approved in writing by resinous flooring manufacturer as qualified to apply resinous flooring systems indicated. 2. Installer Letter of Qualification: Installer to provide letter stating that they have been in business for at least S years and listing S projects in the last 2 years of similar scope. For each project provide: project name, location, date of installation,contact information,size of project, and manufacturer of materials with system information. B. Source Limitations: Obtain primary resinous flooring materials, including primers, resins, hardening agents, grouting coats, and topcoats, from single source from single manufacturer. Provide secondary materials, including patching and fill material,joint sealant, and repair materials, of type and from source recommended by manufacturer of primary materials. C. Pre-installation Conference: Conduct conference at Project site before work and mockups begin. RESILIENT BASE AND ACCESSORIES 09 65 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Mockups: Apply mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. Do not cover up mockup area. 1. Apply full-thickness mockups on 16 sq foot (0.01722 sq cm) floor area selected by Architect. 2. Finish surfaces for verification of products, color,texture, and sheen. 3. Simulate finished lighting conditions for Architect's review of mockups. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 5. Mockup shall demonstrate desired slip resistance for review and approval by Owner's representative in writing. 1.04 DELIVERY,STORAGE,AND HANDLING A. Deliver materials in original packages and containers, with seals unbroken, bearing manufacturer's labels indicating brand name and directions for storage and mixing with other components. 1. Maintain containers in clean condition,free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.05 PROJECT CONDITIONS A. Environmental Limitations: Comply with resinous flooring manufacturer's written instructions for substrate temperature, ambient temperature, moisture, ventilation, and other conditions affecting resinous flooring application. B. Lighting: Provide permanent lighting or, if permanent lighting is not in place, simulate permanent lighting conditions during resinous flooring application. C. Close spaces to traffic during resinous flooring application and for not less than 24 hours after application unless manufacturer recommends a longer period. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Basis of Design Manufacturer: Subject to compliance with requirements, provide products by: 1. The Sherwin Williams Company, Cleveland, OH. swflooring@sherwin.com 2. Or equivalent products by other manufacturers approved by the Architect. B. Basis of Design Product: Resuflor Deco Flake BC, 20-30 mils (0.762 mm) nominal thickness. 1. Primer: Resuprime 3579 at 200-300 sq.ft. per gallon. 2. Body Coat: Resuflor 3746 at 200-300 sq. ft. per gallon. RESILIENT BASE AND ACCESSORIES 09 65 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Broadcast: Decorative Flakes 6750 or 6755 to excess at 100-200 lbs. per 1,000 sq.ft. a. Flake Size: 1/8 inch (3.18 mm). 4. Grout Coat: Resuflor 3746 at 160-250 sq. ft. per gallon. 5. Seal Coat: Resutile 4686 at 250-400 sq.ft. per gallon. 2.02 MATERIALS A. VOC Content of Resinous Flooring: Provide resinous flooring systems, for use inside the weatherproofing system,that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24)]. 1. Resinous Flooring: 100 g/L. 2.03 HIGH-PERFORMANCE RESINOUS FLOORING A. Resinous Flooring: Abrasion-, impact- and chemical-resistant, high-performance, resin-based, monolithic floor surfacing designed to produce a seamless floor. B. System Characteristics: 1. Color and Pattern: "Blue Shadow". 1/8" Flake Size. 2. Slip Resistance: Provide slip resistant finish. PART 3- EXECUTION 3.01 PREPARATION A. Inspection: Prior to commencing Work, thoroughly examine all underlying and adjoining work, surfaces and conditions upon which Work is in any way dependent for perfect results. Report all conditions which affect Work. No "waiver of responsibility" for incomplete, inadequate or defective underlaying and adjoining work, surfaces and conditions will be considered, unless notice of such unsatisfactory conditions has been filed and agreed to in writing before Work begins. Commencement of Work constitutes acceptance of surfaces. B. Surface Preparation: Remove all surface contamination, loose or weakly adherent particles, laitance, grease, oil, curing compounds, paint, dust and debris by blast track method or approved mechanical means (acid etch not allowed). If surface is questionable, try a test patch. Create a minimum surface profile for the system specified in accordance with the methods described in ICRI No. 03732 to achieve profile numbers as follows: 1. Thin film,to 10 mils (0.254 mm): CSP-1 to CSP-3 2. Thin and medium films, 10 to 40 mils (1.016 mm): CSP-3 to CSP-5 3. Self-leveling mortars,to 3/16": CSP-4 to CSP-6 4. Mortars and laminates,to 1/4" or more: CSP-5 to CSP-10 RESILIENT BASE AND ACCESSORIES 09 65 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Verify that concrete substrates are dry and moisture-vapor emissions are within acceptable levels according to manufacturer's written instructions. 1. Moisture Testing: Perform tests indicated below. a. Calcium Chloride Test: Perform anhydrous calcium chloride test per ASTM F 1869. Proceed with installation only after substrates have maximum moisture-vapor- emission rate of 3 lbs. of water/1000 sq. ft. in 24 hours. Perform tests so that each test area does not exceed 1000 sq.ft.and perform 3 tests for the first 1000 sq.ft. and one additional test for every additional 1000 sq ft. b. In-Situ Probe Test: Perform relative-humidity test using in-situ probes per ASTM F 2170. Proceed with installation only after substrates have a maximum 75 percent relative-humidity-level measurement. 3.02 ENVIRONMENTAL CONDITIONS A. All applicators and all other personnel in the area of the RF installation shall take all required and necessary safety precautions. All manufacturers' installation instructions shall be implicitly instructions shall be implicitly followed. B. Repair damaged and deteriorated concrete according to resinous flooring manufacturer's written instructions. C. Alkalinity and Adhesion Testing: Verify that concrete substrates have pH within acceptable range. Perform tests recommended by manufacturer. Proceed with application only after substrates pass testing. D. Resinous Materials: Mix components and prepare materials according to resinous flooring manufacturer's written instructions. E. Use patching and fill material to fill holes and depressions in substrates according to manufacturer's written instructions. F. Treat control joints and other nonmoving substrate cracks to prevent cracks from reflecting through resinous flooring according to manufacturer's written instructions. 3.03 APPLICATIONS A. Install resinous floor over properly prepared concrete surface in strict accordance with the manufacturer's directions. 1. Install the primer and/or base coats over thoroughly cleaned and prepared concrete. 2. Install topcoat over flooring after excess aggregate has been removed. 3. Maintain a slab temperature of 607 to 807 for 24 hours minimum before applying floor topping, or as instructed by manufacturer. B. Apply components of resinous flooring system according to manufacturer's written instructions to produce a uniform, monolithic wearing surface of thickness indicated. RESILIENT BASE AND ACCESSORIES 09 65 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Coordinate application of components to provide optimum adhesion of resinous flooring system to substrate, and optimum intercoat adhesion. 2. Cure resinous flooring components according to manufacturer's written instructions. Prevent contamination during application and curing processes. 3. At substrate expansion and isolation joints, comply with resinous flooring manufacturer's written instructions. C. Sealant: Saw cut resinous floor topping at expansion joints in concrete slab. Fill sawcuts with sealant prior to final seal coat application. Follow manufacturer's written recommendations. D. Apply primer over prepared substrate at manufacturer's recommended spreading rate. E. Slip Resistant Finish: Provide grit for slip resistance. F. Apply topcoats in number indicated for flooring system and at spreading rates recommended in writing by manufacturer. 3.04 COMPLETED WORK A. Cleaning: Upon completion of the Work, clean up and remove from the premises surplus materials,tools,appliances, empty cans,cartons and rubbish resulting from the Work.Clean off all spattering and drippings, and all resulting stains. B. Protection: Protect Work in accordance with manufacturer's directions from damage and wear during the remainder of the construction period. Use protective methods and materials, including temporary covering, recommended in writing by resinous flooring manufacturer. C. Contractor shall ensure that coating is protected from any traffic until it is fully cured to the satisfaction of the coating manufacturer. END OF SECTION 09 67 23 RESILIENT BASE AND ACCESSORIES 09 65 13-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 68 13 -TILE CARPETING PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Modular carpet tile. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture required. 1.03 INFORMATIONAL SUBMITTALS A. Product test reports. B. Sample warranty. 1.04 CLOSEOUT SUBMITTALS A. Maintenance data. 1.05 WARRANTY A. Special Warranty for Carpet Tiles: Manufacturer agrees to repair or replace components of carpet tile installation that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.01 CARPET TILES:TYPE CPT1 A. ManufacturerF Subject to compliance with requirements, provide products by the following: 1. Patcraft. B. Collection: Forage Carpet Tile Planks, Wellbeing 1. Product Number: 10678 C. Color: 00530"Birch". D. Fiber Content: 100% Nylon. E. Fiber Type: EcoSolution Q100 Nylon. F. Pile Characteristic: Multi-Level Pattern Loop. G. Average Density: 5,786 oz/yd3. TILE CARPETING 09 68 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 H. Pile Thickness: 0.112 inches for finished carpet tile. I. Stitches: 11 per inch. J. Gage: 1/10 inches. K. Tufted Weight: 18 oz/yd2 for finished carpet tile. L. Primary Backing/Backcoating: Manufacturer's standard composite materials. M. Size: 18 by 36 inches. N. Performance Characteristics: 1. Electrostatic Propensity: Less than 3.5 kV according to AATCC 134. 2. Flammability: ASTM E 648 Class I (Glue Down) 3. Smoke Density:ASTM E 662 Less than 450 O. Installation Method: Brick. 2.02 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex-modified, hydraulic-cement-based formulation provided or recommended by carpet tile manufacturer. B. Adhesives: Water-resistant, mildew-resistant, nonstaining, pressure-sensitive type to suit products and subfloor conditions indicated, that comply with flammability requirements for installed carpet tile, and are recommended by carpet tile manufacturer for releasable installation. PART 3-EXECUTION 3.01 EXAMINATION A. Concrete Slabs: 1. Test concrete substrate for moisture in accordance with manufacturer's recommendations. 3.02 PREPARATION A. General:Comply with the Carpet and Rug Institute's CRI 104 and with carpet tile manufacturer's written installation instructions for preparing substrates indicated to receive carpet tile. B. Use trowelable leveling and patching compounds, according to manufacturer's written instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks, holes and depressions 1/8 inch wide or wider,and protrusions more than 1/32 inch unless more stringent requirements are required by manufacturer's written instructions. C. Concrete Substrates: Remove coatings, including curing compounds, and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using TILE CARPETING 09 68 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 solvents. Use mechanical methods recommended in writing by adhesive and carpet tile manufacturers. D. Metal Substrates: Clean grease, oil, soil and rust, and prime if recommended in writing by adhesive manufacturer. Rough sand painted metal surfaces and remove loose paint. Sand aluminum surfaces,to remove metal oxides, immediately before applying adhesive. E. Broom and vacuum clean substrates to be covered immediately before installing carpet tile. 3.03 INSTALLATION A. General: Comply with the Carpet and Rug Institute's CRI 104, Section 10, "Carpet Tile," and with carpet tile manufacturer's written installation instructions. B. Installation Method: As recommended in writing by carpet tile manufacturer. C. Maintain dye-lot integrity. Do not mix dye lots in same area. D. Maintain pile-direction patterns indicated on Drawings.Ashlar installation pattern or as directed by Architect. E. Cut and fit carpet tile to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet tile manufacturer. F. Extend carpet tile into toe spaces, door reveals, closets, open-bottomed obstructions, removable flanges, alcoves, and similar openings. G. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on carpet tile as marked on subfloor. Use nonpermanent, nonstaining marking device. H. Install pattern parallel to walls and borders. I. Protect carpet tile against damage from construction operations and placement of equipment and fixtures during the remainder of construction period. Use protection methods indicated or recommended in writing by carpet tile manufacturer. END OF SECTION 09 68 13 TILE CARPETING 09 68 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 9113 - PAINTING PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to this section. 1.02 SUMMARY A. This Section includes surface preparation, painting,and finishing of exposed interior and exterior items and surfaces. 1. Surface preparation, priming, and finish coats specified in this section are in addition to shop priming and surface treatment specified under other sections. B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a surface or material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If color or finish is not designated, the Architect will select from standard colors or finishes available. 1. Painting includes field painting exposed bare and covered pipes and ducts(including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces, operating parts, and labels. 1. Prefinished items not to be painted include the following factory-finished components: a. Architectural woodwork and casework. b. Finished mechanical and electrical equipment. C. Light fixtures. d. Switchgear. e. Distribution cabinets. 2. Concealed surfaces not to be painted include wall or ceiling surfaces in the following generally inaccessible areas: a. Foundation spaces. b. Furred areas. C. Utility tunnels. d. Pipe spaces. 3. Finished metal surfaces not to be painted include: PAINTING 09 91 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Anodized aluminum. b. Stainless steel. C. Chromium plate. d. Copper. e. Bronze. f. Brass. 4. Operating parts not to be painted include moving parts of operating equipment such as the following: a. Valve and damper operators. b. Linkages. C. Sensing devices. d. Motor and fan shafts. 5. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code- required labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections:The following sections contain requirements that relate to this section: 1. Division 5 Section "Structural Steel"for shop priming structural steel. 2. Division 5 Section "Metal Fabrications" for shop priming ferrous metal. 3. Division 8 Section "Steel Doors and Frames"for shop priming steel doors and frames. 1.03 DEFINITIONS A. "Paint" includes coating systems materials, primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate, or finish coats. B. Standard coating terms in accordance with ASTM D523. 1. Gloss Level 1 (Flat): Not more than 5 units at 60 degrees and 10 units at 85 degrees, in accordance with ASTM D523. 2. Gloss Level 3 (Eggshell): 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, in accordance with ASTM D523. 3. Gloss Level 4(Satin): 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, in accordance with ASTM D523. 4. Gloss Level 5 (Semi-Gloss): 35 to 70 units at 60 degrees, in accordance with ASTM D523. 1.04 SUBMITTALS A. Product Data: Manufacturer's technical information, label analysis, and application instructions for each material proposed for use. PAINTING 09 91 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. List each material and cross-reference the specific coating and finish system and application. Identify each material by the manufacturer's catalog number and general classification. 2. VOC content. B. Samples for verification purposes: Provide samples of each color and material to be applied, with texture to simulate actual conditions, on representative samples of the actual substrate. Define each separate coat, including block fillers and primers. Use representative colors when preparing samples for review. Resubmit until required sheen, color, and texture are achieved. 1. Provide a list of material and application for each coat of each sample. Label each sample as to location and application. 2. Submit samples on the following substrates for the Architect's review of color and texture only: a. Concrete: Provide two 4-inch-square samples for each color and finish. b. Concrete Masonry: Provide two 4-by-8-inch samples of masonry,with mortar joint in the center,for each finish and color. C. Painted Wood: Provide two 12- by 12-inch samples of each color and material on hardboard. d. Ferrous Metal: Provide two 4-inch-square samples of flat metal and two 8-inch- long samples of solid metal for each color and finish. 1.05 QUALITY ASSURANCE A. Single-Source Responsibility: Provide primers and undercoat paint produced by the same manufacturer as the finish coats. B. Coordination of Work: Review other sections in which primers are provided to ensure compatibility of the total systems for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Architect of problems anticipated using the materials specified. C. Field Samples: On wall surfaces and other exterior and interior components, duplicate finishes of prepared samples. Provide full- coat finish samples on at least 100 sq. ft. of surface until required sheen, color and texture are obtained; simulate finished lighting conditions for review of in-place work. 1. Final acceptance of colors will be from job-applied samples. 2. The Architect will select one room or surface to represent surfaces and conditions for each type of coating and substrate to be painted. Apply coatings in this room or surface in accordance with the schedule or as specified. After finishes are accepted,this room or surface will be used for evaluation of coating systems of a similar nature. PAINTING 09 91 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Material Quality: Provide the manufacturer's best quality trade sale paint material of the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary names used to designate colors or materials are not intended to imply that products named are required or to exclude equal products of other manufacturers. 2. Federal Specifications establish a minimum quality level for paint materials,except where other product identification is used. Provide written certification from the manufacturer that materials provided meet or exceed these criteria. 3. Products that comply with qualitative requirements of applicable Federal Specifications, yet differ in quantitative requirements, may be considered for use when acceptable to the Architect. Furnish material data and manufacturer's certificate of performance to Architect for proposed substitutions. E. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction and, for interior paints and coatings applied at Project site, the following VOC limits, exclusive of colorants added to a tint base,when calculated according to 40 CFR 59,Subpart D (EPA Method 24). 1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 150 g/L. 3. Dry-Fog Coatings:400 g/L. 4. Primers, Sealers, and Undercoaters: 200 g/L. 5. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 250 g/L. 6. Zinc-Rich Industrial Maintenance Primers: 340 g/L. 7. Pretreatment Wash Primers: 420 g/L. 8. Floor Coatings: 100 g/L. 9. Shellacs, Clear: 730 g/L. 10. Shellacs, Pigmented: 550 g/L. 1.06 DELIVERY,STORAGE,AND HANDLING A. Deliver materials to the job site in the manufacturer's original, unopened packages and containers bearing manufacturer's name and label and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Federal Specification number, if applicable. 4. Manufacturer's stock number and date of manufacture. 5. Contents by volume, for pigment and vehicle constituents. PAINTING 09 91 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Thinning instructions. 7. Application instructions. 8. Color name and number. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean condition,free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily.Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.07 JOB CONDITIONS A. Apply water-based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 deg F (10 deg C) and 90 deg F (32 deg Q. B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg Q. C. Do not apply paint in snow, rain,fog, or mist,when the relative humidity exceeds 85 percent, at temperatures less than 5 deg F (3 deg C) above the dew point, or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include but are not limited to the following: 1. Benjamin Moore and Co. (Moore). 2. PPG Paints. (PPG). 3. Pratt and Lambert (P & Q. 4. The Sherwin-Williams Company (S-W). 2.02 MASONRY BLOCK FILLER A. High-Performance Latex Block Filler: Heavy-duty latex block fillers used for filling open textured interior and exterior concrete masonry block before application of top coats: 1. PPG: Speedhide Interior/Exterior Masonry Hi fill Latex Block Filler 6-15X1. 2. S-W: Prep Rite Block Filler B25W25. PAINTING 09 91 13-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.03 PRIMERS A. Exterior Primer Coating: Exterior latex wood primer used for priming mineral-fiber-reinforced cement panels under a flat acrylic emulsion finish: 1. PPG: Seal Grip Interior/Exterior Acrylic Universal Primer/Sealer 17-921XI 2. S-W: Exterior Latex Primer B. Interior Masonry Latex-Based Paint: Alkali-resistant paint used as a primer over concrete and masonry under flat and semigloss enamel: 1. PPG: Seal Grip Interior/Exterior Acrylic Universal Primer/Sealer 17-921XI 2. S-W: Loxon Concrete & Masonry Primer,A24W8300. C. Latex-Based Interior White Primer: Latex-based primer coating used on interior gypsum drywall under a flat latex paint or an alkyd semigloss enamel. 1. PPG: Speedhide Interior Quick-Drying Latex Sealer 6-2 2. S-W: Pro Green 200 Latex Wall Primer. D. Synthetic, Rust-Inhibiting Primer: Quick-drying, rust-inhibiting primer for priming ferrous metal on the exterior under full-gloss and semi-gloss enamel and on the interior under flat latex paint or water-based alkyd semigloss or alkyd gloss enamels: 1. PPG: Pitt-Tech Plus EP Waterborne Acrylic Primer/Finish 90-1908 Series 2. S-W: Pro Cryl Universal Metal Primer B66W310. E. Galvanized Metal Primer: Primer used to prime interior and exterior zinc-coated (galvanized) metal surfaces: 1. PPG: Pitt-Tech Plus EP Waterborne Acrylic Primer/Finish 90-1908 Series 2. S-W: Pro Cryl Universal Metal Primer B66W310. 2.04 EXTERIOR FINISH PAINT MATERIAL A. Exterior Gloss Level 5 Enamel: Full-Gloss Alkyd enamel for use over prime-coated ferrous metal: 1. PPG: HPC Urethane Alkyd Enamel Semi-Gloss 4336H Series. Applied Dry Film Thickness: 2.0 mils min. 2. S-W: Industrial Alkyd Urethane B54W150. 2.05 INTERIOR FINISH PAINT MATERIAL A. Latex-Based Interior Semi-Gloss Paint: Ready-mixed, latex-based paint for use as a semi-gloss finish over prime-coated gypsum drywall. 1. PPG: Speedhide Zero Interior Latex Semi-Gloss 6-5510 Series 2. S-W: Pro Mar 200 Zero VOC Semigloss Wall Paint. PAINTING 09 91 13-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Interior Egg-Shell Odorless Acrylic Paint: Ready-mixed,low-odor interior egg-shell acrylic enamel for use over concrete, hardwood, gypsum drywall: 1. PPG: Speedhide Zero VOC Interior Acrylic Latex Egg-Shell 6-5310 Series 2. S-W: Pro Industrial 0 VOC Acrylic Egg-Shell. C. Interior Satin Acrylic Topcoat: Ready-mixed, interior satin acrylic enamel for use on galvanized and ferrous metal. 1. PPG: Pitt-Tech Plus HP Waterborne Acrylic Satin 90-1710 2. S-W: Pro Industrial 0 VOC Acrylic Egg-Shell. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions under which painting will be performed for compliance with requirements for application of paint. Do not begin paint application until unsatisfactory conditions have been corrected. 1. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. 3.02 PREPARATION A. General Procedures: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items in place that are not to be painted or provide surface-applied protection prior to surface preparation and painting. Remove these items if necessary for complete painting of the items and adjacent surfaces. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved. 1. Clean surfaces before applying paint or surface treatments. Remove oil and grease prior to cleaning.Schedule cleaning and painting so that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. B. Surface Preparation: Clean and prepare surfaces to be painted in accordance with the manufacturer's instructions for each particular substrate condition and as specified. 1. Provide barrier coats over incompatible primers or remove and reprime. Notify Architect in writing of problems anticipated with using the specified finish-coat material with substrates primed by others. 2. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and mineral-fiber-reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Use abrasive blast-cleaning methods if recommended by the paint manufacturer. PAINTING 09 91 13-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If C. surfaces are sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's printed directions. d. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, and rinse; allow to dry and vacuum before painting. 3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off. a. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer before application of primer. After priming,fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried. b. Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges, ends,faces, undersides,and backsides of wood,including cabinets,counters,cases, and paneling. C. Backprime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backside. d. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of varnish or sealer immediately upon delivery. 4. Ferrous Metals: Clean nongalvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel Structures Painting Council. a. Blast steel surfaces clean as recommended by the paint system manufacturer and in accordance with requirements of SSPC specification SSPC-SP 10. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. C. Touch up bare areas and shop-applied prime coats that have been damaged.Wire- brush, clean with solvents recommended by the paint manufacturer, and touch up with the same primer as the shop coat. 5. Galvanized Surfaces: Clean galvanized surfaces with non- petroleum-based solvents so that the surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. Test adhesion prior to full application. C. Materials Preparation: Carefully mix and prepare paint materials in accordance with manufacturer's directions. PAINTING 09 91 13-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density; stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. 3. Use only thinners approved by the paint manufacturer, and only within recommended limits. D. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where multiple coats of the same material are applied.Tint undercoats to match the color of the finish coat but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.03 APPLICATION A. Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 1. Paint colors, surface treatments, and finishes are indicated in "schedules." 2. Provide finish coats that are compatible with primers used. 3. The number of coats and film thickness required is the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. Sand between applications where sanding is required to produce an even smooth surface in accordance with the manufacturer's directions. 4. Apply additional coats when undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces. S. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, convector covers, covers for finned tube radiation, grilles, and similar components are in place. Extend coatings in these areas as required to maintain the system integrity and provide desired protection. 6. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Paint surfaces behind permanently fixed equipment orfurniture with prime coat only before final installation of equipment. 7. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, nonspecular black paint. S. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. PAINTING 09 91 13-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 9. Finish interior of wall and base cabinets and similar field- finished casework to match exterior. 10. Finish exterior doors on tops, bottoms, and side edges same as exterior faces. 11. Sand lightly between each succeeding enamel or varnish coat. 12. Omit primer on metal surfaces that have been shop-primed and touch up painted. C. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. Allow sufficient time between successive coats to permit proper drying. Do not recoat until paint has dried to where it feels firm and does not deform or feel sticky under moderate thumb pressure and where application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. D. Minimum Coating Thickness:Apply materials at not less than the manufacturer's recommended spreading rate. Provide a total dry film thickness of the entire system as recommended by the manufacturer. E. Mechanical and Electrical Work: Painting mechanical and electrical work is limited to items exposed in mechanical equipment rooms and in occupied spaces. F. Mechanical items to be painted include but are not limited to: 1. Piping, pipe hangers, and supports. 2. Heat exchangers. 3. Tanks. 4. Ductwork. 5. Insulation. 6. Supports. 7. Motors and mechanical equipment. 8. Accessory items. G. Electrical items to be painted include but are not limited to: 1. Conduit and fittings. 2. Switchgear. H. Block Fillers:Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. I. Prime Coats: Before application of finish coats, apply a prime coat of material as recommended by the manufacturer to material that is required to be painted or finished and has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears,to assure a finish coat with no burn through or other defects due to insufficient sealing. PAINTING 09 91 13- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 J. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. K. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not in compliance with specified requirements. 3.04 FIELD QUALITY CONTROL A. The Owner reserves the right to invoke the following test procedure at any time and as often as the Owner deems necessary during the period when paint is being applied: 1. The Owner will engage the services of an independent testing laboratory to sample the paint material being used. Samples of material delivered to the project will be taken, identified, sealed, and certified in the presence of the Contractor. 2. The testing laboratory will perform appropriate tests for the following characteristics as required by the Owner: a. Quantitative materials analysis. b. Abrasion resistance. C. Apparent reflectivity. d. Flexibility. e. Washability. f. Absorption. g. Accelerated weathering. h. Dry opacity. i. Accelerated yellowness. j. Recoating. k. Skinning. I. Color retention. M. Alkali and mildew resistance. 3. If test results show material being used does not comply with specified requirements,the Contractor may be directed to stop painting, remove noncomplying paint, pay for testing, repaint surfaces coated with rejected paint, and remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are noncompatible. 3.05 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. PAINTING 09 91 13- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Upon completion of painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping, using care not to scratch or damage adjacent finished surfaces. 3.06 PROTECTION A. Protect work of other trades,whether to be painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect. B. Provide "wet paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others for protection of their work after completion of painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.07 EXTERIOR PAINT SCHEDULE A. General: Provide the following paint systems for the various substrates indicated. B. Ferrous Metal: Touch up. Primer is not required on shop-primed items. 1. Semi-gloss Alkyd Enamel: 2 finish coats over primer. a. Primer: Synthetic Rust-Inhibiting Primer. b. First Coat: Semi-gloss Alkyd Enamel. C. Second Coat: Semi-gloss Alkyd Enamel. C. Zinc-Coated Metal: 1. Semi-gloss Alkyd Enamel: 2 finish coats over primer. a. Primer: Galvanized Metal Primer. b. First Coat: Alkyd Semi-gloss Enamel. C. Second Coat: Alkyd Semi-gloss Enamel. 3.08 INTERIOR PAINT SCHEDULE A. General: Provide the following paint systems for the various substrates, as indicated. B. Concrete Masonry Units: a. Refer to Specification Section 09 96 00—HIGH PERFORMANCE COATINGS. C. Gypsum Drywall Systems: 1. Egg-Shell Acrylic Enamel Finish (Walls): 2 finish coats over primer with total dry film thickness not less than 2.5 mils. a. Primer: Interior Latex-Based White Primer. b. First Coat: Interior Egg-Shell Acrylic Enamel. PAINTING 09 91 13- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Second Coat: Interior Egg-Shell Acrylic Enamel 2. Semi-gloss Acrylic Enamel Finish (Restrooms, Wet Areas, Metal Doors & Frames): 3 coats with total dry film thickness not less than 2.5 mils. a. Primer: Interior Latex-Based White Primer. b. First Coat: Interior Egg-Shell Acrylic Enamel. C. Second Coat: Interior semi-gloss Acrylic Enamel. 3. Flat Acrylic Enamel Finish (Drywall Ceilings): 3 coats with total dry film thickness not less than 2.5 mils. a. Primer: Interior Latex-Based White Primer. b. First Coat: Interior Egg-Shell Acrylic Enamel. C. Second Coat: Interior Flat Acrylic Enamel. D. Woodwork and Hardboard: 1. Semigloss Enamel Finish: 3 coats. a. Primer: Interior Latex-Based White Primer. b. First Coat: Interior semi-gloss Odorless Acrylic Enamel. C. Second Coat: Interior semi-gloss Odorless Acrylic Enamel. E. Ferrous Metal: 1. Lusterless (Flat) Finish: 2 finish coats over primer with total dry film thickness not less than 2.5 mils. a. Primer: Synthetic Rust-Inhibiting Primer. b. First Coat: Latex-Based Interior Satin Paint. C. Second Coat: Latex-Based Interior Satin Paint. 2. Semigloss Enamel Finish: 2 coats over primer with total dry film thickness not less than 2.5 mils. a. Primer: Synthetic Rust-Inhibiting Primer. b. First Coat: Interior semigloss Acrylic Enamel. C. Second Coat: Interior semigloss Acrylic Enamel. F. Zinc-Coated Metal: 1. Lusterless (Flat) Finish: 2 finish coats over primer with total dry film thickness not less than 2.5 mils. a. Primer: Galvanized Metal Primer. b. First Coat: Latex-Based Interior Satin Paint. C. Second Coat: Latex-Based Interior Satin Paint. PAINTING 09 91 13- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Semigloss Finish: 2 coats over primer,with total dry film thickness not less than 2.5 mils. a. Primer: Galvanized Metal Primer. b. First Coat: Interior semi-gloss Acrylic Enamel. C. Second Coat: Interior semi-gloss Acrylic Enamel. G. Exposed Concrete Floors: 1. Water-based, Non-yellowing Acrylic Floor Sealer, Euclid Chemical Company "Diamond Clear Vox". END OF SECTION 09 9113 PAINTING 09 91 13- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 09 96 00 - HIGH-PERFORMANCE COATINGS (EPDXY) PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes surface preparation and the application of high-performance coating systems on the following substrates: 1. Interior Substrates: a. Concrete masonry units (CMU). 1.03 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include preparation requirements and application instructions. 1. Indicate VOC content. B. Samples for Initial Selection: For each type of topcoat product indicated. C. Samples for Verification: For each type of coating system and in each color and gloss of topcoat indicated. 1. Submit Samples on rigid backing, 8 inches square. 2. Label each coat of each Sample. 3. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. VOC content. 1.04 QUALITY ASSURANCE A. Mockups:Apply mockups of each coating system indicated to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each coating system specified in Part 3. a. Wall and Ceiling Surfaces: Provide samples of at least 100 sq. ft. HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Other Items:Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.05 DELIVERY,STORAGE,AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. Packaging shall bear the manufacture's label with the following information: 1. Product name and type (description). 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. B. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition,free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.06 FIELD CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F. B. Do not apply coatings when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. C. Do not apply exterior coatings in snow, rain, fog, or mist. HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.01 MANUFACTURERS A. Basis-of-Design Product: Subject to compliance with requirements, provide PPG Architectural Coatings; products indicated or comparable product from one of the following: 1. Benjamin Moore &Co. 2. Sherwin Williams Company 3. Tnemec Inc. B. Comparable Products: Comparable products of approved manufacturers will be considered in accordance with Section 0160 00 "Product Requirements," and the following: 1. Products are approved by manufacturer in writing for application specified. 2. Products meet performance and physical characteristics of basis of design product including published ratio of solids by volume, plus or minus two percent. C. Source Limitations: Obtain paint materials from single source from single listed manufacturer. 1. Manufacturer's designations listed on a separate color schedule are for color reference only and do not indicate prior approval. 2.02 HIGH-PERFORMANCE COATINGS, GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a coating system, provide products recommended in writing by manufacturers of topcoat for use in coating system and on substrate indicated. 3. Provide products of same manufacturer for each coat in a coating system. B. VOC Content: For field applications that are inside the weatherproofing system, paints and coatings shall comply with VOC content limits of authorities having jurisdiction and, for interior paints and coatings applied at Project site, the following VOC content limits, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 150 g/L. 3. Primers, Sealers, and Undercoaters: 200 g/L. C. Colors: As selected by Architect from manufacturer's full range. HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. Where acceptability of substrate conditions is in question, apply samples and perform in-situ testing to verify compatibility, adhesion, and film integrity of new paint application. 1. Report in writing conditions that may affect application, appearance, or performance of paint. B. Substrate Conditions: 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete Masonry: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. D. Proceed with coating application only after unsatisfactory conditions have been corrected; application of coating indicates acceptance of surfaces and conditions. 3.02 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated. D. Masonry Substrates: Remove efflorescence and chalk. Do not coat surfaces if moisture content, or alkalinity of surfaces or if alkalinity of mortarjoints exceeds that permitted in manufacturer's written instructions. 3.03 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual." HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers,and similar hinged items to match exposed surfaces. 4. Do not apply coatings over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. B. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.04 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness. 1. Contractor shall touch up and restore coated surfaces damaged by testing. 2. If test results show that dry film thickness of applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with coating manufacturer's written recommendations. 3.05 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.06 HIGH-PERFORMANCE COATING SCHEDULE A. CMU Substrates: 1. Epoxy-Modified Latex System: a. Block Filler: Block filler, latex, interior/exterior: 1) PPG Interior/Exterior Masonry Hi Fill Latex Block Filler 6-15XI HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Intermediate Coat: Epoxy-modified latex, interior, semi-gloss, matching topcoat. C. Topcoat: Epoxy-modified latex, interior, semi-gloss: 1) PPG Pitt-Glaze Interior Semi-Gloss Pre-Catalyzed Acrylic Waterborne Epoxy, 16-510, 1.5 mils DFT. END OF SECTION 09 96 00 HIGH PERFORMANCE COATINGS(EPDXY) 09 96 00-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 1100 -VISUAL DISPLAY UNITS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Modular markerboard/tackboard assemblies. 2. Visual display board assemblies. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For visual display units. 1. Include plans, elevations, sections, details, and attachment to other work. 2. Show locations of panel joints 3. Include sections of typical trim members. C. Samples for Initial Selection: For each type of visual display unit indicated,for units with factory- applied color finishes, and as follows: 1. Actual sections of porcelain-enamel face sheet tackboard assembly. 2. Include accessory samples to verify color selected. D. Samples for Verification: For each type of visual display surface indicated. 1. Trim: 6-inch-long sections of each trim profile. 2. Accessories: Full-size sample of each type of accessory. E. Product Schedule: For visual display units. Use same designations indicated on Drawings. 1.03 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified installer. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for surface-burning characteristics of fabrics. C. Sample of special warranties. 1.04 CLOSEOUT SUBMITTALS A. Operation and Maintenance data: For visual display surfaces and operating units to include in maintenance manuals. VISUAL DISPLAY UNITS 10 1100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 WARRANTY A. Special Warranty for Porcelain-Enamel Face Sheets: Manufacturer agrees to repair or replace porcelain-enamel face sheets that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: a. Surfaces lose original writing and erasing qualities. b. Surfaces exhibit crazing, cracking or flaking. 2. Warranty Period: Marker Boards-50 years from date of Substantial Completion or for the Life of the Building. 3. Warranty Period: Tack Boards- 5 years from date of Substantial Completion. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include but are not limited to those indicated as Basis of Design. 1. Basis of Design: Claridge Series 1 B. Source Limitations: Obtain visual display surfaces from single source and from single manufacturer. 2.02 PERFORMANCE REQUIREMENTS A. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. 2.03 MATERIALS, GENERAL A. Hardboard: ANSI A135.4,tempered. B. Particleboard: ANSI A208.1, Grade M-1, that complies with the testing and product requirements of the California Department of Health Services "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Fiberboard: ASTM C 208. D. Extruded Aluminum: ASTM B 221 (ASTM B 221M),Alloy 6063. VISUAL DISPLAY UNITS 10 1100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. Adhesives: Manufacturer's standard product that complies with the testing and product requirements of the California Department of Health Services "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.04 VISUAL DISPLAY BOARD ASSEMBLY A. Visual Display Board Assembly: Field or factory fabricated. 1. Assembly: markerboard and tackboard. 2. Corners: Square. 3. Width: As indicated on Drawings. 4. Height: As indicated on Drawings. B. Markerboard Panel: Porcelain-enamel-faced markerboard panel on core indicated. 1. Color: As selected by Architect from full range of industry colors. C. Tackboard Panel: Plastic-impregnated-cork tackboard panel on core indicated. 1. Color and Pattern: As selected by Architect from full range of industry colors. D. Aluminum Frames and Trim: Fabricated from not less than 0.062-inch- thick, extruded aluminum; manufacturer's standard. 1. Field-Applied Trim: Manufacturer's standard snap-on trim with no visible screws or exposed joints. 2. Aluminum Finish: Clear anodic finish. E. Combination Assemblies: Provide manufacturer's standard exposed trim between abutting sections of visual display panels. F. Chalktray: Manufacturer's standard blade-type aluminum tray; continuous. 2.05 MARKERBOARD PANELS A. Porcelain-Enamel Markerboard Panels: Balanced, high-pressure, factory-laminated markerboard assembly of three-ply construction, consisting of moisture-barrier backing, core material,and porcelain-enamel face sheet with low-gloss finish. Laminate panels under heat and pressure with manufacturer's standard,flexible waterproof adhesive. 1. Face Sheet Thickness: 0.013-inch uncoated base metal thickness. 2. Manufacturer's Standard Core: Minimum 1/4-inch- thick, with manufacturer's standard moisture-barrier backing. 3. Fiberboard Core: 7/16 inch thick; with 0.001-inch- thick, aluminum foil or 0.015-inch- thick, aluminum sheet backing. 4. Laminating Adhesive: Manufacturer's standard moisture-resistant thermoplastic type. VISUAL DISPLAY UNITS 10 1100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.06 TACKBOARD PANELS A. Tackboard Panels: 1. Facing: Linoleum/Cork. WallTalkers, Koroseal C250. 2. Color: Pewter, C250-62. 3. Core: Manufacturer's standard. 2.07 MATERIALS A. Porcelain-Enamel Face Sheet: PEI-1002,with face sheet manufacturer's standard two-or three- coat process. B. Plastic-Impregnated-Cork Sheet: Seamless, homogeneous, self-sealing sheet consisting of granulated cork, linseed oil, resin binders,and dry pigments that are mixed and calendared onto fabric backing; with washable vinyl finish and integral color throughout; with surface-burning characteristics indicated. C. Hardboard: ANSI A135.4,tempered. D. Particleboard: ANSI A208.1, Grade M-1. E. MDF: ANSI A208.2, Grade 130. F. Fiberboard: ASTM C 208 cellulosic fiber insulating board. G. Extruded Aluminum: ASTM B 221,Alloy 6063. H. Adhesives for Field Application: Mildew-resistant, nonstaining adhesive for use with specific type of panels, sheets, or assemblies; and for substrate application; as recommended in writing by visual display unit manufacturer. 2.08 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, AA-M12C22A31, Class II, 0.010 mm or thicker. PART 3-EXECUTION 3.01 INSTALLATION A. General: Install visual display surfaces in locations and at mounting heights indicated on Drawings. Keep perimeter lines straight, level, and plumb. Provide grounds, clips, backing materials, adhesives, brackets, anchors, trim, and accessories necessary for complete installation. END OF SECTION 10 1100 VISUAL DISPLAY UNITS 10 1100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 14 16 - PLAQUES PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Metal plaques. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For plaques. 1. Include fabrication and installation details and attachments to other work. 2. Show plaque mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, and layout for each plaque at least half size. C. Samples: For each exposed product and for each color and texture specified. 1.03 INFORMATIONAL SUBMITTALS A. Sample warranty. 1.04 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of plaques that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five (5)years from date of Substantial Completion. PART 2-PRODUCTS 2.01 METAL PLAQUES A. Cast Plaque:Cast-metal plaque with background texture, border,and characters having uniform faces, sharp corners, and precisely formed lines and profiles; and as follows: 1. Plaque Material: Cast brushed aluminum. 2. Plaque Thickness: 0.50 inch. 3. Finishes: a. Brushed Aluminum Text and Borders - Integral Metal Finish: As selected by Architect from full range of industry finishes. PLAQUES 10 14 16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Painted Background: Baked-Enamel or Powder-Coat Finish: Manufacturer's standard, in color as selected by Architect from manufacturer's full range. C. Overcoat: Manufacturer's standard baked-on clear coating. 4. Background Texture: As selected by Architect from manufacturer's full range. 5. Integrally Cast Border Style: As indicated on Drawings. 6. Mounting: Concealed studs. 2.02 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of plaques, noncorrosive and compatible with each material joined, and complying with the following: 1. Use concealed fasteners and anchors unless indicated to be exposed. 2. For exterior exposure,furnish stainless-steel devices unless otherwise indicated. B. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M. 2.03 FABRICATION A. General: Provide manufacturer's standard plaques according to requirements indicated. 1. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 2. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces. 3. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 4. Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners that match plaque finish. S. Castings: Fabricate castings free of warp, cracks, blowholes, pits, scale, sand holes, and other defects that impair appearance or strength. Grind, wire brush, sandblast, and buff castings to remove seams, gate marks, casting flash, and other casting marks before finishing. B. Surface-Engraved Graphics: Machine-engrave characters and other graphic devices into indicated plaque surface to produce precisely formed copy, incised to uniform depth. 1. Engraved Metal: Fill engraved graphics with manufacturer's standard baked enamel. PLAQUES 10 14 16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 INSTALLATION OF METAL PLAQUES A. General: Install plaques using mounting methods indicated and according to manufacturer's written instructions. 1. Install plaques level, plumb, true to line, and at locations and heights indicated, with plaque surfaces free of distortion and other defects in appearance. 2. Install plaques so they do not protrude or obstruct according to the accessibility standard. 3. Before installation, verify that plaque surfaces are clean and free of materials or debris that would impair installation. 4. Corrosion Protection:Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals,with a heavy coat of bituminous paint. B. Mounting Methods: 1. Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of plaque. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place plaque in position and push until flush to surface, embedding studs in holes. Temporarily support plaque in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place plaque in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface,and tighten. C. Remove temporary protective coverings and strippable films as plaques are installed. END OF SECTION 10 14 16 PLAQUES 10 14 16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 14 19 - DIMENSIONAL LETTER SIGNAGE PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Dimensional characters. a. Cutout dimensional characters. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For signs. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list,typestyles, graphic elements, and layout for each sign at least half size. C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. 1. Include representative Samples of available typestyles and graphic symbols. D. Product Schedule: For dimensional letter signs. Use same designations indicated on Drawings or specified. 1.03 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: a. Deterioration of finishes beyond normal weathering. b. Separation or delamination of sheet materials and components. 2. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.01 DIMENSIONAL CHARACTERS A. Cutout Characters: Characters with uniform faces; square-cut, smooth edges; precisely formed lines and profiles; and as follows: DIMENSIONAL LETTER SIGNAGE 10 14 19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Character Material: Sheet or plate aluminum. 2. Character Height:As indicated on Drawings. 3. Thickness: 0.25 inch. 4. Finishes: a. Baked-Enamel or Powder-Coat Finish: Manufacturer's standard, in color as selected by Architect from manufacturer's full range. 5. Mounting: Concealed studs. 6. Typeface:As indicated on Drawings. 2.02 DIMENSIONAL CHARACTER MATERIALS A. Aluminum Sheet and Plate: ASTM B209, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. B. Paints and Coatings for Sheet Materials: Inks, dyes, and paints that are recommended by manufacturer for optimum adherence to surface and are UV and water resistant for colors and exposure indicated. 2.03 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following: 1. Use concealed fasteners and anchors unless indicated to be exposed. 2. Sign Mounting Fasteners: a. Concealed Studs:Concealed (blind),threaded studs welded or brazed to back of sign material, screwed into back of sign assembly, or screwed into tapped lugs cast integrally into back of cast sign material, unless otherwise indicated. B. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M. 2.04 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Preassemble signs and assemblies in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in locations concealed from view after final assembly. 2. Comply with AWS for recommended practices in welding and brazing. Provide welds and brazes behind finished surfaces without distorting or discoloring DIMENSIONAL LETTER SIGNAGE 10 14 19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces. 2.05 GENERAL FINISH REQUIREMENTS A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated. 2.06 ALUMINUM FINISHES A. Baked-Enamel or Powder-Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. B. Verify that sign-support surfaces are within tolerances to accommodate signs without gaps or irregularities between backs of signs and support surfaces unless otherwise indicated. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION OF DIMENSIONAL CHARACTERS A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb,true to line,and at locations and heights indicated,with sign surfaces free of distortion and other defects in appearance. 2. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 3. Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. B. Mounting Methods: DIMENSIONAL LETTER SIGNAGE 10 14 19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place sign in position and push until flush to surface, embedding studs in holes.Temporarily support sign in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place sign in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface, and tighten. 3.03 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed characters and signs that do not comply with specified requirements. Replace characters with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions, and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 10 14 19 DIMENSIONAL LETTER SIGNAGE 10 14 19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 14 23.16 - ROOM-IDENTIFICATION PANEL SIGNAGE PART 1-GENERAL 1.01 SUMMARY A. Section includes room-identification signs that are directly attached to the building. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For room-identification signs. 1. Provide a sign with a name and room number for each room as directed by Owner and at other locations as required by applicable building codes.Verify room names and numbers with Owner. The names and numbers used in the construction documents may not be the same as those desired by the Owner for the final installation. 2. Include fabrication and installation details and attachments to other work. 3. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 4. Show message list, typestyles, graphic elements, including raised characters and Braille, and layout for each sign at least half size. C. Samples: For each exposed product and for each color and texture specified. 1.03 INFORMATIONAL SUBMITTALS A. Sample warranty. 1.04 CLOSEOUT SUBMITTALS A. Maintenance data. 1.05 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Accessibility Standard: Comply with applicable provisions in the LISDOJ's "2010 ADA Standards for Accessible Design",Texas Accessibility Standards and ICC A117.1. ROOM-IDENTIFICATION PANEL SIGNAGE 10 14 23.16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 ROOM-IDENTIFICATION SIGNS A. Room-Identification Sign: Sign with smooth, uniform surfaces; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles; and as follows: 1. Laminated-Sheet Sign: Polymer face sheet with raised graphics laminated to acrylic backing sheet to produce composite sheet. a. Composite-Sheet Thickness: Manufacturer's standard for size of sign. b. Surface-Applied Graphics:Applied "tactile"signage,with letters raised minimum of 1/32 inch and Grade II braille. C. Color(s): As selected by Architect from manufacturer's full range. 2. Sign-Panel Perimeter: Finish edges smooth. a. Edge Condition: As indicated on Drawings. b. Corner Condition in Elevation:As indicated on Drawings. 3. Backing Plate: Furnish and install a plain acrylic backing plate at all signage mounted to glazing. Color to match sign. 4. Mounting: Surface mounted to wall or glazing with two-face tape. 2.03 SIGN MATERIALS A. Acrylic Sheet: ASTM D 4802, category as standard with manufacturer for each sign, Type UVF (UV filtering). 2.04 ACCESSORIES A. Two-Face Tape: Manufacturer's standard high-bond, foam-core tape, 0.045 inch thick, with adhesive on both sides. 2.05 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 2. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. B. Subsurface-Applied Graphics:Applygraphicsto back face ofclearface-sheet material to produce precisely formed image. Image shall be free of rough edges. C. Subsurface-Etched Graphics: Reverse etch back face of clear face-sheet material. Fill resulting copy with manufacturer's standard enamel.Apply opaque manufacturer's standard background color coating over enamel-filled copy. ROOM-IDENTIFICATION PANEL SIGNAGE 10 14 23.16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 INSTALLATION A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Install signs so they do not protrude or obstruct according to the accessibility standard. 3. Before installation,verify that sign surfaces are clean and free of materials or debris that would impair installation. B. Mounting Methods: 1. Two-Face Tape: Clean bond-breaking materials from substrate surface and remove loose debris.Apply tape strips symmetrically to back of sign and of suitable quantity to support weight of sign without slippage. Keep strips away from edges to prevent visibility at sign edges. Place sign in position, and push to engage tape adhesive. END OF SECTION 10 14 23.16 ROOM-IDENTIFICATION PANEL SIGNAGE 10 14 23.16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 2113.19 - PLASTIC TOILET COMPARTMENTS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Solid-plastic toilet compartments configured as toilet enclosures and urinal screens. B. Related Requirements: 1. Section 06 10 00 "Rough Carpentry" for blocking. 2. Section 09 22 16 "Non-Structural Metal Framing" for blocking. 3. Section 10 28 00 "Toilet, Bath, and Laundry Accessories" for accessories mounted on toilet compartments. 1.02 ACTION SUBMITTALS A. Product Data: 1. Solid-plastic toilet compartments. B. Shop Drawings: For solid-plastic toilet compartments. 1. Include plans, elevations, sections, details, and attachment details. C. Samples: For each type of toilet compartment material indicated. 1.03 INFORMATIONAL SUBMITTALS A. Certificates: 1. Product Certificates: For each type of toilet compartment by manufacturer. 1.04 CLOSEOUT SUBMITTALS A. Maintenance data. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire Performance:Tested in accordance with, and pass the acceptance criteria of, NFPA 286. B. Regulatory Requirements: Comply with applicable provisions in the U.S. Department of Justice "2010 ADA Standards for Accessible Design" and ICC A117.1 and Texas Accessibility Code requirements for toilet compartments designated as accessible. PLASTIC TOILET COMPARTMENTS 10 2113.19- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 SOLID-PLASTIC TOILET COMPARTMENTS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. ASI Global Partitions. 2. Scranton Products. B. Toilet-Enclosure Style: Overhead braced. C. Urinal-Screen Style: Wall hung Overhead braced. D. Door, Panel, Screen, and Pilaster Construction: Solid, high-density polyethylene (HDPE) panel material, not less than 1 inch thick, seamless, with eased edges, no-sightline system, and with homogenous color and pattern throughout thickness of material. 1. Integral Hinges: Configure doors and pilasters to receive integral hinges. 2. Heat-Sink Strip: Manufacturer's standard continuous, stainless steel strip fastened to exposed bottom edges of solid-plastic components to hinder malicious combustion. 3. Color and Pattern: Two colors and patterns in each room as selected by Architect from manufacturer's full range. E. Pilaster Shoes and Sleeves (Caps): Manufacturer's standard design; polymer. F. Urinal-Screen Post: Manufacturer's standard post design of material matching the thickness and construction of pilasters; with shoe and sleeve (cap) matching that on the pilaster. G. Brackets (Fittings): 1. Full-Height (Continuous)Type: Manufacturer's standard design; stainless steel. 2.03 HARDWARE AND ACCESSORIES A. Hardware and Accessories, Heavy Duty: Manufacturer's heavy-duty operating hardware and accessories. 1. Hinges: Manufacturer's standard integral hinge for solid polymer doors. 2. Latch and Keeper: Manufacturer's heavy-duty,surface-mounted,cast-stainless steel latch unit, designed to resist damage due to slamming, with combination rubber-faced door strike and keeper, and with provision for emergency access. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. Mount with through bolts. 3. Coat Hook: Manufacturer's heavy-duty combination cast-stainless steel hook and rubber- tipped bumper, sized to prevent inswinging door from hitting compartment-mounted accessories. Mount with through bolts. 4. Door Bumper: Manufacturer's heavy-duty, rubber-tipped, cast-stainless steel bumper at outswinging doors. Mount with through bolts. PLASTIC TOILET COMPARTMENTS 10 2113.19-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 5. Door Pull: Manufacturer's heavy-duty, cast-stainless steel pull at outswinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. Mount with through bolts. 2.04 MATERIALS A. Aluminum Castings: ASTM B26/B26M. B. Aluminum Extrusions: ASTM B221. C. Brass Castings: ASTM B584. D. Brass Extrusions: ASTM B455. E. Stainless Steel Sheet: ASTM A240/A240M or ASTM A666, Type 304, stretcher-leveled standard of flatness. F. Stainless Steel Castings: ASTM A743/A743M. G. Zamac: ASTM B86, commercial zinc-alloy die castings. 2.05 FABRICATION A. Fabrication, General: Fabricate toilet compartment components to sizes indicated. Coordinate requirements and provide cutouts for through-partition toilet accessories where required for attachment of toilet accessories. B. Overhead-Braced Units: Provide manufacturer's standard corrosion-resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. C. Floor-and-Ceiling-Anchored Units: Provide manufacturer's standard corrosion-resistant anchoring assemblies with leveling adjustment nuts at tops and bottoms of pilasters. Provide shoes and sleeves (caps) at pilasters to conceal anchorage. D. Urinal-Screen Posts: Provide manufacturer's standard corrosion-resistant anchoring assemblies with leveling adjustment nuts at bottoms of posts. Provide shoes and sleeves (caps) at posts to conceal anchorage. E. Door Size and Swings: Unless otherwise indicated, provide 24-inch- wide, inswinging doors for standard toilet compartments and 36-inch- wide, outswinging doors with a minimum 32-inch- wide, clear opening for compartments designated as accessible. PART 3-EXECUTION 3.01 INSTALLATION OF PLASTIC TOILET COMPARTMENTS A. General: Comply with manufacturer's written installation instructions. Install units rigid, straight, level,and plumb.Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: PLASTIC TOILET COMPARTMENTS 10 2113.19-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Pilasters and Panels: 1/2 inch. b. Panels and Walls: 1 inch. 2. Full-Height (Continuous) Brackets: Secure panels to walls and to pilasters with full-height brackets. a. Locate bracket fasteners, so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Overhead-Braced Units:Secure pilasters to floor and level, plumb,and tighten.Set pilasters with anchors penetrating not less than 1-3/4 inches into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels and adjust, so tops of doors are parallel with overhead brace when doors are in closed position. C. Floor-and-Ceiling-Anchored Units: Secure pilasters to supporting construction and level, plumb, and tighten. Hang doors and adjust, so doors are level and aligned with panels, when doors are in closed position. D. Urinal Screens: Attach with anchoring devices to suit supporting structure. Set units level and plumb, rigid, and secured to resist lateral impact. 3.02 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on inswinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on outswinging doors to return doors to fully closed position. END OF SECTION 10 2113.19 PLASTIC TOILET COMPARTMENTS 10 2113.19-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 26 00 -WALL CORNER PROTECTION PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Corner guards. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, impact strength, dimensions of individual components and profiles, and finishes. B. Samples for Initial Selection: For each type of impact-resistant wall-protection unit indicated, in each color and texture specified. C. Samples for Verification: For each type of exposed finish on the following products, prepared on Samples of size indicated below: 1. Corner Guards: 12 inches long. 1.04 DELIVERY,STORAGE,AND HANDLING A. Store wall and door protection in original undamaged packages and containers inside well- ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity. 1. Maintain room temperature within storage area at not less than 70 deg F during the period plastic materials are stored. 2. Keep plastic materials out of direct sunlight. 3. Store plastic wall- and door-protection components for a minimum of 72 hours, or until plastic material attains a minimum room temperature of 70 deg F. a. Store corner-guard covers as directed by Manufacturer. 1.05 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of wall- and door- protection units that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: WALL CORNER PROTECTION 10 26 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Structural failures including detachment of components from each other or from the substrates, delamination, and permanent deformation beyond normal use. b. Deterioration of metals, metal finishes, plastics, and other materials beyond normal use. 2. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Source Limitations: Obtain wall- and door-protection products from single source from single manufacturer. 2.02 PERFORMANCE REQUIREMENTS A. Surface Burning Characteristics: Comply with ASTM E 84 or UL 723;testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. 2.03 CORNER GUARDS A. Surface-Mounted, Opaque Flexible Vinyl Corner Guards: Fabricated as one piece; with formed edges; fabricated with 90-or 135-degree turn to match wall condition. 1. Basis-of-Design Product: Subject to compliance with requirements, provide Tarkett Johnsonite Flexible Vinyl Corner Guards, Model VBG-XX-A or a comparable product. 2. Wing Size: Nominal 1-1/2 by 1-1/2 inch. 3. Height: As indicated on Drawings. 4. Mounting: Adhesive. 5. Color and Texture: As selected by Architect from manufacturer's full range. 2.04 MATERIALS A. Flexible Vinyl. B. Adhesive: As recommended by protection product manufacturer. 2.05 FABRICATION A. Fabricate wall and door protection according to requirements indicated for design, performance, dimensions, and member sizes, including thicknesses of components. WALL CORNER PROTECTION 10 26 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.06 FINISHES A. Appearance of Finished Work: Noticeable variations in same piece are not acceptable.Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates and wall areas,with Installer present,for compliance with requirements for installation tolerances, fire rating, and other conditions affecting performance of the Work. B. Examine walls to which wall and door protection will be attached for blocking, grounds, and other solid backing that have been installed in the locations required for secure attachment of support fasteners. 1. For wall and door protection attached with adhesive, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Complete finishing operations, including painting, before installing wall and door protection. B. Before installation, clean the substrate to remove dust, debris, and loose particles. 3.03 INSTALLATION A. Installation Quality: Install corner protection according to manufacturer's written instructions, level, plumb, and true to line without distortions. Do not use materials with chips, cracks,voids, stains, or other defects that might be visible in the finished Work. B. Mounting Heights: Install wall and door protection in locations and at mounting heights indicated on Drawings. 3.04 CLEANING A. Immediately after completion of installation, clean plastic covers and accessories using a standard ammonia-based household cleaning agent. B. Remove excess adhesive using methods and materials recommended in writing by manufacturer. END OF SECTION 10 26 00 WALL CORNER PROTECTION 10 26 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 28 00 -TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Public-use washroom accessories. 2. Public-use shower room accessories. 3. Custodial accessories. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each finish specified,full size. 1. Approved full-size Samples will be returned and may be used in the Work. 1.03 INFORMATIONAL SUBMITTALS A. Sample warranties. 1.04 CLOSEOUT SUBMITTALS A. Maintenance data. 1.05 WARRANTY A. Manufacturer's Special Warranty for Mirrors: Manufacturer agrees to repair or replace mirrors that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Structural Performance: Design accessories and fasteners to comply with the following requirements: 1. Grab Bars: Installed units are able to resist 250 Ibf concentrated load applied in any direction and at any point. TOILET, BATH,AND LAUNDRY ACCESSORIES 10 28 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. A&J Washroom Accessories. 2. ASI American Specialties, Inc.; ASI Group. 3. Bobrick Washroom Equipment, Inc. 4. Bradley Corporation. S. Gamco Commercial Restroom Accessories; Bobrick Washroom Equipment, Inc. 2.03 PUBLIC-USE WASHROOM ACCESSORIES A. Grab Bar TA-1 and TA-2: 1. Basis of Design: Bobrick B-6806 Series. a. TA-1: Bobrick B-6806 x 36". b. TA-2: Bobrick B-6806 x 42". 2. Mounting: Flanges with concealed fasteners. 3. Material: Stainless steel, 0.05 inch thick. a. Finish: Smooth,ASTM A480/A480M No.4 finish (satin). 4. Outside Diameter: 1-1/2 inches. 5. Configuration and Length:As indicated on Drawings. B. Toilet Tissue Dispenser TA-3: 1. Basis of Design: Bobrick B-2888. 2. Mounting: Surface mounted. 3. Door or Cover:22 gauge stainless steel doorwith 18 gauge stainless steel frame. Equipped with tumbler lock. 4. Capacity:Two standard-core toilet tissue rolls up to 5-1/4 inches diameter. Extra roll shall automatically drop in place when bottom roll is depleted. 5. Material and Finish: Type 304 Stainless steel,ASTM A480/A480M No. 4 finish (satin). C. Sanitary-Napkin Disposal Unit TA-4: 1. Basis of Design: Bobrick B-270. 2. Mounting: Surface mounted. 3. Door or Cover: Self-closing, disposal-opening cover. 4. Material and Finish: Stainless steel, ASTM A480/A480M No. 4 finish (satin). TOILET, BATH,AND LAUNDRY ACCESSORIES 10 28 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Paper Towel Dispenser TA-5: 1. Basis of Design: Bobrick B-262. 2. Mounting: Surface mounted. 3. Door or Cover: 22 gauge stainless steel door with 22 gauge stainless steel cabinet. Equipped with tumbler lock. 4. Capacity: 400 C-fold or 525 multifold paper towels. 5. Material and Finish: Type 304 Stainless steel,ASTM A480/A480M No. 4 finish (satin). E. Soap Dispenser TA-6: 1. Basis of Design: Bobrick B-2111. 2. Mounting: Surface mounted. 3. Door or Cover: 22 gauge stainless steel container with clear acrylic refill-indicator window and a locked, hinged stainless steel lid for top filling. 4. Valve: Black molded plastic button and spout. Valve shall be operable with one hand and with less than 5 pounds of force in accordance with the Texas Accessibility Standards. 5. Capacity: 40 fl. oz. 6. Material and Finish: Type 304 Stainless steel,ASTM A480/A480M No. 4 finish (satin). F. Mirror Unit TA-7: 1. Frame: Type 430 Stainless steel channel, 1/2"x 1/2" x 3/8" with bright polished finish. a. Corners: Manufacturer's standard. 2. Size: 24" by 36". 3. Hangers: Manufacturer's standard rigid, tamper and theft resistant. G. Mirror Unit TA-8: 1. Frame: Type 430 Stainless Steel channel,%" x%" x 3/8"with bright polished finish. a. Corners: Manufacturer's standard. 2. Size: 48"x 36". 3. Hangers: Manufacturer's standard rigid, tamper and theft resistant. 2.04 PUBLIC-USE SHOWER ROOM ACCESSORIES A. Grab Bar TA-10,TA-16 and TA-17: 1. Basis of Design: Bobrick B-6806 Series. a. TA-10: Bobrick B-6806 x 18" vertical. b. TA-16: Bobrick B-6806 x 32". C. TA-17: Bobrick B-6806 x 26". TOILET, BATH,AND LAUNDRY ACCESSORIES 10 28 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Mounting: Flanges with concealed fasteners. 3. Material: Stainless steel, 0.05 inch thick. a. Finish: Smooth, ASTM A480/A480M No.4 finish (satin). 4. Outside Diameter: 1-1/2 inches. 5. Configuration and Length:As indicated on Drawings. B. Shower Curtain Rod TA-12: 1. Basis of Design: Bobrick B-6047. 2. Description: 1-1/4-inch-outside diameter, straight rod. 3. Configuration: As indicated on Drawings 4. Mounting Flanges: Exposed fasteners; in material and finish matching rod. 5. Rod Material and Finish: Stainless steel, ASTM A480/A480M No.4 finish (satin). C. Shower Curtain Liner TA-12: 1. Basis of Design: Bobricl<204. 2. Size: Minimum 12 inches wider than opening by 72 inches high. 3. Material: Vinyl, minimum 0.008 inch thick, opaque, matte. 4. Color: White. 5. Grommets: Corrosion resistant at minimum 6 inches o.c.through top hem. 6. Shower Curtain Hooks: Chrome-plated or stainless steel, spring wire curtain hooks with snap fasteners,sized to accommodate specified curtain rod. Provide one hook per curtain grommet. D. Robe Hook (Towel Pin)TA-13: 1. Basis of Design: Bobricl<B-677. 2. Description: 3-3/8 inch long, Single-prong unit. 3. Material and Finish: Stainless steel, ASTM A480/A480M No. 7 finish (polished). 2.05 FABRICATION A. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. TOILET, BATH,AND LAUNDRY ACCESSORIES 10 28 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 INSTALLATION A. Install accessories in accordance with manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. 1. Install all accessories in accordance with the Texas Accessibility Standards. 2. Remove temporary labels and protective coatings. B. Grab Bars: Install to comply with specified structural-performance requirements. END OF SECTION 10 28 00 TOILET, BATH,AND LAUNDRY ACCESSORIES 10 28 00-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 44 00 - FIRE PROTECTION SPECIALTIES PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Fire-protection cabinets for portable fire extinguishers. 2. Portable, hand-carried fire extinguishers. 3. Accessories. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For fire-protection cabinets. 1.03 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.04 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers and fire extinguisher cabinets that fail in materials or workmanship within specified warranty period. B. Warranty Period: 5 years from date of Substantial Completion. 1.05 COORDINATION A. Coordinate size of fire-protection cabinets to ensure that type and capacity of fire extinguishers indicated are accommodated. B. Coordinate sizes and locations of fire-protection cabinets with wall depths. PART 2-PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. FIRE PROTECTION SPECIALTIES 10 44 00- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2.02 FIRE-PROTECTION CABINET A. Cabinet Type: Suitable for MP5 fire extinguisher. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following a. Babcock-Davis. b. J. L. Industries, Inc.;Activar Construction Products Group, Inc.; Cosmopolitan. C. Larsen's Manufacturing Company. d. Potter Roemer LLC; a Division of Morris Group International. 2. Basis of Design: Larsen's Manufacturing Company, Model AL-R-2409, Semi-recessed, non-fire-rated cabinet. B. Cabinet Construction: 1. Construct cabinets with white baked enamel cold-rolled steel. Provide factory-drilled mounting holes. C. Semi-recessed Cabinet: One-piece combination trim and perimeter door frame overlapping surrounding wall surface,with exposed trim face and wall return at outer edge (backbend). 1. Rolled-Edge Trim: 1-1/2-inch. D. Cabinet Trim Material: Stainless steel sheet. E. Door Material: Stainless steel sheet. F. Door Style: Fully glazed panel with frame and "Larson-Loc" security feature. G. Door Glazing:Acrylic sheet. 1. Clear transparent acrylic sheet. H. Door Hardware: Manufacturer's standard door-operating hardware of proper type for cabinet type,trim style, and door material and style indicated. I. Cabinet Accessories: 1. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as directed by Architect. a. Identify fire extinguisher in fire-protection cabinet with the words "FIRE EXTINGUISHER." 1) Location: Applied to cabinet glazing. 2) Application Process: Pressure-sensitive vinyl letters. 3) Lettering Color: Red. 4) Orientation:Vertical. J. Materials: FIRE PROTECTION SPECIALTIES 10 44 00-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Stainless Steel:ASTM A240/A240M or ASTM A666,Type 304. a. Finish: ASTM A480/A480M No. 4 directional satin finish. K. Locations: Where indicated or scheduled on drawings. 2.03 PORTABLE, HAND-CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each fire-protection cabinet and mounting bracket indicated. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following a. Babcock-Davis. b. J. L. Industries, Inc.;Activar Construction Products Group, Inc. C. Kidde; Carrier Global Corporation. d. Larsen's Manufacturing Company. e. Potter Roemer LLC; a Division of Morris Group International. 2. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix B, and bar coding for documenting fire-extinguisher location, inspections, maintenance, and recharging. B. MP5 Series Multipurpose Dry-Chemical Type A:B:C. UL-rated 5 lbs. nominal capacity, with monoammonium phosphate-based dry chemical in manufacturer's standard enameled container. 1. Basis of Design: Larsen's Manufacturing Company, Model MPS. C. CD10 Series Liquid Carbon Dioxide Type B:C. UL-rated 10 lbs. nominal capacity in manufacturer's standard enameled container. Located in Electrical and IT rooms. 1. Basis of Design: Larsen's Manufacturing Company, Model CD10. 2.04 MOUNTING BRACKETS Suitable for CD10 Series fire extinguisher. Where indicated on Drawings and as scheduled. A. Mounting Brackets: Manufacturer's standard galvanized steel, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or red baked-enamel finish. Provide strap to secure extinguisher to bracket. B. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. 1. Identify bracket-mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. FIRE PROTECTION SPECIALTIES 10 44 00-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Orientation:Vertical. 2.05 CABINET FABRICATION A. Fire-Protection Cabinets: Provide manufacturer's standard box(tub)with trim,frame,door,and hardware to suit cabinet type, trim style, and door style indicated. PART 3-EXECUTION 3.01 INSTALLATION A. Prepare recesses for semi-recessed fire-protection cabinets as required by type and size of cabinet and trim style. B. Install fire-protection cabinets in locations and at mounting heights indicated or,if not indicated, at heights acceptable to authorities having jurisdiction. Top of fire extinguisher to be located above finished floor at height required by the Texas Accessibility Standards. C. Fire-Protection Cabinets: Fasten cabinets to structure, square and plumb. D. Identification: Apply vinyl lettering at locations indicated. E. Adjust fire-protection cabinet doors to operate easily without binding. Verify that integral locking devices operate properly. F. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. G. Install fire extinguishers in fire protection cabinets and mounting brackets at locations indicated on the drawings and in compliance with requirements of authorities having jurisdiction. H. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated. 1. Mounting Height: Top of fire extinguisher to be located above finished floor at height required by the Texas Accessibility Standards. END OF SECTION 10 44 00 FIRE PROTECTION SPECIALTIES 10 44 00-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 10 5126— HDPE LOCKERS PART 1- GENERAL 1.01 SECTION INCLUDES A. Standard-duty HDPE lockers. B. Locker Benches. 1.02 RELATED REQUIREMENTS A. Section 06 10 53—Miscellaneous Rough Carpentry for wood blocking and nailers. 1.03 REFERENCES A. ADA Standards—2010 ADA Standards for Accessible Design; 2010. B. ASTM E84—Standard Test Method for Surface Burning Characteristics of Building Materials; 2023d. C. ICC A117.1—Accessible and Usable Buildings and Facilities; 2017. 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements for submittal procedures. B. Product Data: Manufacturer's published data on locker construction, sizes, and accessories for each product used. 1. Care and maintenance information. C. Shop Drawings: Indicate locker plan layout, including minimum required dimensions for installation, elevations of each locker type. D. Samples: Two (2), 3- by 3-inches (76 by 76 mm) in size, indicating and color and finish of locker material. E. Manufacturer's Instructions: Indicate installation of each configuration indicated. F. Manufacturer's qualification statement. HDPE LOCKERS 10 51 26- 1 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum three (3)years documented experience. 1.06 DELIVERY,STORAGE,AND HANDLING A. See Section 0174 19—Construction Waste Management and Disposal for packaging waste requirements. B. Protect locker and bench finish and adjacent surfaces from damage. C. Inspect lockers and benches upon receipt of delivery, and store in secure area until ready for assembly or installation. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: ASI Storage Solutions, located at 2171 Liberty Hill Road, Eastanollee, GA 30538.Tel: 706-827-2700.Web: www.asi-storage.com. 2.02 PERFORMANCE REQUIREMENTS A. Accessibility: Comply with ICC A117.1 ADA Standards,Accessibility Guidelines and the Texas Accessibility Standards. 2.03 STANDARD-DUTY HDPE LOCKERS A. Student Lockers,Traditional HDPE Collection by ASI Storage Solutions. 1. Selectable Attributes: a. Locker Configuration: Single tier. b. Accessible Units: Lockers constructed to comply with referenced accessibility standards are indicated on drawings. c. Width: 18 inches (457 mm). d. Depth: 18 inches (457 mm). e. Enclosed Locker Height: 72 inches (182 cm). HDPE LOCKERS 10 51 26-2 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 f. Interior Color: Manufacturer's standard, homogeneous, natural color throughout. g. Exterior Color: Selected from manufacturer's standard colors. h. Ventilation Type: Horizontal slotted door. 2. Innate Attributes: a. Locker Body Components: Made of solid plastic panels of the following type and minimum thickness: 1) Solid, High-Density Polyethylene (HDPE): Tested in accordance with ASTM E84, Class B; homogeneous color throughout. (a) Smoke Developed Index: Not to exceed 450. (b) Flame Spread Index: Not to exceed 75. b. HDPE Component Thickness: 1) Door and Door Frame: 1/2 inch (13 mm). 2) Back: 3/8 inch (9.5 mm), minimum. 3) Side: 3/8 inch (9.5 mm), minimum. 4) Top: 3/8 inch (9.5 mm), minimum. 5) Shelf: 3/8 inch (9.5 mm), minimum. 6) Bottom: 3/8 inch (9.5 mm), minimum. c. Door Frame: Manufactured from single sheet of high-density polyethylene. Separate horizontal and vertical frame members will not be approved. d. Door Latching: Multipoint with a full height, spring loaded latch bar manufactured of 1/2-inch (13 mm)thick sheet of high-density polyethylene and securely mounted on interior face of locker door. Latch bar engages door frame at a minimum of two locations per door. e. Hinges: Full height, continuous type, 16 gauge, A-coated steel, black finish. f. Handle: One piece, recessed cup formed from black HDPE and securely mounted to interior of each door for smooth operation with integral latch bar. Capable of accepting various locking mechanisms. g. Latching Type: Positive, automatic-type locking device allowing locker door to be locked when open,then closed without unlocking. HDPE LOCKERS 10 51 26-3 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 h. Locking Type: Hasps for combination locks provided by owner. i. Number Plates: Polished aluminum number plate with black numerals 3/8 inch (9.5 mm) high. Attached to door with rivets. j. Accessories: 1) Base:4-inch (100 mm) high, 1-inch (25 mm)thick, black HDPE base. 2) Top: Integral, natural flat top only. 3) Trim: Select for filler panels. (a) Material: 1/2-inch (13 mm)thick HDPE; color to match lockers. k. Interior Equipment: 1) Shelf: Included. 2) Wall Hook:Two (2) single-prong hooks. 3) Ceiling Hook: Not included. 4) Coat Rod: Included. 2.04 LOCKER BENCHES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Art Metal Products 2. ASI Storage Solutions 3. Hadrian Inc.; Zurn Industries, LLC 4. List Industries Inc. 5. Lyon LLC 6. Penco Products, Inc. 7. Top Tier Storage Products B. Provide bench units with overall assembly height between 17 inches and 19 inches. HDPE LOCKERS 10 51 26-4 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Bench Tops: Manufacturer's standard one-piece units,with rounded corners and edges. 1. Size: 20 inches wide by 42 inches long by 1-1/4 inches thick where accessible benches are indicated. 2. Laminated clear hardwood with one coat of clear sealer on all surfaces and one coat of clear lacquer on top and sides. D. Fixed-Bench Pedestals (for accessible bench): Manufacturer's standard supports,with predrilled fastener holes for attaching bench top and anchoring to floor, complete with fasteners and anchors, and as follows: 1. Tubular Steel: a. 1-1/2-inch-diameter, ASTM A500/A500M, cold rolled steel tubing threaded on both ends, with standard pipe flange at top and bell-shaped cast-iron base; with baked- enamel or powder-coat finish; anchored with exposed fasteners. b. Color: As selected by Architect from manufacturer's full range. PART 3- EXECUTION 3.01 EXAMINATION A. Verify existing conditions and filed dimensions meet manufacturer's requirements before starting work. 3.02 INSTALLATION A. Install in accordance with manufacturer's written instructions. B. Place and secure on prepared base. C. Install lockers plumb and square. D. Secure lockers with anchor devices to suit substrate materials. E. Bold adjoining locker units together to provide rigid installation. F. Install filler panels. G. Fixed Benches: Provide no fewer than two pedestals for each bench, uniformly spaced not more than 36 inches apart. Securely fasten tops of pedestals to undersides of bench tops, and anchor pedestals to floor. HDPE LOCKERS 10 51 26-5 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.03 ADJUSTING A. Adjust moving parts for smooth operation. 1. Adjust doors and latches to operate without binding. 2. Verify latches are operating properly. 3. Adjust built-in locks to prevent binding. 3.04 CLEANING A. See Section 0177 00—Closeout Procedures for additional requirements. B. Clean interior and exterior surfaces of lockers. 3.05 PROTECTION A. Protect finishes until completion of project. B. Touch up damaged finishes after Substantial Completion. END OF SECTION 10 5126 HDPE LOCKERS 10 51 26-6 Whitecap Wastewater Treatment Plant Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 1153 13— LABORATORY DUCTED FUME HOODS PART 1- GENERAL 1.01 SUMMARY A. This Specification identifies the minimum material and construction standards that are required to provide a safe work environment for the end user. Fume hoods shall be supplied and delivered in accordance to this specification. B. Hoods will function as a ventilated enclosed workspace which is designed to capture any and all fumes,vapors, and particulates within the enclosure. 1.02 SECTION INCLUDES A. Laboratory fume hoods. 1.03 RELATED SECTIONS A. Section 12 36 53—Epoxy Resin Countertops. B. Section 12 35 53—Metal Laboratory Casework. C. Division 23— HVAC D. Division 26— Electrical E. Related work to be performed by others: 1. Final installation (connections) of all plumbing, electrical, and service fixtures attached to the fume hood or countertop excluding piping and wiring inside the fume hood. 2. Final connection to service lines of all plumbing, electrical, and service fixtures attached to laboratory casework or fume hoods. 1.04 REFERENCES A. SEFA 1-2020: Laboratory Fume Hoods—Design, Materials, Use and Testing Guidelines. B. UL 1805: Underwriters Laboratory LLC C. ADA(ATBCB ADAAG)Americans with Disabilities Act Accessories Guidelines. LABORATORY DUCTED FUME HOODS 1153 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.05 SUBMITTALS A. Shop Drawings: 1. Indicate equipment locations, large-scale plans, elevations, and cross sections, rough-in and anchor placement dimensions and tolerances and all required clearances. B. Product Data: 1. Submit manufacturer's data for each component and item of laboratory equipment specified. Include component dimensions, configurations, construction details,joint details, and attachments, utility and service requirements and locations. C. Selection Samples: 1. Submit 3"x 3" samples of finish for fume hood,work surfaces and for other pre-finished equipment and accessories for selection by Architect. D. Test Reports: 1. Submit test reports verifying conformance to test performances specified. 2. Submit independent tests as specified. E. Quality Control: 1. Test Reports: Manufacturer must send ASHRAE 110AM, NIH and EPA testing results from a third-party's letterhead to the Designer to assure user safety is met for bench hoods.This is a requirement. No exceptions. 2. UL 1805 Specification: Fume Hood must be Underwriter's Laboratories 1805 classified. The 1805 standard covers electrical and mechanical hazards, investigates the flammability materials and measures the effectiveness of airflow characteristics. Proper labeling must be affixed to the face of each fume hood indicating classification to the UL 1805 standard for Fume Hoods. UL listing covering electrical components only or other listings that do not encompass all issues covered in UL 1805 is insufficient. 3. Manufacturer must meet the Build America Buy America Act of 2021, which includes raw steel, manufacturing and assembly all done within the USA. 1.06 QUALITY ASSURANCE A. Single Source Responsibility: 1. Fume hood casework, work surfaces, and other laboratory equipment and accessories shall be manufactured or furnished b a single laboratory furniture company. LABORATORY DUCTED FUME HOODS 1153 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Fume hood must be UL 1805 listed. Fume hoods with only UL 61010 are not acceptable. B. Manufacturer's Qualifications: 1. Modern plant with proper tools, dies, fixtures, and skilled workers to produce high quality laboratory casework and equipment, and shall meet the following minimum requirements: a. 20-years or more experience in manufacturing laboratory fume hoods. b. Ten (10) installations of equal or larger size and requirements. c. Shall have a five (5)year warranty or longer as manufacturer standard warranty. C. Installer's Qualifications: 1. Factory certified by the manufacturer. 1.07 DELIVERY,STORAGE,AND HANDLING A. Schedule delivery of equipment so that spaces are sufficiently complete that equipment can be installed immediately following delivery. B. Protect finished surfaces from soiling or damage during handling and installation. Keep covered with polyethylene film or other protective coating. C. Protect all work surfaces throughout construction period with %-inch corrugated cardboard completely covering the top and securely taped to edges. Mark cardboard in large lettering "NO STANDING". 1.08 PROJECT CONDITIONS A. Delivery: 1. Do not deliver or install equipment until windows and doors are installed and, in the building, and the building is weather-tight. All plumbing, electrical, HVAC aside from final connections are installed above fume hoods. 2. All painting is completed and floor tile located below casework is installed. LABORATORY DUCTED FUME HOODS 1153 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.01 MANUFACTURER A. Basis of Design:The Solution Fume Hood,48" size, bench mounted as manufactured by: Air Master Systems, Corp; 6480 Norton Center Dr. Muskegon, MI 49441.Tel: (231) 798-1111; Fax: (231) 798-4000. Email: sales@airmastersystems.com Website: www.airmastersVstems.com B. Substitutions: Must have prior written approval and meet all requirements enclosed in specification including testing results from a third-party for EPA, NIH testing. 2.02 FUME HOOD MATERIALS A. Standard Materials: 1. Exterior Panels, Posts, Upper Front Panel,Airfoil and Furring Panels: Cold-rolled and leveled mild steel shall conform to ASTM A1008/A1008M. 2. Bypass Grilles: 18-gauge thick mild steel with upward directional louvers for CV and no louvers for VAV. 3. Upper Front Panel: 18-gauge thick mild steel without bypass. 4. Lower Foil: 16-gauge 304 stainless steel. 5. Screws: Stainless steel with corrosion resistant caps. 6. Safety Glass: Laminated safety-type%-inch. 7. Hoods to be cable/pulley with coated cable or chain/sprocket.To be selected upon each application. 8. Sash Pull: 16-gauge stainless steel with oval shaped louvers for bypass. 9. Electrical Components: Must be UL and CSA approved commercial grade. B. Fume Hood Liner: 1. FRP: Hood linings along with baffles shall be white fiberglass reinforced polyester thermoset resin of 3/16-inch thick. Minimum flexural strength of 15,000 psi,with a flame spread of less than 25 per ASTM A#E84. C. Ceiling Enclosures (Furring Panels): LABORATORY DUCTED FUME HOODS 1153 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Provide matching enclosure to fill space between the top of the fume hood and the ceiling. 2. Enclosures shall be self-standing and reinforced where required. Secure panels with self- tapping stainless steel screws that are not visible from front of hood. Front panel shall be removable without tools. No hinged access panels will be accepted as an alternate. 2.03 FUME HOOD CONSTRUCTION A. Rigid, self-supporting full frame shall be the interior structure which consists of an interior corrosion resistant liner and sheet steel outer shell.The double wall construction shall house the electrical and plumbing services. Maximum thickness of double wall to be 5-inches. Hoods must be a true full frame construction. Hoods using metal brackets and spacers to hold the interior and exterior panels together are unacceptable. Frame must be able to stand alone as a structure without any liners or brackets for support. No exceptions. B. Access to plumbing valves and other services concealed in the wall provided by exterior removable access panels, PVC gasket access panel from the interior or through removable front post. C. Exterior panel members shall be fastened by means of concealed devices. Exposed screws and two piece "Velcro" designs are not acceptable. D. Hood light fixture shall be LED fixture with sound rated ballast installed on the top panel. Must include lamps and fixtures. Provide switch with black acid resistant thermoplastic. E. Fume hood sash shall be full view with unobstructed side-to-side view of fume hood interior. Sash shall travel in a PVC track. Bottom,top, and side rails shall be rigid stainless steel tubing (16-ga wall)welded to form an integral structure. For safety reasons, bottom rail shall be a full width finger lift with bypass holes for bypass so the sash can be closed to 0.5-inches to the work surface.A single weight, ball bearing zinc plated steel pulley assembly with cable/chain retaining device shall maintain sash at any position with creep. Sash system is designed to prevent sash drop in the event of a cable or chain failure. Sash shall open and close against rubber stops. F. Access opening chamber(posts) and airfoil shall be radiuses to allow maximized clean sweeps of air into the hood.The airfoil shall be flush mount to the work surface so accidental spilling does not occur when removing items from the hood. Raised airfoils are not acceptable. For ADA fume hoods, a secondary containment trough shall be provided. Airfoil shall be 304 stainless steel. LABORATORY DUCTED FUME HOODS 1153 13-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 G. To maximize bypass under the airfoil, the epoxy top must be cut at an angle to get a clean sweep without creating eddies in the airflow.This assures clean sweep of work surface directly in front of user. H. Hoods shall not have a remote-control baffle system. Hoods should be designed to allow low and high temperatures as well as all molecular weights of gases to be expelled in an efficient manner without the use of adjustable baffles. Adjustable baffle systems are not acceptable. I. Electrical duplex outlets shown mounted on the face of the fume hoods shall be installed in the front posts and pre-wired to a junction box mounted on the top of the fume hood superstructure. Electrical devices shall be UL listed/classified. J. The minimum vertical rising sash height shall be 29-inches of opening with the full view of 36-inches. K. Attache corrosion resistant labels to units for basic fume hood safety/usage that include a QR code for easy access to manufacturer's safety video. No exceptions. 2.04 FUME HOOD ALARMS/CONTROLS A. An AFA 1000 face velocity monitor/alarm also includes a digital readout of face velocity. B. Any ducting product above the duct collar on the fume hood including blower, duct, dampers, etc.to be provided by Contractor.All VAV controllers will be provided by Contractor.A cutout for the VAV controller will be done at the fume hood manufacturing facility. PART 3- EXECUTION 3.01 INSTALLATION A. In addition to requirements of Section 11 53 13, install fume hoods in positions shown, align and set level with leveling devices. All fume hoods shall be square upon installation. B. Work in conjunction with allied trades installing ductwork, wiring and plumbing services for rough-in dimensions which will be shown on all approved drawings by designer. C. Apply small bead of sealant to junction the fume hood countertop and adjacent hood liner. D. Turn over to mechanical trades for final connections to the fume hood. END OF SECTION 1153 13 LABORATORY DUCTED FUME HOODS 1153 13-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 12 24 13 - ROLLER WINDOW SHADES PART 1-GENERAL 1.01 SUMMARY A. Section Includes 1. Manual Operated Roller Shades B. Related Work includes the following: 1. Section 06 10 53 "Miscellaneous Rough Carpentry" for wood blocking and grounds for mounting roller shades and accessories. 2. Section 07 92 00 "Joint Sealants" for sealing the perimeters of installation accessories for light-blocking shades with a sealant. 1.02 SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, features,finishes, and operating instructions for roller shades. B. Samples for Initial Selection: For each type and color of shadeband material. 1. Include Samples of accessories involving color selection. C. Product Schedule: For roller shades. D. Operation and Maintenance Data: For roller shades to include in maintenance manuals. 1.03 DELIVERY,STORAGE,AND HANDLING A. Deliver roller shades in factory packages, marked with manufacturer, product name, and location of installation using same designations indicated on Drawings. 1.04 JOB CONDITIONS A. Environmental Limitations: Do not install roller shades until construction and finish work in spaces, including painting, is complete and dry and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. B. Field Measurements: Where roller shades are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Allow clearances for operating hardware of operable glazed units through entire operating range. Notify Architect of installation conditions that vary from Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. ROLLER WINDOW SHADES 12 24 13- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. Hunter Douglas Architectural Window Coverings—13915 Danielson Street, Suite 100, Poway, CA 92064; Phone 800.727.8953 x1; Fax 800.205.9819; Website: www.hunterdouglasarchitectural.com/windowcoverings. B. Request for substitutions must be approved by architect in accordance with provisions of Section 0125 00—Submittal Procedures. 2.02 MANUAL RB 500 ROLLER SHADE A. Fabrics: 1. Solar Shades: Light Filtering Fabric—3%Open. a. Hunter Douglas "E Screen 7503. b. Fabric Weight: 11.6 oz/yd2 C. Composition: 36% Fiberglass, 64%Vinyl. 2. Blackout Shades: 0%Open. a. Hunter Douglas "SheerWeave 7100" b. Fabric Weight: 21.6 oz/yd2 C. Composition: PVC Coated Fiberglass Laminated with 2-ply 100% PVC Blackout Film, White Backing. 3. Horizontal stabilizing battens are not required, nor will they be accepted. B. Control Systems: 1. Clutch Operated: Chain-driven operator capable of lifting up to 20 pounds of weight with a maximum allowable pull force of 10 pounds. Utilization of adjustment-free continuous qualified T304 stainless ball chain with 110 lbs. breaking strength for precise control, smooth operation, and ensures a uniform look. Components must be maintenance-free from adjustments or lubrication for trouble-free lifetime operation. a. 90-pound breaking strength chains will not be accepted. b. Chain anchor device to be compliant with WCMA safety standard A100.1.1-2010 and must prevent the clutch system from moving the roller shade through lowering and raising if not properly installed as specified in ANSI Standard Section 6.5.2. 2. Dual Roller Shades: Universal mount steel brackets with 2 separate solar and room darkening blackout roller shades operating independently of each other. 3. Roller Tube: Circular-shaped aluminum tube extruded from alloy and temper 6063 T-6. Extruded tube to have a .063" wall thickness (2.5" outside diameter to have a 0.79" wall ROLLER WINDOW SHADES 12 24 13-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 thickness). Heavily reinforced with minimum of six internal ribs and flutes providing additional tensile strength and allows for secure placement of clutch and end plug. 4. Spring-Loaded Idle End: Reinforced idler assembly containing spring loaded end plug with positive locking wheel allowing for up to 7/8" adjustment and provides for a secure installation and removal of shade. Locking tube bearing plug contains minimum 6 ribs and flutes and inserted a minimum of 2 3/8" into roller tube on heavy duty systems. 5. Bottom Bar: Hunter Douglas RB500 Bottom Bar. 6. Mounting Hardware: Manufacturer's heavy-duty bracket constructed of hardened 1/8" thick steel to support full weight of shade with bracket and screw hole covers to provide uniform look. Locking mechanism on bracket adapter provides for a secure installation and removal of the shade. a. Cradle-seated hardware without a locking mechanism will not be accepted. 7. Integrated Leveling Device: Built into the idle-end bracket (or intermediate bracket of a coupled shade) allowing for the vertical height adjustment of+/- one-half inch direction up or down, allowing the easy leveling of a fabric panel on its mounting surface. This assists to keep the fabric rolling square to the tube, minimizing the chance of the fabric rolling into its hardware causing creases and damage to the ends of the fabric. a. Adjusting fabric skewing through means of tape, paper, or cardboard tucked up inside the fabric at the tube is not acceptable. 8. Fascia: 7-inch profile, removable aluminum extrusion valance for dual shade bracket that attaches to brackets and conceals roller shade. Fascia at the bottom enclosure must allow a maximum of 1"gap to allow fabric to come through. Exposure underneath greater than 1" is not to be accepted. 9. Blackout System: Extruded aluminum side channel with concealed mounting brackets. Bottom bar with Nylon wool pile to prevent light leakage. C. Fabrication 1. Shade measurements shall be accurate to within +/- 1/8" or as recommended in writing by manufacturer. D. Fabrics: Colors as selected by Architect from Manufacturer's full line of colors. PART 3-EXECUTION 3.01 INSPECTION A. Subcontractor shall be responsible for inspection on site, approval of mounting surface, installation conditions, and field measurement for this work. B. Other interacting trades shall receive drawings of shade systems, dimensions, assembly, and installation methods from subcontractor upon request. ROLLER WINDOW SHADES 12 24 13-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3.02 INSTALLATION A. Installation shall comply with manufacturer's specifications, standard and procedures as detailed on contract drawings. B. Adequate clearance shall be provided to permit unencumbered operation of shade and hardware. C. Clean finish installation of dirt and finger marks. Leave work area clean and free of debris. 3.03 DEMONSTRATION A. Demonstrate operation method and instruct owner's personnel in the proper operation and maintenance of the roller shades. 3.04 SCHEDULE A. Exterior Windows. END OF SECTION 12 24 13 ROLLER WINDOW SHADES 12 24 13-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 12 35 53— METAL LABORATORY CASEWORK PART 1- DESCRIPTION OF WORK 1.01 SUMMARY AND SCOPE A. Section Includes: 1. Steel metal casework design,furnishing and installing all casework and work tops. Furnishing and installing all filler panels, knee space panels and scribes as shown on drawings. B. Accessories: 1. Furnish and deliver all service outlets, accessory fittings, electrical receptacles and switches, as listed in these specifications, equipment schedules or as shown on drawings. C. Removal of all debris, dirt and rubbish accumulated as a result of the installation of the metal casework to an on-site container provided by others, leaving the premises clean and orderly. D. Related Sections: 1. Division 11: Laboratory Fume Hoods 2. Division 22/23: Plumbing and Exhaust Ducting 3. Division 26: Electrical Fittings and Connections 1.02 BASIS OF WORK A. Basis of Design: Air Master Systems, Muskegon, MI, as the standard of construction for metal casework.The construction standards of the Air Master Systems Solution Series product line shall provide the basis for quality and functional installation. B. Supply all equipment in accordance with this specification.The offering of a product differing in materials and construction from this specification requires written approval.This approval must be obtained seven (7) days before the proposal deadline. C. General Contractors should secure a list of approved casework manufacturers from the architect as a protection against non-conformance to these specifications. METAL LABORATORY CASEWORK 12 35 53- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. The owner/architect reserves the right to reject qualified or alternate proposals and to award based on product value where such action assures the owner greater integrity of product. E. Shop Drawings: For metal laboratory casework. Include plans, elevations, sections, details, and attachments to other work. 1. Indicate locations of blocking and other supports required for install casework. 2. Indicate locations and types of service fittings,together with associated service supply connection required. 3. Include details of utility spaces showing supports for conduits and piping. 4. Show adjacent walls, doors, windows, other building components, and other laboratory equipment. Indicate clearances from above items. 5. Include coordinated dimensions for laboratory equipment specified in other Sections 1.03 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated without delaying the Work, as documented according to ASTM #548. B. Source Limitations: Obtain laboratory casework, including tops, sinks, service fittings, and accessories, through one source from a single manufacturer. 1. Obtain through same source from the same manufacturer as fume hoods specified in Division 11 Section "Laboratory Fume Hoods" C. Product Designations: Drawings indicate sizes and configurations of casework by referencing designated manufacturer's catalog numbers. Other manufacturers' casework of similar sizes, similar door and drawer configurations, and complying with the Specifications may be considered. D. Product Standard: Comply with SEFA 8, "Laboratory Furniture-Casework, Shelving and Tables-Recommended Practices" E. Flammable Liquid Storage: Where cabinets are indicated for solvent of flammable liquid storage, provide units that are listed and labeled as complying with the requirements of NFPA 30 for design, construction, and capacity of storage cabinets by UL, Warnock Hersey, or another testing and inspection agency acceptable to authorities having jurisdiction. F. Manufacturers shall have at least(5) years' experience manufacturing projects of similar size and complexity. METAL LABORATORY CASEWORK 12 35 53-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.04 DELIVERY,STORAGE,AND HANDLING A. Do not deliver laboratory casework until painting, utility roughing-in, and similar operations that could damage, soil, or deteriorate casework have been completed in installation areas. If casework must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions"Article below. B. Protect finished surfaces from soiling and damage during handling and installation. Keep covered with polyethylene film or other protective covering. 1.05 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install laboratory casework until building is enclosed, wet-work is completed, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels through remainder of construction period. 1.06 COORDINATION A. Coordinate layout and installation of metal framing and reinforcement in gypsum board assemblies for support of metal laboratory casework. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the one of the following: 1. Metal Laboratory Casework, Basis of Design: a. Air Master Systems Corp. 6480 Norton Center Dr. Muskegon, MI 49441; Phone: 231- 798-1111 www.airmastersystems.com 2.02 MATERIALS A. Metal Commercial-quality, cold-rolled, carbon-steel sheet, complying with ASTM A 366; matte finish; suitable for exposed applications; and stretcher leveled or roller leveled to stretcher-leveled flatness. METAL LABORATORY CASEWORK 12 35 53-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Minimum Metal Thickness: Provide metal laboratory furniture components of the following minimum thicknesses: 1. Sides, ends,fixed backs, bottoms,tops, soffits, and items not otherwise indicated: 0.0478 inch. Except for flammable liquid storage cabinets, bottoms may be 0.0359 inch if reinforced. 2. Backside panels, doors, drawer fronts and bodies, and shelves: 0.0359 inch. For back panels and doors for flammable storage cabinets, use 0.0478 inch thick metal. For shelves more than 36 inches long, use 0.0478 inch thick metal or provide suitable reinforcement. 3. Intermediate horizontal rails,table aprons and cross rails, center posts, and top gussets: 0.0598 inch. 4. Drawer runners, sink supports, and hinge reinforcements: 0.0747 inch. 5. Leveling and corner gussets: 0.1046 inch. C. Acid Storage-Cabinet: 1. Vented 2. Lining: % inch thick polyresin or Plascoat paint finish. 3. Warning signs: Label cabinet: "CORROSIVE-CAUTION!" 2.03 FABRICATION A. General: Complete assembly and finish work at point of manufacture. Perform assembly on precision jigs to provide units which are square; fully reinforced with angles, gussets, and channels; and integrally framed and welded to form a dirt and vermin-retardant enclosure. Where applicable, reinforce base cabinets for sink support. Maintain uniform clearance around door and drawer fronts of 1/16 to 3/32 inch. B. Fabricate units on precision dies for interchangeability of like-size drawers, doors, and similar parts. C. Flush Doors: Outer and inner pans formed and telescoped into box formation,with channel reinforcement full height on center of each pan. Fill doors solid with noncombustible, sound-deadening material. 1. Door Style: Inset Steel D. Hinged Doors: Reinforce with formed angles on inner pans made with 1 piece of steel. METAL LABORATORY CASEWORK 12 35 53-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 E. Drawers:Assemble fronts from telescoping outer pans, designed to eliminate raw edge of steel at top. Fabricate sides, back, and bottom of one piece with rolled or formed top of sides for stiffening and comfortable grasp for drawer removal. Provide drawers with rubber bumpers, runners, and positive stops to prevent metal-to-metal contact or accidental removal. F. Adjustable Shelves: Front, back, and ends formed down with returned lip at front and back. G. Toe Space: Provide metal toe space, fully enclosed, 4 inches high by 3 inches deep, with no open gaps or pockets. H. Table Legs: Not less than 2-inch square, electrically welded tubing. Provide leg stretchers where necessary to comply with structural performance requirements. Weld or bolt leg stretchers to legs and cross-stretchers. Securely bolt legs to table aprons. Provide leveling device welded to bottom of each leg. I. Leg Shoes: Vinyl or rubber, black, open-bottom type. J. Utilities: Provide space, cutouts, and holes for pipes, conduits, and fitting in cabinet bodies to accommodate utility services and their support-strut assemblies. K. Utility-Space Framing: Manufacturer's standard steel framing units consisting of 2 cold- rolled C-channel uprights, not less than 1-5/8 inches square by 0.10 inch thick, connected together at the top and bottom by U-shaped brackets made from 1-1/4-by-1/4-inch flat bars. Framing units may be made by welding C-channel material specified for uprights into rectangular frames instead of using U-shaped brackets. L. Base Molding: Extruded vinyl or rubber, black, 4 inches high. Provide on fronts and exposed ends and backs of floor-mounted casework. M. Filler Strips: Provide as needed to close space between cabinets and walls, ceilings, and indicated equipment. Fabricate from the same material and with the same finish as cabinets. Hem exposed edges. 2.04 FINISH FOR METAL LABORATORY CASEWORK A. All Steel Laboratory Products shall utilize a dry powder coat paint process by means of electrostatically spray, providing high-transfer efficiency low waste generation. Liquid- applied coatings shall not be acceptable. Manufacturer shall supply documentation that waste generated during the painting process, is a solid, non-hazardous material. 1. Pretreatment: Finish process shall incorporate a phosphate conversion coating during the pretreatment/cleaning operation. Electrostatic application of dry powder shall follow. Coated parts shall pass through curing ovens,which shall cause the powder to melt,flow, gel, cure and bond onto the phosphatized steel substrate. METAL LABORATORY CASEWORK 12 35 53-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Chemical Resistant Finish: Only highly chemically resistant, dry powder coated finishes that passes the SEFA 8 casework specifications for chemical and durability resistance will be acceptable. 3. Overspray Powder Paint: Shall be captured and re-sprayed. Efficiency shall be 99% effective in coating usage, reducing waste generation.A closed collection system shall be utilized for overspray that is not reused. Powder overspray,which cannot escape the facility, is collected in bulk, eliminating the need for daily replacement/disposal of filter media. 4. VOC Emissions: Powder paint shall be sprayed and baked with near zero (.29 Ibs per gallon maximum)VOC(Volatile Organic Compounds) emissions. 5. Off-gassing: After all steel powder coated parts have cooled from the curing ovens, the coating shall be firm and stable. No further emissions of"Off-gassing/Decomposition" vapors shall occur at room temperature. B. Chemical-Resistant Powder Coat Enamel Finish: Immediately after cleaning and pre-treating, apply manufacturer's standard 2-coat, chemical-resistant, baked-enamel finish consisting of prime coat and thermosetting topcoat with a minimum dry film thickness of 1 mil for topcoat and 2 mils for system. C. Chemical and Physical Resistance of Finish System: Provide metal laboratory casework with finish system complying with the following requirements for chemical and physical resistance: 1. Chemical and Physical Resistance: capable of withstanding application of not less than 5 drops (0.25 ml) of the following reagents applied to finish surface; covered with a watch glass for 60 minutes, rinsed, and dried; with no permanent change in gloss, color,film hardness, adhesion, or film protection. a. Acetic acid (98 percent). b. Hydrochloric acid (37 percent). c. Nitric acid (25 percent). d. Phosphoric acid (75 percent). e. Sulfuric acid (85 percent). f. Acetone. g. Benzene. h. Carbon tetrachloride. METAL LABORATORY CASEWORK 12 35 53-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 i. Ethyl acetate. j. Ethyl alcohol. k. Formaldehyde (37 percent). I. Furfural. m. Methyl ethyl ketone. n. Phenol (85 percent). o. Toluene. p. Xylene. q. Ammonium hydroxide (28 percent). r. Potassium hydroxide (25 percent). s. Potassium hydroxide (40 percent). t. Sodium carbonate (saturated). u. Sodium chloride (saturated). v. Sodium hydroxide (25 percent). w. Sodium sulfide (saturated). x. Zinc chloride (saturated). 2. Moisture Resistance: No visible effect when exposed to the following: a. Hot water at a temperature of 190 to 205 deg F,trickled down the surface at a 45- degree angle for 5 minutes. b. Constant moisture using a 2-by-3-by-l-inch cellulose sponge, soaked with water, in contact with surface for 100 hours. 3. Cold Crack: No effect when subjected to 10 cycles of temperature change from 20 deg F for 60 minutes to 125 deg F for 60 minutes. 4. Adhesion and Flexibility: No peeling or cracking or exposure of metal when metal is bent 180 degrees over a% inch diameter mandrel. D. Colors: Comply with the following requirements for colors of metal laboratory casework finish: METAL LABORATORY CASEWORK 12 35 53-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Colors: As indicated by manufacturer's color designations. 2.05 CASEWORK HARDWARE A. Hardware, General: Provide manufacturer's standard satin-finish, commercial quality, heavy duty complying with requirements indicated for each type. B. Hinges: Stainless-steel, 5-knuckle hinges complying with BHMA 156.9, Grade 1, with antifriction bearings and rounded tips. Provide two (2), for doors less than 48 inches high and 3 for doors more than 48 inches high. C. Pulls: Solid aluminum, fastened from back with 2 screws. For sliding doors, provide plastic or aluminum flush pulls. Provide 2 pulls for drawers more than 24 inches wide. D. Door Catches: Nylon-roller Spring catch or dual, self-aligning, permanent magnet catch. Provide 2 catches on doors more than 48 inches high. E. Drawer Guides: Manufacturer's Standard, 1001b Steel Full Extension Ball Bearing Drawer Slide with Bright Zinc Finish and complying with ANSI/BIFMA X5.5-2008,ANSI/KCMA A 161.1-2006, ANSI-BHMA A 156.9-2010, NSF/ANSI 2 Food Equipment, SEFA-8-2007, WI. F. Label Holders: Stainless-steel, sized to receive standard label cards approximately 1 by 2 inches, attached with screws or rivets. 1. Provide on all drawers and doors. G. Drawer and Cupboard Locks: Not required. 2.06 TOPS,SINKS,AND TROUGHS A. Refer to Section 12 36 53—Epoxy Resin Countertops. 2.07 SOLVENT/FLAMMABLE STORAGE CABINETS A. Top, bottom and sides: 18-gauge steel, double wall construction with 1-1/2" air space, removable access and back panels; all joints welded. Set bottom of door two inches above bottom of cabinet to create a two inch deep well to contain spillage of liquids. 1. Provide non-venting cabinets. B. Hardware: 1. Three-point latching device and lock. 2. Full length piano hinge. METAL LABORATORY CASEWORK 12 35 53-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Door operation: Manual. C. Cabinet grounding attachment: Screw at base of cabinet for firm attachment of grounding wire. 1. Mark with Factory Mutual approval and storage capacity. 2. Warning signs: Label cabinet: "FLAMMABLE—KEEP FIRE AWAY". 2.08 ACCESSORIES A. Pegboards Polypropylene, epoxy, phenolic-composite, stainless-steel pegboards with polypropylene pegs and stainless-steel drip troughs. 2.09 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide metal laboratory casework capable of withstanding the following loads without permanent deformation, excessive deflection, or binding of drawers and doors. 1. Shelves of Base, Wall, and Storage Cabinets: 200 lbs. 2. Drawers: 150 lbs. 3. Wall Cabinets: 150lbs/ft. 4. Floor-Supported Base Cabinets: 100 Ibs/ft/within cabinets, 75-Ibs/ft. countertop. PART 3- EXECUTION 3.01 CASEWORK INSTALLATION—OTHER A. Install plumb, level, and true; shim as required, using concealed shims. Where laboratory case work abuts other finished work, apply filler strips and scribes for accurate fit, with fasteners concealed where practical. B. Utility-Space Framing: Secure to floor with 2 fasteners at each frame. Fasten to partition framing, wood blocking, or metal reinforcements in partitions and to base cabinets. C. Base Cabinets: Set cabinets straight, plumb, and level.Adjust sub tops within 1/16 inch of a single plane. Fasten cabinets to utility-space framing, partition framing,wood blocking or reinforcements in partitions with fasteners spaced 24 inches on center. Bolt adjacent cabinets together with joints flush,tight, and uniform.Align similar adjoining doors and drawers to a tolerance of 1/16 inch. METAL LABORATORY CASEWORK 12 35 53-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Where base cabinets are not installed adjacent to walls, fasten to floor at toe space with fasteners spaced 24 inches o.c. Secure sides of cabinets to floor,where they do not adjoin other cabinets,with not less than 2 fasteners. D. Wall Cabinets: Hang cabinets straight, plumb, and level.Adjust fronts and bottoms within 1/16 inch of a single plane. Fasten to hanging strips, masonry, partition framing, blocking, or reinforcements in partitions. Fasten each cabinet through back, near top, at not less than 24 inches on center.Align similar adjoining doors to a tolerance of 1/16 inch. E. Install hardware uniformly and precisely.Set hinges snug and flat in mortises, unless otherwise indicated. Adjust and align hardware so moving parts operate freely and contact points meet accurately. Allow for final adjustment after installation. F. Adjust casework and hardware so doors and drawers operate smoothly without warp or bind. Lubricate operating hardware as recommended by manufacturer. 3.02 INSTALLATION OF ACCESSORIES A. Install accessories according to approved Shop Drawings and manufacturer's written instructions. B. Securely fasten adjustable shelving supports, stainless-steel shelves, and pegboards to partition framing,wood blocking, or reinforcements in partitions. C. Install shelf standards plumb and at heights to align shelf brackets for level shelves. Install shelving level and straight, closely fitted to other work where indicated. 3.03 CLEANING AND PROTECTING A. Repair or remove and replace defective work as directed on completion of installation. B. Clean finished surfaces,touch up as required, and remove or refinish damaged or soiled areas to match original factory finish, as approved by Contractor. C. Protection: Provide 6-mil plastic or other suitable water-resistant covering over countertop surfaces.Tape to underside of countertop at minimum of 48 inches on center. 3.04 SCHEDULE A. Refer to Drawings for Casework and Accessories Schedule. END OF SECTION 12 35 53 METAL LABORATORY CASEWORK 12 35 53- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 12 36 53—EPDXY RESIN COUNTERTOPS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Epoxy resin worksurfaces,sinks and accessories. 2. Setting materials. B. Related Sections: 1. Division 01:Administrative, procedural,and temporary work requirements. 2. Section 12 35 53.13- Metal Laboratory Casework- Base cabinets. 1.02 REFERENCES A. ASTM International (ASTM): 1. D570-Standard Test Method for Water Absorption of Plastics. 2. D635 -Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position. 3. D648 - Standard Test Method for Deflection Temperature of Plastics Under Flexural Oad in edgewise Position. 4. D695-Standard Test Method for Compressive Properties of Rigid Plastics. 5. D696-Standard Test Method for Coefficient of Linear Thermal Expansion of Plastics Between 30"C and 300 C With a Vitreous Silica Dilatometer. 6. D785-Standard Test Method for Rockwell Hardness of Plastics and Electrical Insulating Materials. 7. D790 - Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 8. D792 - Standard Test Method for Density and Specific Gravity (Relative Density)of Plastics by Displacement. 9. E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. B. International Organization for Standardization (ISO) 9001 - Quality Management Systems—Requirements. C. NSF International / American National Standards Institute (NSF/ANSI) - 51 - Food Equipment Materials. D. Scientific Certification Systems(SCS) - Recycled Content Certifications. E. Scientific Equipment and Furniture Association (SEFA)3 -Work Surfaces. EPDXY RESIN COUNTERTOPS 12 36 53-1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 1.03 SUBMITTALS A. Submittals for Review: 1. Shop Drawings: a. Submit plan, section, elevation and perspective drawings necessary to describe and convey layout, profiles, and product components, including edge conditions, joints, fitting and fixture locations, anchorage, accessories, and finish colors. b. Verify actual measurements/openings byfield measurements before fabrication;show recorded measurements on Shop Drawings. C. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. 2. Product Data: Manufacturer's data sheets on each product to be used, including: a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. C. Installation methods. 3. Samples: a. Selection samples: For each finish product specified, submit complete set of color chips representing manufacturer's full range of standard colors. b. Verification samples: For each finish product specified, submit samples representing actual product color; supplied product color and gloss may vary slightly from supplied samples. B. Quality Control Submittals: 1. Test Reports: Certified test reports or recognized evaluation reports showing compliance with specified performance characteristics and physical properties. C. Closeout Submittals: 1. Maintenance Data: a. Provide maintenance, cleaning, and life cycle information. b. Include recommended cleaning materials and procedures, and list of materials detrimental to epoxy resin. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Primary products furnished by single manufacturer with minimum 10 years documented experience in work of this Section. 2. Product manufactured in ISO 9001 certified facility. EPDXY RESIN COUNTERTOPS 12 36 53-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 B. Installer Qualifications: Minimum 5 years documented experience in work of this Section. 1.05 DELIVERY,STORAGE,AND HANDLING A. Delivery: 1. Use pallets larger than sheets during transportation. 2. Package materials to prevent damage during shipping and handling. B. Storage: 1. Store products in enclosed area protected from ultraviolet. 2. Store products in manufacturer's unopened packaging until ready for installation. 3. Store panels using protective dividers to avoid damage to surfaces. 4. For horizontal storage,store sheets on pallets of equal or greater size than sheets with protective layer between pallet and sheet and on top of uppermost sheet. 5. Do not store sheets or fabricated panels vertically. C. Handling: 1. If protective film is provided,do not remove until panel has been installed. 2. Handle sheets to prevent damage. 3. Remove stickers immediately after installation. 1.06 PROJECT CONDITIONS A. Do not install products under environmental conditions outside manufacturer's limits. B. Avoid direct exposure of products to sunlight. C. Do not use worksurfaces as bench, ladder,or seating. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Basis of Design:Products by Durcon,Incorporated,206 Allison Drive,Taylor,TX 76574, 512-595-8000,www.durcon.com. B. Substitutions: Under provisions of Division 01. 2.02 MATERIALS A. Solid Epoxy Resin: 1. Sheets cast from modified epoxy resin and non-asbestos inert fillers; compounded mixture cured and thermoset specifically from formulation to provide exceptional physical and chemical resistance required in medium to heavy duty laboratory environments. EPDXY RESIN COUNTERTOPS 12 36 53-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 2. Sheets monolithic throughout without surface coating application. 3. Physical properties; minimum acceptable physical performance in accordance with SEFA 3 testing procedures: a. Density/specific gravity: Tested to ASTM D792; minimum test rating of 133.6 Ib/ft3 or 2.14 g/cm3. b. Rockwell hardness:Tested to ASTM D785; minimum M scale rating of 109. C. Fire resistance:tested to ASTM D635; classified as self-extinguishing. d. Surface burning characteristics: Tested to ASTM E84; flame spread index 5 and smoke developed index of 185. e. Coefficient of linear thermal expansion:Tested to ASTM D696; rating of 1.2 x 10-5 in/in°F or 2.15 x 10-5 mm/mm°C. f. Heat deflection:Tested to ASTM D648; maximum 293°F or 145°C. g. Flexural strength:Tested to ASTM D790;minimum rating 12.6 KPSI or 87 Mpa. h. Flexural modulus:Tested to ASTM D790; 3240 KPSI or 22.4 Gpa. i. Water absorption, 24 hours: tested to ASTM D570; maximum 0.03% by weight. j. Compression strength: Tested to ASTM D695; minimum 32.7 kpsi or 226 Mpa. k. Chemical resistance; minimum acceptable chemical resistance performance in accordance with SEFA 3: REAGENT TESTED METHOD RATING Amyl Acetate A 1 Ethyl Acetate A 1 Acetic Acid, 98% B 0 Acetone A 1 Acid Dichromate,5% B 0 Butyl Alcohol A 1 Ethyl Alcohol A 1 Methyl Alcohol A 0 Ammonium Hydroxide,28% B 1 Benzene A 1 Carbon Tetrachloride A 1 Chloroform A 1 Chromic Acid, 60% B 3 Cresol A 1 Dichloracetic Acid A 1 EPDXY RESIN COUNTERTOPS 12 36 53-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—221S6 October 8,2025 CONFORMED BID SET 02/02/2026 Dimethyl Formamide A 1 Dioxane A 1 Ethyl Eh ter A 0 Formaldehyde,37% A 0 Formic Acid, 90% B 1 Furfural A 1 Gasoline B 1 Hydrochloric Acid, 37% B 0 Hydrofluoric Acid, 48% B 2 Hydrogen Peroxide,30% B 0 Tincture of Iodine B 0 Methyl Ethyl Ketone A 0 Methylene Chloride A 1 Monochlorobenzen A 1 Naphthalene A 0 Nitric Acid, 20% B 0 Nitric Acid, 30% B 1 Nitric Acid, 70% B 1 Phenol, 90% A 1 Phosphoric Acid, 85% B 0 Silver Nitrate,Saturated B 1 Sodium Hydroxide, 10% B 1 Sodium Hydroxide,20% B 1 Sodium Hydroxide,40% B 1 Sodium Hydroxide, Flake B 0 Sodium Sulfide,Saturated B 1 Sulfuric Acid,33% B 0 Sulfuric Acid, 77% B 1 Sulfuric Acid,96% B 3 Sulfuric Acid, 77%& Nitric Acid, 70%Equal B 1 Parts Toluene A 1 Trichloroethylene A 1 Xylene A 1 Zinc Chloride,Saturated B 0 Testing Method Descriptions: Method A—Volatile chemicals(organic solvents):Cotton ball saturated with test reagent is placed in one-ounce bottle(20 x 75mm test tube or similar container)with reservoir of liquid above ball. Container is EPDXY RESIN COUNTERTOPS 12 36 53-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 inverted on test material for period of 24 hours at standard temperature 23 degrees C plus or minus 2 degrees C(73 degrees F plus or minus 4 degrees F). Method B-Non-Volatile Chemicals:Five drops(114 cc)of test reagent are placed on test material surface. Reagent is then covered with watch glass(25 mm)for period of no less than 24 hours at standard temperature of 23 degrees C plus or minus 2 degrees C(73 degrees F plus or minus 4 degrees F). Result Descriptions: 0—No Effect:No detectable change in material surface. 1—Good:Slight detectable change in color or glass but not change to function or life of work surface material. 2—Fair:Slight surface etching or sever staining. Clearly discernable change in color or gloss but no significant impairment of surface life of function. 3—Poor:Pitting, cratering or erosion of work surface materials,obvious and significant deterioration. Objectionable change in appearance due to the surface discoloration. 6. Color:As selected by Architect from Manufacturer's full range of colors. 2.03 ACCESSORIES A. Installation Materials: Manufacturer's joint adhesive, panel adhesive, and sealants as required to suit project conditions. B. Balance Table: Same material as countertops,30"tall overall height. 1. Top surface: 35"x 24" size. 2. Top surface and legs: 2-1/2 inches thick. 3. Galvanized steel lateral support beam. 4. Include rubberized vibration control pads. 2.04 FABRICATION A. Fabricated tops and accessories in accordance with manufacturer's recommendations, approved Shop Drawings, and SEFA 3. B. Epoxy Resin Worksurfaces: 1. Thickness: a. 1 inch (25 mm). b. Check each sheet at factory for required thickness. C. Maximum variation in thickness: plus or minus 1/16 inch (1.6 mm) from corner to corner. 2. Warpage: EPDXY RESIN COUNTERTOPS 12 36 53-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 a. Inspect tops for warpage prior to fabrication by placing on true flat surface. b. Maximum allowable warpage: 1/16 inch (1.5 mm) in 36 inch (900 mm) span or 3/16 inch (4.5 mm) in 96 inch (2400 mm)span. 3. Fabrication: a. Shop fabricate in longest practical lengths. b. Bond joints with highly chemical resistant cement with properties and color similar to base material. C. Provide 1/8 inch (3 mm) drip groove at underside of exposed edges,set back 1/2 inch (13 mm)from face. d. Finish exposed edges. 4. Fabricate tops flat. 5. Edge treatment:Standard 1/8 inch (2 mm) chamfered edge. 6. Corner treatment: exposed corners shall be eased slightly for safety. 7. Back and end splashes: a. Supplied loose for field installation. b. Same material and thickness as worksurfaces. C. 4 inches high unless otherwise indicated. d. Top-mounted end splash where worksurfaces abut adjacent construction at and locations indicated on Drawings. 8. Joints: Maximum 1/8 inch (2 mm), bonded with epoxy grout. 9. Make joints between two benches level. 10. Locate joints away from sinks and over or near supports. 11. Sink cutouts:As indicated on Drawings. Routed for undermount and drop- in sinks as indicated. 12. Allowable tolerances: a. Square:Plus or minus 1/64 inch(0.4 mm)for each 12 inches(300 mm) of length. b. Location of cutouts and drilled openings: Plus or minus 1/8 inch (3 mm)of design dimension. C. Size of cutouts and drilled openings: Plus 1/8 inch (3 mm) or minus 0 inches (0 mm). C. Epoxy Resin Sinks: 1. Mold sinks from thermosetting epoxy resin. 2. Mold interior corners to radius. Slope sink base to drain outlet. 3. Provide 1-1/2 inch (38 mm)outlet with open ended standpipe;standpipe overflow 2 inches(50 mm)shorter than depth of sink. EPDXY RESIN COUNTERTOPS 12 36 53-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 4. Unless otherwise indicated,fabricate sinks of undermount and drop-in design supported by upper flange from worksurface as indicated. 5. Size: As scheduled in Drawings. 6. Color:To match adjacent worksurface. PART 3-EXECUTION 3.01 EXAMINATION A. Do not begin installation until cabinets have been installed. B. Confirm that surfaces to receive tops are plumb and level, with maximum deflection of 1/4 inch (6 mm) in 20 feet(6 m). 3.02 PREPARATION A. Clean surfaces just prior to installation. B. Prepare surfaces using methods recommended by manufacturer. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions and approved Shop Drawings. B. Install tops plumb and level. C. Scribe to adjacent surfaces in accordance with manufacturer's recommendations. D. Fasten tops to supporting construction with adhesives appropriate for use with adjoining construction and as recommended by manufacturer. E. Form field joints using manufacturer's recommended adhesive. Form joints to be inconspicuous and nonporous. F. Install laboratory fume hood base work surfaces and pegboards using fasteners and adhesive appropriate for use with adjoining construction and as recommended by manufacturer. 3.04 PROTECTION A. Protect installed products until completion of Project. B. Touch up, repair, or replace damaged products. END OF SECTION 12 36 53 EPDXY RESIN COUNTERTOPS 12 36 53-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8,2025 CONFORMED BID SET 02/02/2026 SECTION 12 36 61.16 - SOLID SURFACING COUNTERTOPS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Solid surface material countertops. 2. Solid surface material back and end splashes. 3. Solid surface material apron fronts. 1.02 ACTION SUBMITTALS A. Product Data: Manufacturer's technical literature indicating physical properties and performance criteria for solid surface materials and related components. B. Shop Drawings: Show materials, finishes, edge and backsplash profiles, methods of joining, anchorages and cutouts for plumbing fixtures. Provide templates and rough-in measurements. C. Samples: For each type of material exposed to view, submit two, 2 x 2 inch samples representative of colors, patterns, textures, finishes and edge treatments. Approved samples will be retained as a standard for the work. 1.03 INFORMATIONAL SUBMITTALS A. Manufacturer's written installation instructions. B. Maintenance Data: Manufacturer's recommended cleaning and maintenance procedures. Include in project closeout documents. 1.04 DESIGN REQUIREMENTS A. Design Load: Deflection limited to 1/360. B. Design items with sufficient strength for handling stresses. C. Accessible Design: Comply with the Americans with Disabilities Act (ADA), Accessibility Guidelines for Buildings and Facilities (ADAAG) and with the Texas Accessibility Standards. PART 2-PRODUCTS 2.01 SOLID SURFACE COUNTERTOP MATERIALS A. Solid Surface Material: Homogeneous-filled plastic resin complying with ISSFA 2. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Formica Corporation; Everform Solid Surface countertops. SOLID SURFACING COUNTERTOPS 12 36 61.16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 b. Wilsonart LLC; Solid Surface countertops. 2. Type: Provide Standard type unless Special Purpose type is indicated. 3. Fire-Test-Response Characteristice: Provide solid surface fabrications with the following surface-burning characteristics as determined by testing identical products per ASTM E 84 by UL 723 or another testing and inspecting agency acceptable to authorities having jurisdiction. a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. 4. Colors and Pattern: Wilsonart 9223SS"Angel Falls". 2.02 FABRICATION A. Fabricate countertops according to solid surface material manufacturer's written instructions and to the AWI/AWMAC/WI's "Architectural Woodwork Standards." 1. Grade: Custom. B. Countertops: 1. 1/2-inch-thick, solid surface material with front edge built up with same material. C. Backsplashes: 1/2-inch-thick, solid surface material. D. Joints: 1. Fabricate countertops with hairline joints that are tight, held rigidly in place. E. Cutouts and Holes: 1. Undercounter Plumbing Fixtures: Make cutouts for fixtures in shop using template or pattern furnished by fixture manufacturer. Form cutouts to smooth, even curves. 2.03 INSTALLATION MATERIALS A. Adhesive: Product recommended by solid surface material manufacturer. B. Sealant for Countertops: Comply with applicable requirements in Section 07 92 00 "Joint Sealants." PART 3-EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's written installation instructions and approved Submittals. B. Set items plumb, level, rigid and solidly adhered to substrate. C. Prefit items: Adjust supports to make fit. Align joints over support framing. SOLID SURFACING COUNTERTOPS 12 36 61.16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 D. Fasten countertops as recommended by manufacturer. E. Bond joints with adhesive and draw tight as countertops are set. Mask areas of countertops adjacent to joints to prevent adhesive smears. F. Install backsplashes and end splashes by adhering to wall and countertops with adhesive. G. Install aprons to backing and countertops with adhesive. H. Complete cutouts not finished in shop. Mask areas of countertops adjacent to cutouts to prevent damage while cutting. Make cutouts to accurately fit items to be installed, and at right angles to finished surfaces unless beveling is required for clearance. Ease edges slightly to prevent snipping. I. Apply sealant to gaps at walls; comply with Section 07 92 00 "Joint Sealants." 3.02 CLEANING A. Clean and polish fabrications in accordance with manufacturer's instructions. B. Promptly remove excessive mastic and seam adhesive. END OF SECTION 12 36 61.16 SOLID SURFACING COUNTERTOPS 12 36 61.16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 22 03 00 - COMMISSIONING OF PLUMBING SYSTEMS PART 1—GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract Documents, including General and Supplementary Conditions and Division 01 Specifications, apply to this section. B. Related SECTIONS: 1. SECTION 01 91 00-GENERAL COMMISSIONING REQUIREMENTS 1.2 SUMMARY A. The commissioning of the plumbing system and associated controls shall be performed by an impartial technical firm hired by the owner.The commissioning provider shall be certified under one or more of the following certifications: 1. CxA—Certified Commissioning Authority—ACG 2. CBCP—Certified Building Commissioning Professional—AEE 3. CCP—Certified Commissioning Professional—BCA 4. CPMP—Certified Process Management Professional—ASHRAE 5. BSC—Building System Commissioning Certification—NEBB B. The commissioning provider(Commissioning authority) shall be responsible for leading the entire construction team through the commissioning process including, but not limited to, conducting the commissioning kick-off meeting, preparing the commissioning plan, preparing pre-functional checklists, preparing functional test scripts, participation in functional testing and preparation of required documentation and reports. 1.3 RESPONIBILITIES A. Contractor: Responsibilities of the Contractor as related to the Commissioning Process include, but are not limited to the following: 1. Facilitate coordination of Commissioning work by Commissioning authority. 2. Attend Commissioning meetings or other meetings called by Commissioning authority to facilitate the Commissioning Process. 3. Review Functional Performance Test procedures for feasibility, safety, and impact on warranty, and provide Commissioning authority with written comment on same. 4. Provide all documentation relating to manufacturer's recommended performance testing of equipment and systems. CONFORMED BID SET 02/02/2026 5. Provide Operations & Maintenance data to Commissioning authority for preparation of checklists and training manuals. 6. Provide As-built drawings and documentation to facilitate Testing. 7. Assure and facilitate participation and cooperation of Subcontractors and equipment suppliers as required for the Commissioning Process. 8. Certifyto Commissioning authoritythat installation work listed in Pre-Functional Checklists has been completed. 9. Install systems and equipment in strict conformance with project specifications, manufacturer's recommended installation procedures, and Pre-Functional Checklists. 10. Provide data concerning performance, installation, and start-up of systems. 11. Provide copy of manufacturers filled-out start-up forms for equipment and systems. 12. Ensure systems have been started and fully checked for proper operation prior to arranging for Testing with Commissioning authority. Prepare and submit to Commissioning authority written certification that each piece of equipment and/or system has been started according to manufacturer's recommended procedure, and that system has been tested for compliance with operational requirements. a. Contractor shall carry out manufacturer's recommended start-up and testing procedures, regardless of whether or not they are specifically listed in Pre-Functional Checklists. b. Contractor is not relieved of obligation for systems/equipment demonstration where performance testing is required by specifications, but a Functional Performance Test is not specifically designated by Commissioning authority. 13. Coordinate with Commissioning authority to determine mutually acceptable date of Functional Performance Tests. 14. Provide qualified personnel to assist and participate in Commissioning. 15. Provide test instruments and communications devices, as prescribed by Commissioning authority, required for carrying out Testing of systems. 16. Proprietary test equipment required by the manufacturer, whether specified or not, shall be provided by the manufacturer of the equipment. Manufacturer shall provide the test equipment, demonstrate its use, and assist in the commissioning process. Proprietary test equipment shall become the property of the Owner upon completion of commissioning. 17. Ensure deficiencies found in the Commissioning Issues Log are corrected within the time schedule shown in the Commissioning Plan. CONFORMED BID SET 02/02/2026 18. Provide Commissioning authority with all submittals, start-up instructions manuals, operating parameters, and other pertinent information related to Commissioning Process.This information shall be routed through Architect. 19. Prepare and submit to Commissioning authority proposed Training Program outline for each system. 20. Coordinate and provide training of Owner's personnel. 21. Prepare Operation & Maintenance Manuals and As-Built drawings in accordance with specifications; submit copy to Commissioning authority in addition to other contractually required submissions. Revise and resubmit manuals in accordance with Design Professionals and Commissioning authority comments. 22. Commissioning requires participation of this Division Subcontractors to ensure that systems are operating in a manner consistent with Contract Documents.All costs associated with the participation of Contractor, Sub-Contractors, Design Professionals, and Equipment Vendors in the Commissioning Process shall be included as part of the Construction Contract. B. Subcontractors and vendors shall prepare and submit to Commissioning authority proposed Startup procedures to demonstrate proper installation of systems, according to these specifications and checklists prepared by Commissioning authority. 1.4 COMMISSIONING PLAN A. Commissioning Process tasks and activities: 1. Commissioning kick-off meeting: Conducted by commissioning authority and attended by construction team and design team. 2. Pre-functional checklists:Prepared by the commissioning authority and filled out by subcontractors performing the work that is applicable. 3. Site visits to review installation of applicable systems and progress of checklist documentation performed and reported by commissioning authority. 4. Functional testing: Commissioning authority shall conduct functional testing with assistance of applicable subcontractors and document successful results as well as deficiencies (issues). Functional performance testing shall demonstrate the installation and operation of components, systems, and system-to-system interfacing in accordance with plans and specifications. Testing shall include all modes and sequence of operation, including under full-load, part-load and emergency conditions (including all alarms). Controls system shall be tested to document that control devices, components, equipment and systems are calibrated and adjusted and operate in accordance with the plans and specifications. Sequences shall be functionally tested to document they operate in accordance with plans and specifications. CONFORMED BID SET 02/02/2026 5. Preliminary commissioning report: Commissioning authority shall issue a preliminary commissioning report to the owner that has results of the first round of functional testing including deficiencies discovered. 6. Systems manual: Commissioning authority shall compile the systems manual using submittal data provided by the general contractor and applicable subcontractors. 7. Final commissioning report: Commissioning authority shall issue final commissioning report documenting the entire process and final results of functional testing. Report shall include final testing and balancing report. B. Equipment to be tested 1. Energy Management and Control System interface with applicable plumbing system equipment. 2. Service water heating systems(100%). 3. Service water circulation equipment(100%). 4. Domestic water booster pumps (100%). C. Testing functions and conditions 1. Verify shutdown of systems when scheduled. 2. Calibration of sensors. 3. Confirm functionality of all specified sequences of operations. 4. Verify the functionality of all alarms. D. Performance criteria 1. Water temperatures shall be within tolerances specified in the contract documents. 2. Water heating system "recovery' rates shall be within specified time frame. 3. Booster pump shall maintain system pressure within specified tolerance. PART 2—PRODUCTS (Not Used) PART 3—EXECUTION 3.1 GENERAL A. This Division has startup responsibilities and are required to complete sub-systems so COMPLETE SYSTEMS are fully functional. Insuring they meet design requirements of Contract Documents. Commissioning procedures and testing do not relieve or lessen this responsibility or shift this responsibility, in whole or in part,to Commissioning Agent or Owner. CONFORMED BID SET 02/02/2026 B. Coordinate with other Sub-Contractors and equipment vendors to set aside adequate time to address Pre-Functional Checklists, Functional Performance Tests, Operations & Maintenance Manual creation, Owner Training, and associated coordination meetings. C. Commissioning authority will also conduct site inspections at critical times and issue Cx Field Reports with observations on installation deficiencies so that they may be issued by Architect as deemed appropriate. 3.2 WORK PRIOR TO COMMSSIONING A. Complete all phases of the work so the systems can be started, adjusted, balanced, tested, and otherwise tested. B. See pertinent specification sections in this Division, which outline responsibilities for start- up of equipment with obligations to complete systems, including all sub-systems so that they are fully functional. C. Assist commissioning authority with all information pertaining to actual equipment and installation as required complete the full commissioning scope. D. Contractor shall prepare startup procedures to demonstrate compliance with pre- functional checklists, and coordinate scheduling for completion of these checklists. E. A minimum of 7 days prior to date of system startup,submit to Commissioning authority for review, detailed description of equipment start-up procedures which contractor proposes to perform to demonstrate conformance of systems to specifications and Checklists. 3.3 PARTICIPATION IN COMMISSIONING A. Attend meetings related to the Commissioning Process; arrange for attendance by personnel and vendors directly involved in the project, prior to testing of their systems. B. Provide skilled technicians to startup and test all systems,and place systems in complete and fully functioning service in accordance with Contract Documents. C. Provide skilled technicians, experienced and familiar with systems being commissioned, to assist Commissioning authority in commissioning process. 3.4 WORK TO RESOLVE DEFICIENCIES A. Complete corrective work in a timely manner to allow expeditious completion of Commissioning Process. If deadlines pass without resolution of identified problems, Owner reserves the right to obtain supplementary services and/or equipment to resolve the problem. Costs thus incurred will be Contractor's responsibility. 3.5 PRE-FUNCTIONAL CHECKLISTS(PFC) A. Contractor shall complete Pre-Functional Checklists to validate compliance with Contract Documents installation and start-up requirements,for this Division's systems. CONFORMED BID SET 02/02/2026 B. Refer to commissioning plan for detailed list of equipment to be commissioned. 3.6 FUNCTIONAL PERFORMANCE TESTING (FPT) A. Contractor, in cooperation with Commissioning Agent, shall conduct Functional Performance Testing to validate compliance with Contract Documents. B. Refer to commissioning plan for detailed list of equipment to be commissioned. C. Assist Commissioning authority in Functional Testing by removing equipment covers, opening access panels, etc. Furnish ladders, flashlights, meters, gauges, or other inspection equipment as necessary. 3.7 TRAINING A. The following requirements are in addition to Operations & Maintenance requirements specified elsewhere in this specification's manual. B. Contractor shall be responsible for training coordination and scheduling, and ultimately to ensure that training is completed. C. The training agenda (plan) shall include, at a minimum,the following elements: 1. Purpose of equipment. 2. Principle of how the equipment works. 3. Important parts and assemblies. 4. How the equipment achieves its purpose and necessary operating conditions. 5. Most likely failure modes, causes and corrections. 6. On-site demonstration. D. Commissioning authority shall be responsible for overseeing and approving content and adequacy of training of Owner personnel for all installed systems. Provide Commissioning authority with training plan two weeks before planned training. 3.8 OPERATIONS& MAINTENANCE MANUALS A. The following requirements are in addition to Operations & Maintenance requirements specified elsewhere in this specification's manual. B. Sub-Contractor shall compile and prepare documentation for equipment and systems specified in this Division and shall deliver documentation to Contractor for inclusion in Operation & Maintenance Manuals, in accordance with requirements of Division 01, prior to training Owner personnel. C. Provide Commissioning authority with a single, electronic copy of Operation & Maintenance Manuals for review. Commissioning authority copy of O&M manuals shall be submitted through Architect. CONFORMED BID SET 02/02/2026 D. Operation and maintenance manuals shall include service agency contact information, maintenance requirements,controls system settings and a narrative of how each system is intended to operate, including set points. 3.9 DOCUMENTATION A. Commissioning authority shall provide documentation of process as follows: 1. Preliminary commissioning report including test procedures, results of testing, itemization of deficiencies, deferred tests and climatic conditions required for performance of deferred tests. Preliminary commissioning report shall be issued to owner to demonstrate the first pass of testing has occurred and to demonstrate compliance with applicable codes. 2. Final commissioning report shall include the final test and balance report, final results of functional testing, disposition of deficiencies discovered during testing, including the details of corrective measures used and functional testing procedures used for repeatability of testing in the future. END OF SECTION 22 03 00 CONFORMED BID SET 02/02/2026 SECTION 22 05 00 - BASIC MATERIALS AND METHODS PART 1-GENERAL 1.1 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. 1.2 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 CONFORMED BID SET 02/02/2026 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 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. 1.3 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. CONFORMED BID SET 02/02/2026 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. 1.4 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. 1.5 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. 1.6 PERMITS,TESTS, INSPECTIONS A. Arrange and pay for all permits, fees, tests, and all inspections as required by governmental authorities. 1.7 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. CONFORMED BID SET 02/02/2026 B. The date of final acceptance shall be documented in writing and signed by the architect, owner and contractor. 1.8 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. 1.9 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 interiorfinish 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. 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: CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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. 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. I. 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 experts 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 CONFORMED BID SET 02/02/2026 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 2004 ASHRAE Fundamentals Handbook, chapter 37 "Abbreviations and Symbols", 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. CONFORMED BID SET 02/02/2026 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. I. 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. CONFORMED BID SET 02/02/2026 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 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 (30) 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 CONFORMED BID SET 02/02/2026 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 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" = V-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". CONFORMED BID SET 02/02/2026 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. 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. CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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. 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. I. 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 AHUs, ACCUs, and Fans. Reference chart at end of section. Provide copy to electrical subcontractor. CONFORMED BID SET 02/02/2026 1.14 COORDINATION DRAWINGS A. Prepare coordination drawings to a scale of 1/4"=V-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. i. 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. CONFORMED BID SET 02/02/2026 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, 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. CONFORMED BID SET 02/02/2026 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: 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: CONFORMED BID SET 02/02/2026 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%"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 CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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 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. CONFORMED BID SET 02/02/2026 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. 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. CONFORMED BID SET 02/02/2026 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 2.1 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 screwdriver 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. CONFORMED BID SET 02/02/2026 E. Equivalent manufacturer(s): Mifab, Bauco Access Panel Solutions PART 3- EXECUTION 3.1 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 28 for additional rough-in requirements. 3.2 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, CONFORMED BID SET 02/02/2026 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. 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 CONFORMED BID SET 02/02/2026 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. 3.3 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. CONFORMED BID SET 02/02/2026 E. Provide and maintain temporary partitions or dust barriers adequate to prevent the spread of dust and dirt to adjacent areas. 3.4 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. END OF SECTION 22 05 00 CONFORMED BID SET 02/02/2026 Plumbing/Elec. Equipment Coordination Sheet Mark# Unit Manufacturer's Recomm. Fuse Mark# Unit Manufacturer's Recomm. Fuse Type Size(MOCP) Type Size (MOCP) CONFORMED BID SET 02/02/2026 CONFORMED BID SET 02/02/2026 SECTION 22 07 00- INSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION PART 1—GENERAL 1.1 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. 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 on 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. 1.2 APPLICABLE CODES A. Local Codes and Ordinances B. Texas Safety Standards C. OSHA—Section 1926.650 1.3 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 2.1 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. CONFORMED BID SET 02/02/2026 B. Use clean sand. Maintain moisture content within a range that will allow specified compaction. 2.2 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 3.1 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. 3.2 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. 3.3 DEWATERING A. Perform whatever work is necessary to prevent the flow and accumulation of surface or ground water in the excavation. 3.4 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. CONFORMED BID SET 02/02/2026 3.5 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. C. Cover pipe with bedding material to building subgrade or to a minimum 12" depth before adding other backfill. 3.6 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. 3.7 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. 3.8 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. 3.9 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. CONFORMED BID SET 02/02/2026 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 22 07 00 CONFORMED BID SET 02/02/2026 SECTION 22 08 00- OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION PART 1—GENERAL 1.1 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 feet 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 2.1 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. 2.2 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. CONFORMED BID SET 02/02/2026 B. Use granular material, free from large stones, boulders, and debris. Maintain moisture content within range that will allow specified compaction. Maximum aggregate size shall be 4 inches. PART 3—EXECUTION 3.1 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. 3.2 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. C. Make trench side slopes conform to prevailing safety code requirements. 3.3 DE-WATERING A. Perform whatever work is necessary to prevent flow and accumulation of surface or ground water in the excavation. 3.4 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. 3.5 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. CONFORMED BID SET 02/02/2026 3.6 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. 3.7 COMPACTION A. Compact all bedding material to at 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. 3.8 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. C. Replace all paving, base course, gravel surfacing, sub-base,topsoil or other existing finished surface shown or not shown on the drawings. D. Clean up and finish all construction areas to original condition or better. END OF SECTION 22 08 00 CONFORMED BID SET 02/02/2026 SECTION 22 14 00 HANGERS, SUPPORTS AND ANCHORS PART 1-GENERAL 1.1 WORK INCLUDED A. Pipe, and equipment hangers, supports, and associated anchors. B. Sleeves and seals. C. Flashing and sealing equipment and pipe stacks. 1.2 RELATED WORK A. Section 232400-Vibration Isolation. B. Section 222600- Piping Insulation. C. Section 232800- Equipment Insulation. D. Section 211300- Fire Protection System. E. Section 224100- Plumbing System. F. Section 235100- Hydronic Piping. G. Section 235300—Refrigerant Piping 1.3 REFERENCES A. ANSI/ASME 631.1 - Power Piping. B. NFPA 13 -Standard for the Installation of Sprinkler Systems. C. NFPA 14-Standard for the Installation of Standpipe and Hose Systems. 1.4 QUALITY ASSURANCE A. Supports for Sprinkler Piping: In conformance with NFPA 13. B. Supports for Standpipes: In conformance with NFPA 14. 1.5 SUBMITTALS A. Submit shop drawings and product data under provisions of Division 1. B. Indicate hanger and support framing and attachment methods. CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 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. All hangers, supports and rods in areas exposed to the outdoors, such as but not limited to crawl spaces, service bays, wash bays, open shops and warehouses shall be 316 stainless steel. E. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods; cast iron roll and stand for pipe sizes 6 inches and over. F. Wall Support for Pipe Sizes to 3 Inches: Cast iron hook. G. Wall Support for Pipe Sizes 4 Inches and over: adjustable steel yoke and cast iron roll. H. Vertical Support: Steel riser clamp. I. Floor Support for Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, locknut nipple, floor flange, and concrete pier or steel support. J. Floor Support for Pipe Sizes 6 Inches and over: Adjustable cast iron roll and stand, steel screws, and concrete pier or steel support. K. 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 L. Copper Pipe Support and Hangers: Electro-galvanized with thermoplastic elastomer cushions; Unistrut "Cush-A-Clamp"or equal. Hangers: Plastic coated; Unistrut or equal. M. For installation of protective shields refer to specification section 231400-3.03. N. Shields for Vertical Copper Pipe Risers: Sheet lead. O. Pipe Rough-In Supports in Walls/Chases: Provide preformed plastic pipe supports, Sioux Chief"Pipe Titan" or equal. 2.2 HANGER RODS CONFORMED BID SET 02/02/2026 A. Galvanized Hanger Rods:Threaded both ends,threaded one end,or continuous threaded. 2.3 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. 2.4 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. 2.5 EQUIPMENT CURBS A. Fabricate curbs of hot dipped galvanized steel unless noted otherwise. 2.6 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. CONFORMED BID SET 02/02/2026 2.7 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. 2.8 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 3.1 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. 3.2 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" CONFORMED BID SET 02/02/2026 (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" (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. 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 installation adjustments. J. Portable pipe hanger systems shall be installed per manufactures instructions. CONFORMED BID SET 02/02/2026 3.3 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. 3.4 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. 3.5 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. CONFORMED BID SET 02/02/2026 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. 3.6 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 Thermafiber 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 airtight. 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 22 14 00 CONFORMED BID SET 02/02/2026 SECTION 22 19 00-SYSTEM IDENTIFICATION AND PIPE MARKING PART 1-GENERAL 1.1 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 220500, are included as a part of this Section as though written in full in this document. 1.2 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. 1.3 REFER TO ARCHITECTURAL SECTIONS FOR ADDIATION REQUIREMENTS. PART 2- PRODUCTS 2.1 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. CONFORMED BID SET 02/02/2026 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. 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 COLOR LEGEND Sanitary Sewer Green Vent Sanitary Sewer Domestic Water Green Domestic Water Domestic Hot Water Yellow Domestic Hot Supply Water Supply Domestic Hot Water Yellow Domestic Hot Re-circulating Water Return Fire Protection Red Fire Protection Automatic Red Fire Sprinkler Sprinkler 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 with two coats of a marine grade epoxy paint, color as indicated below: System Color CONFORMED BID SET 02/02/2026 Storm Sewer White Sanitary Sewer Waste and Vent Light Gray Domestic Cold Water Dark Blue Domestic Hot Water Supply and Return Orange Compressed Air Green Natural Gas Yellow PART 3- EXECUTION 3.1 All labelling equipment shall be installed as per manufacturer's printed installation instructions. 3.2 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. 3.3 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 22 19 00 CONFORMED BID SET 02/02/2026 SECTION 22 26 00- PIPING INSULATION PART 1-GENERAL 1.1 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 220500, are included as a part of this Section as though written in full in this document. 1.2 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. 1.3 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. 1.4 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. 1.5 DELIVERY AND STORAGE A. DELIVERY: Deliver undamaged materials in the manufacturer's unopened containers. CONFORMED BID SET 02/02/2026 Containers shall be clearly labeled with the insulation's flame and smoke ratings. PART 2- PRODUCTS 2.1 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 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. 2.2 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. 2.3 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. 2.4 All insulation shall have composite (insulation,jacket or facing, and adhesive used to adhere the facing orjacket 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 2.5 Accessories, such as adhesives, mastics and cements shall have the same component ratings as listed above. 2.6 All products or their shipping cartons shall have a label affixed, indicating flame and smoke ratings do not exceed the above requirements. 2.7 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. CONFORMED BID SET 02/02/2026 E. Phenolic foam insulation shall be as manufactured by PolyPhen 2500 Insulation. F. Polyisocya n u rate 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. 2.8 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. 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 all horizontal roof drain down spouts, underside of all 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. METAL JACKETING: Utilize Childers "Strap-On" jacketing. Provide preformed fitting covers for all elbows and tees. PART 3- EXECUTION 3.1 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. 3.2 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. 3.3 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. 3.4 All insulated piping located over driveways shall have an aluminum shield permanently banded over insulation to protect it from damage from car antennas. CONFORMED BID SET 02/02/2026 3.5 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. 3.6 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 4.1 LOW TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS BASED ON FIBERGLASS A. Exposed exterior domestic water pipe: 1%2 inch B. Interior domestic cold water pipe: 1 inch C. Interior domestic cold water pipe exposed to freezing temperatures: 1 inch D. Condensate drain lines: % inch E. Drains receiving condensate: 1 inch F. Concealed horizontal leader from roof drain: 1% inch blanket wrap Exposed horizontal leader from roof drain: 1 inch thick rigid (phenolic) with all service jackets CONFORMED BID SET 02/02/2026 4.2 HIGH TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS A. Domestic Hot Water and Hot Water Circulating Piping 1 inch END OF SECTION 22 26 00 CONFORMED BID SET 02/02/2026 SECTION 22 4100 PLUMBING, PIPING, AND VALVES PART 1-GENERAL 1.01 SECTION INCLUDES A. Pipe and pipe fittings. B. Valves. C. Sanitary sewer piping system. D. Storm sewer piping system. E. Domestic water piping system. 1.02 RELATED SECTIONS A. Section 022220- Excavating. B. Section 022230- Backfilling. C. Section 022250-Trenching. D. Section 221400-Supports and Anchors. E. Section 221900—System Identification and Pipe Marking. F. Section 232420-Vibration Isolation. G. Section 222600- 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. PLUMBING, PIPING,AND VALVES 22 4100- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 I. ASTM A47- Ferritic Malleable Iron Castings. 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 1. PLUMBING, PIPING,AND VALVES 22 4100-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Product Data: Provide data on pipe materials, pipe fittings,valves,and accessories. Provide manufacturer's catalog information. Indicate valve data and ratings. 1.05 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. B. Record actual locations of valves. 1.06 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1. B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.07 QUALITY ASSURANCE 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. PLUMBING, PIPING,AND VALVES 22 4100-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 1. 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 1. B. Provide two repacking kits for each size valve. 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 PLUMBING, PIPING,AND VALVES 22 4100-4 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Fittings: PVC,ASTM D 3311/1)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 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*** B. 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. 3. Joints: No hub, i. Heavy duty service: CISPI 310, ASTM C 564 neoprene gaskets and wide body stainless steel clamp and solid shield assemblies constructed of type 300 series stainless steel. ii. Clamp assemblies shall conform to FM 1680 where required by the administrative authority. iii. Torque all clamps as indicated by manufacturer. C. 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. D. 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. ***OR*** E. 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. PVC pipes located in return air plenum spaces shall be wrapped with a fire rated enclosure. PLUMBING, PIPING,AND VALVES 22 4100-5 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Joints: ASTM D 2855, solvent weld with ASTM D 2564 solvent cement. 2.04 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. 2.05 DOMESTIC WATER PIPE, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. Copper Tubing: ASTM B88, Type K, soft annealed. Provide for pipe sizes up to and including 2-1/2". 1. Fittings: ASTM B16.22 wrought copper pressure fittings. 2. Joints shall be as follows: a. No joints shall be permitted for pipe sizes 2"and smaller.All such piping must be run continuous below slab on grade and brought up to no less than 12" above the finished floor before any joint is provided. b. For sizes larger than 2",joints between copper pipe and fittings shall be brazed and shall be made in accordance with all the applicable portions of ASTM B828, manufacturer's recommendations,and AWS requirements. Brazing filler metal shall be in accordance with AWS A5.8 and any required flux shall meet AWS A5.31,Type FB3-A or FB3-C. 3. Beginning at no closer than the 5'-0" mark from the building, all piping buried or in contact with concrete shall be provided with one of the following,which shall also extend to a minimum of 6" above the finished floor: a. AWWA C209 cold-applied, integrated primertype,elastomeric adhesive, laminate polymeric tape coating, minimum 35 mil nominal thickness, in accordance with manufacturer's installation guidelines. Chase Construction Products Tapecoat H35 or approved equivalent. b. Continuous polyethylene lining, minimum 60 mil nominal thickness. B. Ductile Iron Pipe: Minimum pressure class 150,ANSI/AWWA C151/A21.51. Provide for pipe sizes 3" and larger. 1. Fittings: Standard ductile iron, ANSI/AWWAC110/A21.10. 2. Joints: Rubber-gasketed and bolted mechanical joints,ANSI/AWWAC111/A21.11. Installation shall be in accordance with ANSI/AWWA C600 and approved pipe lubricant shall be used for optimum gasket sealing and long-term performance. 3. Note: A single fitting may be installed below slab on grade to facilitate underground pipe entry up to above floor from an immediately adjacent exterior building wall. 4. Provide continuous polyethylene encasement for all piping buried or in contact with concrete in accordance with ANSI/AWWA C105/A21.5,beginning at no closer than the 5'-0" mark from the building and to a minimum of 6" above the finished floor. PLUMBING, PIPING,AND VALVES 22 4100-6 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Stainless Steel Pre-Fabricated In-Building Riser(acceptable for sizes 2" through 10") 1. Corrosion resistant, Type 304 stainless steel construction single, extended 90 degree fitting. 2. UL listed, FM approved and NFPA 24 compliant. 3. Lead free and NSF/ANSI 61 (372) certified. 4. Acceptable manufacturers: a. Ames Fire &Waterworks Series IBR (4"through 10") and IBR2 (2", 2- 1/2", and 3") b. Zurn Wilkins Model WBR (4"through 10") 5. Note: For this application, the inlet joint for larger diameter (4" through 10") piping (which shall not be located below a building slab or foundation) can be rubber gasketed push-on type,ANSI/AWWA C111/A21.11. Installation shall be in accordance with ANSI/AWWA C600. 6. Provide continuous polyethylene encasement for all piping buried or in contact with concrete in accordance with ANSI/AWWA C105/A21.5,beginning at no closer than the 5'-0" mark from the building and to a minimum of 6" above the finished floor. 2.06 DOMESTIC WATER PIPING, WITHIN BUILDING,ABOVE GRADE: 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 between copper pipe and fittings shall be made in accordance with ASTM B828 using ASTM B32 Alloy HB lead-free solder. 3. Fittings and joints for pipe sizes 1/2"through 4"may be mechanical press-connect system joints with ASME B16.51 lead-free copper bodied fittings with integral ethylene-propylene diene monomer rubber (EPDM) sealing gaskets.All fittings, couplings,and adapters shall be the product of a single system manufacturer and only that manufacturer's approved press tools, kits, and jaws shall be used. a. EPDM 0-rings shall be pre-installed and lubricated with ANSI/NSF 61 listed lubricant. b. All installers of copper press-connect fittings shall betrained bythefitting manufacturer's appointed representative and carry such credentials for the duration of the project. C. The fitting manufacturer's representative shall conduct periodic inspections of the installation and shall provide written reports of such inspections to the Contractor and Engineer, including any observed deviations from the manufacturer's recommended installation practices. d. Acceptable system manufacturers: Viega, Merit Brass, or pre-approved equal. 2.07 ACID WASTE AND VENT PIPING, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. CPVC Type 4 pipe: ASTM F 2618, ICC-ES PMG 1018 and PMG1278 for compliance with ASTM E84. PLUMBING, PIPING,AND VALVES 22 4100-7 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Fittings: ASTM F 2618, and ASTM D3311 drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: Solvent cement welding, specially formulated for resistance to corrosive chemicals and manufactured in accordance with ASTM F 2618 and F 493. 3. Pipe and fittings shall have a flame spread of less than 25 and smoke developed index of less than 50. 2.08 ACID WASTE AND VENT PIPING,WITHIN THE BUILDING,ABOVE GRADE A. CPVC Type 4 pipe: ASTM F 2618, ICC-ES PMG 1018 and PMG1278 for compliance with ASTM E84. 1. Fittings: ASTM F 2618, and ASTM D3311 drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: Solvent cement welding, specially formulated for resistance to corrosive chemicals and manufactured in accordance with ASTM F 2618 and F 493. 3. Pipe and fittings shall have a flame spread of less than 25 and smoke developed index of less than 50. 2.09 FLANGES AND UNIONS A. Drainage Applications: 1. Provide approved listed adapter and transition fittings appropriate to the specific pipe transition and in accordance with code requirements. 2. For piping above ground, provide stainless steel shielded, molded elastomeric couplings and adapters meeting ASTM C564 and FM 1680.No-hub couplings shall be heavy duty type with four band stainless steel bands clamps and solid shield assembly constructed of type 300 series stainless steel. 3. For dissimilar piping above ground, provide heavy duty stainless steel shielded, molded elastomeric couplings and adapters meeting ASTM C564 and ASTM C1460.Applies to installations including cast iron to PVC transitions immediately adjacent to building slabs on grade. 4. For dissimilar underground piping not below building slab,provide shear resistant .012"thick 300 series stainless steel shielded, PVC gasketed flexible couplings and adapters meeting ASTM D5926 and ASTM C1173. For direct-bury applications, provide AWWA C209 cold-applied, integrated primer type,elastomeric adhesive, laminate polymeric tape coating, minimum 35 mil nominal thickness, in accordance with manufacturer's installation guidelines,to completely wrap the shield, banding, and screws. Chase Construction Products Tapecoat H35 or approved equivalent. 5. Acceptable manufacturers: a. Anaco-Husky/Cremco b. Mission Rubber Company LLC C. Fernco, Inc. d. Fernco, Inc. Strong Back RC 1000 Series (underground piping, not below building slab; or readily accessible underground piping transitions in PLUMBING, PIPING,AND VALVES 22 4100-8 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 backwater valve pits, etc.) 6. Adapters, couplings, bushings for copper DWV pipe shall be cast bronze or wrought copper,ASME 1316.23/1316.29. B. Domestic Water Applications: 1. Provide joints between various materials with approved adapter and transition fittings appropriate to the specific pipe transition and in accordance with code requirements and the manufacturer's instructions. 2. For copper tube and pipe:adapters, bushings, plugs,caps,and couplings shall be wrought copper or cast bronze;flanges(minimum class 150)and unions shall be cast bronze. Provide with solder or threaded connections as necessary and as produced to applicable ASME standards 1316.15, 1316.18, 1316.22, 1316.24, 1316.50, 131.20.1.All such appurtenances shall be for use in above ground potable water systems. 3. Above slab transitions for water service entries: a. 100% fusion bonded epoxy coated ASTM A536 cast ductile iron construction coupling with acrylonitrile butadiene rubber(NBR)gaskets and EPDM insulating boot for water service. 5/8 inch high strength stainless steel bolts and nuts. Coupling shall meet AWWA C219. Romac Industries, Inc. IC501 or pre-approved equivalent. b. 100%fusion bonded 14 mil epoxy coated coupling with ASTM A536 cast ductile iron rings. Complete with acrylonitrile butadiene rubber (NBR) gaskets and type 304 stainless steel bridge, spacers, nuts, and bolts. Coupling shall meet AWWA C219, NSF 61, and NSF 372. Krausz USA Hymax Grip Coupling Restraint or pre-approved equivalent. 4. Dielectric connections: a. For pipe sizes 2 inch and smaller,provide lead-free dielectric unions,rated to 180 F at 250 psi and compliant to ASSE 1079. b. For pipe sizes larger than 2 inches, provide lead-free dielectric flanged pipe fittings, rated to 180 F at 175 psi and meeting ASME 1316.1. C. For grooved copper joining systems, provide grooved end dielectric transition fitting from system manufacturer, with virgin polypropylene internal lining, meeting NSF 61. C. General: 1. Unions for ferrous pipe shall be ASTM 1316.39 galvanized malleable iron,threaded, minimum pressure class 150. 2. Plugs and bushings for ferrous pipe shall be ASME 1316.14 galvanized malleable iron,threaded. 3. Nipples for ferrous pipe shall be schedule 40,galvanized,ASTM A53 welded steel pipe nipples,threaded, meeting ASTM A733. 4. Couplings for ferrous pipe shall be galvanized steel, threaded, manufactured in accordance with ASTM A865. 5. Flanges for ferrous pipe shall begalvanized forged steel construction,eithersocket weld or slip-on weld type, minimum pressure class 150, manufactured to ASME B16.5. PLUMBING, PIPING,AND VALVES 22 4100-9 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Bolts, nuts, and gaskets for flanged connections shall be appropriate to the pipe material, fluid type, temperature, and pressure. 1/16" thick pre-formed neoprene,typical. 7. Provide flexible stainless steel connectors at pumps and othersuch equipment,in accordance with manufacturer's recommendations. Connectors shall have corrugated hose and braided 300 series stainless steel jacketing. Carbon steel flanged or grooved ends as appropriate. NSF 372 lead-free for all potable water applications. Metraflex Company or pre-approved equivalent. 2.10 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. 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. 2.11 BALL VALVES A. Manufacturers: 1. Nibco No.T-585-66-LF (full port)for all sizes up through 2" 2. Nibco No.T-580-66-LF (conventional port) for sizes 2-1/2" and 3" 3. Valves 4" and larger shall be split body stainless steel construction, 275psi cold working pressure, blow-out proof stem, PTFE seated, type 316 stainless steel trimmed, class 150 full port design with manual gear operator. Nibco F-515-S6-F- 66-FS 4. Other acceptable manufacturers offering equivalent products. a. Apollo 70LF-140 series (full port) for all sizes up through 2". b. Milwaukee UPBA-400S (full port) for all sizes up through 2". C. Apollo 70LF-140 series (full port) for size 2-1/2" and Apollo 70LF-140 PLUMBING, PIPING,AND VALVES 22 41 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 series (standard port) for 3". d. Milwaukee UPBA-100S (standard port) for sizes 2-1/2" and 3". B. Up to and including 2 Inches: Bronze two 600 PSI piece body full port, lead-free, 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. 2.12 SWING CHECK VALVES A. Manufacturers: 1. Nibco No.T-413-Y-LF up to 2"; F-918-B-LF 2-1/2" 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. 2.13 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. 2.14 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. PART 3- EXECUTION 3.01 EXAMINATION A. Coordinate and verify excavations under provisions of Division 2. PLUMBING, PIPING,AND VALVES 22 41 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 22 41 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 2. P. Backfill in accordance with Division 2. 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 material types. S. Install valves with stems upright or horizontal, not inverted. T. Solderjoints 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. Underground 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 attest 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. PLUMBING, PIPING,AND VALVES 22 41 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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. 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. PLUMBING, PIPING,AND VALVES 22 41 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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. 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. PLUMBING, PIPING,AND VALVES 22 41 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 with water 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. Provide hydrostatic pressure test at one and one half times the normal working pressure or 125 psig, which ever is the greater, for 24 hours. 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 PLUMBING, PIPING,AND VALVES 22 41 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 anyjoints 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 22 4100 PLUMBING, PIPING,AND VALVES 22 41 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 22 4110- NATURAL GAS PIPING SYSTEMS PART 1-GENERAL 1.1 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all work herein. B. The Basic Materials and Methods, Section 220500, are included as a part of this Section as though written in full in this document. 1.2 SCOPE A. Scope of the Work shall include the furnishing, complete installation and testing of the gas piping system,with all metering,valves, piping and auxiliaries, ready for owner's use. B. Coordinate with the gas company and pay all fees and permits required for a complete and operating gas service to the project. PART 2- PRODUCTS 2.1 All gas piping above ground shall be Schedule 40 black steel as manufactured by National Tube, Republic,Youngstown, or approved equal domestic manufacturer. 2.2 All gas piping larger than 2" shall be of welded construction. Screwed fittings will only be permitted for size 2" and smaller. Unions and valves will not be permitted above furred ceiling areas or in walls or chases. 2.3 All pipe fittings shall be of materials as follows: 1. All welding fittings shall be factory-made and shall be full line size, for each tee, branch, elbow, etc., with reducers after fittings, if required. 2. All screwed fittings shall be Crane, or approved equal, Class 150 malleable iron. Screw joints shall be made up with graphite and oil or Teflon tape. Screwed threads shall be in accordance with American Pipe Thread Standards. 3. All piping and fittings shall be from a domestic manufacturer. 2.4 All underground gas piping with 5 pound working pressure or less shall be as follows: A. The pipe shall be yellow polyethylene with socket heat fusion joints and fittings. Pipe sizes 1-1/2" and 2" shall be SDR 11, (PE 2406) and pipe sizes 3" and 4" shall be SDR 11.5 (PE 2406). CONFORMED BID SET 02/02/2026 B. All socket heat fusion fittings shall be D.O.T. approved and meet ASTM D-2513 and ANSI B31.8 codes. C. All gas valves shall be polyethylene ball type, doubled union, rated for natural gas use. All valves shall be placed in a cast-iron valve box of an adequate size for accessibility and maintenance. 4. All transition meter risers shall be D.O.T.approved anode-less service type,fusion coupled and PE 2406 rated. E. The contractor shall take thermal expansion under consideration during installation. The contractor shall follow all requirements set by the manufacturer to protect the system from damage due to thermal expansion. F. The contractor shall provide detector tape approximately 12" above all gas piping. G. Wrap pipe with 18 gauge minimum copper tracer wire. 2.5 Gas piping installed in unventilated spaces shall be routed in properly vented continuous sleeve where required by the building code. 2.6 Gas valves shall be U.L. listed as follows: A. Ball Valves: Nibco T585-70-UL for%"to 1" and T580-70-UL for 1%" to 3". B. Plug Valves: DeZurick Series 425 or 435 Eccentric valves with RS 49 plug seals. 2.7 Gas pressure regulators shall be capable of reducing 75 psi pressure gas to 0.5 psi gas at capacities required by Gas Demand. Install per A.G.A. Bulletin 90. Regulators shall be as manufactured by Rockwell, Fisher-Governor or approved equal. 2.8 All gas regulators located inside the building shall be vented to atmosphere with schedule 40 black steel pipe. This includes all regulators provided with mechanical and plumbing equipment and all other regulators provided under this contract. Vent piping shall be the full size of regulatory port opening, or as recommended by regulator manufacturer, and shall run independent of any other regulator vent through to point of termination. PART 3- EXECUTION 3.1 All piping shall be installed in accordance with the manufacturer's recommendations and printed installation instructions. 3.2 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. CONFORMED BID SET 02/02/2026 3.3 All underground gas piping shall be laid on 6" of wet compact banksand approximately 24" below grade. Backfill trench with wet compacted banksand to 6" above pipe. The remainder of backfill shall be selected backfill and shall meet all compaction requirements set forth by the general trenching and backfill requirements. 3.4 Provide lever handle gas valve, drip leg and union to each piece of equipment and where indicated. 3.5 All gas lines entering building shall be valved on the exterior of the building above grade. 3.6 All gas lines run outside the building and above grade shall be painted with two coats of marine grade epoxy paint. PART 4-TESTING 4.1 TESTING OF GAS PIPING SYSTEMS A. All gas system testing shall be in compliance with local codes or as required in NFPA 54 National Fuel Gas Code whichever is the more stringent requirement. B. All work shall be performed by a Journeyman Plumber holding current State and local licenses. C. All tests shall be accomplished during normal working hours and after having given due notification to building owner, construction manager or designee, of tests to be performed. All tests shall be performed in the presence of and witnessed by the building owner's representative or designee D. All gas system piping shall be subjected to a pneumatic test pressure of 60 psig for not less than 2 hours upon completion of all rough-in work and prior to covering. While the systems are subjected to this air pressure test,all joints shall have a soapy water solution applied and shall be observed for leaks. During test period there shall be no perceptible drop in test gage pressure E. A final test shall be performed after all portions of the piping system are completely installed and covered. The entire system shall be tested, with all system outlets plugged or capped, before any equipment or appliances are connected to the piping. 1. Final test shall be with mercury, measured with a manometer or slope gauge. Test pressures shall in no case be less than one and one half times the normal operating pressure or as listed below; which ever is the greater: a. 10.5 inches mercury(5 psig)for 4 ounce system. b. 21.0 inches mercury(10 psig) for 8 ounce system. CONFORMED BID SET 02/02/2026 2. Tests shall be for a period of not less than 30 minutes and shall prove absolutely tight, showing no perceptible drop,for the entire test period. F. Purge air from test piping before connecting equipment or appliances. Purge air to outdoors or to ventilated space of sufficient volume to prevent accumulation of flammable mixtures. END OF SECTION 22 4110 CONFORMED BID SET 02/02/2026 SECTION 22 43 00- PLUMBING SPECIALTIES PART 1-GENERAL 1.1 WORK INCLUDED A. Roof and floor drains B. Cleanouts. C. Backflow preventers. D. Water hammer arrestors. E. Thermostatic mixing valves. F. Hose bibbs hydrants. 1.2 RELATED WORK A. Section 221400-Supports and Anchors. B. Section 224100- Plumbing Piping. C. Section 224400- Plumbing Fixtures. 1.3 REFERENCES A. ANSI/ASSE 1012 - Backflow Preventers with Immediate Atmospheric Vent. B. ANSI/ASSE 1011 - Hose Connection Vacuum Breakers. C. ANSI/ASSE 1013 - Backflow Preventers, Reduced Pressure Principle. D. ANSI/ASSE 1019 -Wall Hydrants, Frost Proof Automatic Draining Anti-Backflow Types. E. ANSI A112.21.1 - Floor Drains. F. ANSI A112.26.1 -Water Hammer Arresters. G. PDI WH-201 Water Hammer Arresters H. AWWA C506 - Backflow Prevention Devices - Reduced Pressure Principle and Double Check Valve Types. CONFORMED BID SET 02/02/2026 1.4 QUALITY ASSURANCE A. Manufacturer: For each product specified, provide components by same manufacturer throughout. 1.5 SUBMITTALS A. Submit under provisions of Division 1. B. Submit product data under provisions of Division 1. C. Include component sizes, rough-in requirements, service sizes, and finishes. D. Manufacturer's Installation Instructions: Indicate assembly and support requirements. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. B. Record actual locations of equipment, cleanouts, and backflow preventers. 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1. B. Operation Data: Indicate frequency of treatment required for interceptors. C. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.8 DELIVERY,STORAGE,AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Division 1. B. Accept specialties on site in original factory packaging. Inspect for damage. 1.9 EXTRA MATERIALS A. Furnish under provisions of Division 1. B. Provide two loose keys for hose bibbs and spare hose end vacuum breakers. CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS- FLOOR DRAINS A. Zurn B. Watts C. Jay R. Smith D. MiFab E. Substitutions: Under provisions of Division One. F. Floor Drains 1. Lacquered cast iron floor drain with anchor flange, standard satin finish nickel bronze strainer with vandal proof stainless steel Allen key screws. Provide floor drains with trap guard insert. G. Shower Drains 1. Galvanized cast iron floor drain body with anchor flange, membrane clamp, stainless steel strainer with vandal proof stainless steel Allen key screws. 2.2 ACCEPTABLE MANUFACTURERS- ROOF DRAINS A. Jay R. Smith B. Watts C. Zurn D. Substitutions: Under provisions of Division One. E. Roof Drains 1. Roof Drains: ANSI A112.21.2; Galvanized cast iron body with sump, removable cast aluminum dome strainer, membrane flange and membrane clamp with integral gravel stop, with adjustable underdeck clamp roof sump receiver waterproofing flange-controlled flow weir leveling frame adjustable extension sleeve (for insulation) perforated or slotted ballast guard extension for inverted roof. 2. Roof Overflow Drains (OD): Galvanized cast iron body and clamp collar and bottom clamp ring; pipe extended to 2 inches above flood elevation. CONFORMED BID SET 02/02/2026 2.3 ACCEPTABLE MANUFACTURERS-OIL INTERCEPTORS A. Park USA B. Comal Concrete C. Substitutions: Under provisions of Division 1. D. O i I Interceptors 1. Construction: Precast concrete for in-ground applications and non-skid stainless steel cover with gasket and securing handle. 2.4 ACCEPTABLE MANUFACTURERS-CLEANOUTS A. Zurn B. Watts C. Jay R. Smith D. Substitutions: Under provisions of Division 1. E. Cleanouts 1. Exterior Surfaced Areas: Square cast nickel bronze access frame and non-skid cover; 2. Exterior Unsurfaced Areas: Line type with lacquered cast iron body and round epoxy coated gasketed cover; 3. Interior Finished Floor Areas: Galvanized cast-iron, two-piece body with double drainage flange, weep holes, reversible clamping collar, and adjustable nickel-bronze strainer, round with scored cover in service areas and round with depressed cover to accept floor finish in finished floor areas; 4. Interior Finished Wall Areas: Line type with lacquered cast iron body and round epoxy coated gasketed cover, and 6" round stainless steel access cover secured with machine screw; 5. Interior Unfinished Accessible Areas: Calked or threaded type. Provide bolted stack cleanouts on vertical rainwater leaders. 2.5 ACCEPTABLE MANUFACTURERS- HOSE BIBBS/HYDRANTS A. Woodford CONFORMED BID SET 02/02/2026 B. Zurn C. Jay R. Smith D. Substitutions: Under provisions of Division 1. E. HOSE BIBBS/HYDRANTS 1. Bronze or brass, replaceable hexagonal disc, hose thread spout, chrome plated where exposed to interior with lockshield and removable key, integral vacuum breaker in conformance with ANSI/ASSE 1011; 2. Wall Hydrant: ANSI/ASSE 1019; non-freeze,self-draining type with rough chrome plated lockable recessed box hose thread spout, lockshield and removable key, and vacuum breaker; 3. Floor Hydrant: ANSI/ASSE 1019; chrome plated lockable recessed box, hose thread spout, lockshield and removable key, and vacuum breaker. 2.6 RECESSED VALVE BOX A. Manufacturers: 1. Oatey. 2. Other acceptable manufacturers offering equivalent products. 3. Sioux Chief 4. Guy Gray. 5. Washing Machine: Plastic preformed rough-in box with brass quarter turn ball valves and water hammer arrestors on both hot and cold connections, socket for waste, slip in finishing cover; 6. Refrigerator: Plastic preformed rough-in box with quarter turn brass ball valve, slip in finishing cover; 2.7 ACCEPTABLE MANUFACTURERS- BACKFLOW PREVENTERS A. Watts B. Wilkins C. Febco D. Substitutions: Under provisions of Division 1. CONFORMED BID SET 02/02/2026 E. BACKFLOW PREVENTERS 1. Reduced Pressure Backflow Preventers: ANSI/ASSE 1013; bronze body with bronze and plastic internal parts and stainless steel springs; two independently operating,spring loaded check valves; diaphragm type differential pressure relief valve located between check valves; third check valve which opens under back pressure in case of diaphragm failure; non-threaded vent outlet; assembled with two gate valves, strainer, and four test cocks; 2. Double Check Valve Assemblies: ANSI/ASSE 1012; Bronze body with corrosion resistant internal parts and stainless steel springs; two independently operating check valves with intermediate atmospheric vent; 2.8 ACCEPTABLE MANUFACTURERS-WATER HAMMER ARRESTORS A. Sioux Chief B. Wilkins C. Zurn D. Substitutions: Under provisions of Division 1. E. WATER HAMMER ARRESTORS 1. ANSI A112.26.1; sized in accordance with PDI WH-201, precharged suitable for operation in temperature range-100 to 300 degrees F(-73 to 149 degrees C)and maximum 250 psig(1700 kPa)working pressure; 2.9 ACCEPTABLE MANUFACTURERS-THERMOSTATIC MIXING VALVES A. Powers B. Bradley C. Leonard D. Substitutions: Under provisions of Division 1. E. Thermostatic Mixing Valves 1. Provide thermostatic mixing valve, with check valve, volume control shut-off valve on outlet, stem type thermometer on outlet, strainer stop check on inlet, mounted in lockable cabinet of 16 gage (1.5 mm) prime coated steel. CONFORMED BID SET 02/02/2026 PART 3- EXECUTION 3.1 PREPARATION A. Coordinate cutting,forming of roof and/or floor construction to receive drains to required invert elevations. 3.2 INSTALLATION AND APPLICATION A. Install specialties in accordance with manufacturer's instructions to permit intended performance. B. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with mixture of graphite and linseed oil. Ensure clearance at cleanout for rodding of drainage system. C. Encase exterior cleanouts in concrete flush with grade. D. Pipe relief from back flow preventer to nearest drain. END OF SECTION 22 43 00 CONFORMED BID SET 02/02/2026 SECTION 22 45 00- PLUMBING EQUIPMENT PART 1-GENERAL 1.1 SECTION INCLUDES A. Water Heaters. B. In-line circulator pumps. 1.2 RELATED SECTIONS A. Section 221400-Supports and Anchors. B. Section 232400—Sound &Vibration Control. C. Section 224100- Plumbing Piping&Valves. D. Section 224300- Plumbing Specialties. E. Section 261800 - Equipment Wiring Systems: Electrical characteristics and wiring connections. 1.3 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. 1.4 SUBMITTALS A. Submit under provisions of Division 1. 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: CONFORMED BID SET 02/02/2026 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. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1. B. Include operation, maintenance, and inspection data, replacement part numbers and availability, and service depot location and telephone number. 1.6 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. 1.7 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. 1.8 DELIVERY,STORAGE,AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section Division 1. CONFORMED BID SET 02/02/2026 B. Provide temporary inlet and outlet caps. Maintain caps in place until installation. 1.9 WARRANTY A. Provide five-year warranty under provisions of Division 1. 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 1. B. Provide two sets of electric heater elements. PART 2- PRODUCTS 2.1 COMMERCIAL ELECTRIC WATER HEATERS A. Manufacturers: 1. A.O. Smith. 2. Other acceptable manufacturers offering equivalent products. a. State Industries. b. Bradford White. 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 Q flanged or screw-in nickel-chrome 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. 2.2 COMMERCIAL GAS FIRED DIRECT VENT WATER HEATER A. Manufacturers: 1. A.O. Smith 2. Other acceptable manufacturers offering equivalent products. CONFORMED BID SET 02/02/2026 a. State. b. Bradford White. C. Lochinvar. B. Type: Automatic, natural gas-fired, vertical storage direct vent water heater. C. Tank: Glass lined welded steel ASME labeled; maximum hydrostatic working pressure of 160 psi, 4-inch diameter inspection port, down fired power burner, spiral shaped heat exchanger, thermally insulated with minimum 2 inch insulation, encased in corrosion-resistant steel jacket; baked-on enamel finish; floor shield and legs. D. Accessories: Brass water connections and dip tube, drain valve, maintenance free powered anode or a minimum of two high-density magnesium anode, and ASME rated temperature and pressure relief valve. E. Approval: By AGA as automatic storage water heater and automatic circulating tank water heater for operation at 180 degrees F. Meets or exceeds the thermal efficiency and standby loss requirements of the U.S. Dept. of Energy and current ASHRAE 90.1. Water heater must comply with SCAQMD Rule 1146.2 for low NOx emissions F. Controls: Automatic direct immersion thermostat with temperature range adjustable minimum 175 degrees F (97 degrees C) differential, automatic reset high temperature limiting thermostat, factory set at 205 degrees F (96 degrees C), gas pressure regulator, multi-ribbon or tubular burner, 100 percent safety shut-off pilot and thermocouple, intermittent electronic ignition monitoring pilot and main flame, trial for re-ignition for momentary loss of flame, shut down of pilot and main burner in 2-4 seconds after loss of flame, and power burner and vent. 2.3 DIAPHRAGM-TYPE COMPRESSION TANKS A. Manufacturer: 1. Amtrol. 2. Other acceptable manufacturers offering equivalent products. a. Bell &Gossett. b. Armstrong. C. Taco. B. Construction: Welded steel, tested and stamped in accordance with Section 8D of ASME Code;supplied with National Board Form U-1,rated for working pressure of 125 psig,with flexible EPDM diaphragm sealed into tank, and steel legs or saddles. CONFORMED BID SET 02/02/2026 C. Accessories: Pressure gage and air-charging fitting,tank drain; pre-charge to 12 psig. 2.4 IN-LINE CIRCULATOR PUMPS A. Manufacturers: 1. Bell &Gossett. 2. Other acceptable manufacturers offering equivalent products. a. TACO. b. Grundfos C. Armstrong B. Casing: Bronze, rated for 125 psig working pressure. C. Impeller: Bronze. D. Shaft: Alloy steel with integral thrust collar and two oil lubricated bronze sleeve bearings. E. Seal: Carbon rotating against a stationary ceramic seat. F. Drive: Flexible coupling. PART 3- EXECUTION 3.1 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 as indicated on the construction documents. 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. 3.2 DOMESTIC HOT WATER STORAGE TANK INSTALLATION A. Install tanks in accordance with manufacturer's instructions. B. Provide steel pipe support for tanks,independent of building structural framing members. CONFORMED BID SET 02/02/2026 C. Clean and flush tank after installation. Seal until pipe connections are made. 3.3 PUMP INSTALLATION A. Install in accordance with manufacturer's instructions. B. Ensure shaft length allows sump pumps to be located minimum 24 inches below lowest invert into sump pit and minimum 6 inches clearance from bottom of sump pit. C. Provide air cock and drain connection on horizontal pump casings. D. Provide line sized isolating valve and strainer on suction and line sized soft seated check valve and balancing valve on discharge. E. Decrease from line size with long radius reducing elbows or reducers. Support piping adjacent to pump such that no weight is carried on pump casings. Provide supports under elbows on pump suction and discharge line sizes 4 inches and over. F. Ensure pumps operate at specified system fluid temperatures without vapor binding and cavitation, are non-overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve. G. Align and verify alignment of base mounted pumps prior to start-up. END OF SECTION 22 45 00 CONFORMED BID SET 02/02/2026 SECTION 23 03 00- COMMISSIONING OF HVAC SYSTEMS PART 1—GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract Documents, including General and Supplementary Conditions and Division 01 Specifications, apply to this section. B. Related SECTIONS: 1. SECTION 01 91 00-GENERAL COMMISSIONING REQUIREMENTS 1.2 SUMMARY A. The commissioning of the HVAC system and associated controls shall be performed by an impartial technical firm hired by the owner.The commissioning provider shall be certified under one or more of the following certifications: 1. CxA—Certified Commissioning Authority—ACG 2. CBCP—Certified Building Commissioning Professional—AEE 3. CCP—Certified Commissioning Professional—BCA 4. CPMP—Certified Process Management Professional—ASHRAE 5. BSC—Building System Commissioning Certification—NEBB B. The commissioning provider(Commissioning authority) shall be responsible for leading the entire construction team through the commissioning process including, but not limited to, conducting the commissioning kick-off meeting, preparing the commissioning plan, preparing pre-functional checklists, preparing functional test scripts, participation in functional testing and preparation of required documentation and reports. 1.3 RESPONIBILITIES A. Contractor: Responsibilities of the Contractor as related to the Commissioning Process include, but are not limited to the following: 1. Facilitate coordination of Commissioning work by Commissioning authority. 2. Attend Commissioning meetings or other meetings called by Commissioning authority to facilitate the Commissioning Process. 3. Review Functional Performance Test procedures for feasibility, safety, and impact on warranty, and provide Commissioning authority with written comment on same. 4. Provide all documentation relating to manufacturer's recommended performance testing of equipment and systems. CONFORMED BID SET 02/02/2026 5. Provide Operations & Maintenance data to Commissioning authority for preparation of checklists and training manuals. 6. Provide Testing and Balancing Report before Functional Testing begins. 7. Provide As-built drawings and documentation to facilitate Testing. 8. Assure and facilitate participation and cooperation of Sub Contractors and equipment suppliers as required for the Commissioning Process. 9. Certify to Commissioning authority that installation work listed in Pre- Functional Checklists has been completed. 10. Install systems and equipment in strict conformance with project specifications, manufacturer's recommended installation procedures,and Pre- Functional Checklists. 11. Provide data concerning performance, installation, and start-up of systems. 12. Provide copy of manufacturers filled-out start-up forms for equipment and systems. 13. Ensure systems have been started and fully checked for proper operation prior to arranging for Testing with Commissioning authority. Prepare and submit to Commissioning authority written certification that each piece of equipment and/or system has been started according to manufacturer's recommended procedure, and that system has been tested for compliance with operational requirements. a. Contractor shall carry out manufacturer's recommended start-up and testing procedures, regardless of whether or not they are specifically listed in Pre-Functional Checklists. b. Contractor is not relieved of obligation for systems/equipment demonstration where performance testing is required by specifications, but a Functional Performance Test is not specifically designated by Commissioning authority. 14. Coordinate with Commissioning authority to determine mutually acceptable date of Functional Performance Tests. 15. Provide qualified personnel to assist and participate in Commissioning. 16. Provide test instruments and communications devices, as prescribed by Commissioning authority, required for carrying out Testing of systems. 17. Proprietarytest equipment required by the manufacturer,whether specified or not, shall be provided by the manufacturer of the equipment. Manufacturer shall provide the test equipment, demonstrate its use, and assist the Test Engineer in the commissioning process. Proprietary test equipment shall become the property of the Owner upon completion of commissioning. 18. Ensure deficiencies found in the Commissioning Issues Log are corrected within the time schedule shown in the Commissioning Plan. CONFORMED BID SET 02/02/2026 19. Provide Commissioning authority with all submittals, start-up instructions manuals, operating parameters, and other pertinent information related to Commissioning Process.This information shall be routed through Architect. 20. Prepare and submit to Commissioning authority proposed Training Program outline for each system. 21. Coordinate and provide training of Owner's personnel. 22. Prepare Operation & Maintenance Manuals and As-Built drawings in accordance with specifications; submit copy to Commissioning authority in addition to other contractually required submissions. Revise and resubmit manuals in accordance with Design Professionals and Commissioning authority comments. 23. Commissioning requires participation of this Division Subcontractors to ensure that systems are operating in manner consistent with Contract Documents.All costs associated with the participation of Contractor, Sub-Contractors, Design Professionals, and Equipment Vendors in the Commissioning Process shall be included as part of the Construction Contract. B. Subcontractors and vendors shall prepare and submit to Commissioning authority proposed Startup procedures to demonstrate proper installation of systems,according to these specifications and checklists prepared by Commissioning authority 1.4 COMMISSIONING PLAN A. Commissioning Process tasks and activities: 1. Commissioning kick-off meeting: Conducted by commissioning authority and attended by construction team and design team. 2. Pre-functional checklists: Prepared by the commissioning authority and filled out by subcontractors performing the work that is applicable. 3. Site visits to review installation of applicable systems and progress of checklist documentation performed and reported by commissioning authority. 4. Functional testing: Commissioning authority shall conduct functional testing with assistance of applicable subcontractors and document successful results as well as deficiencies (issues). Functional performance testing shall demonstrate the installation and operation of components, systems, and system-to-system interfacing in accordance with plans and specifications. Testing shall include all modes and sequence of operation, including under full- load, part-load and emergency conditions (including all alarms). Controls system shall be tested to document that control devices, components, equipment and systems arecalibrated and adjusted and operate in accordance with the plans and specifications. Sequences shall be functionally tested to document they operate in accordance with plans and specifications. 5. Preliminary commissioning report: Commissioning authority shall issue a preliminary commissioning report to the owner that has results of the first round of functional testing including deficiencies discovered. CONFORMED BID SET 02/02/2026 6. Air and hydronic system balancing:Air and water flow rates shall be measured and adjusted to deliver final flow rates within the tolerances provided in the contract documents. System balancing shall be performed by T.A.B. contractor as specified in the Testing,Adjusting and Balancing specification section 23 99 00. 7. Systems manual: Commissioning authority shall compile the systems manual using submittal data provided by the general contractor and applicable subcontractors. 8. Final commissioning report: Commissioning authority shall issue final commissioning report documenting the entire process and final results of functional testing. Report shall include final testing and balancing report. B. Equipment to be tested 1. Energy Management and Control System: a. Graphical User Interface b. Automation Software c. Field Level Controllers d. Field Level Devices e. Control Sequences 2. Condensing Systems 3. Air Handling Systems (All AHU) 4. Exhaust Fan Systems (100%) 5. Service water heating systems (100%) C. Testing functions and conditions 1. Energy conservation programs (economizer, optimal start, etc) 2. Verify shutdown of systems when scheduled. 3. Calibration of sensors 4. Testing shall affirm winter and summer design conditions. 5. Test under full outside air conditions. 6. Confirm functionality of all specified sequences of operations. 7. Verify the functionality of all alarms. D. Performance criteria 1. Air and water temperatures shall be within tolerances specified in the contract documents. CONFORMED BID SET 02/02/2026 2. Space temperatures shall be maintained within 1 degree of specified set points. 3. Space humidity shall be maintained within 5%of specified levels. PART 2—PRODUCTS (Not Used) PART 3—EXECUTION 3.1 GENERAL A. This Division has startup responsibilities and are required to complete sub-systems so COMPLETE SYSTEMS are fully functional. Insuring they meet design requirements of Contract Documents. Commissioning procedures and testing do not relieve or lessen this responsibility or shift this responsibility, in whole or in part,to Commissioning Agent or Owner. B. Coordinate with other Sub-Contractors and equipment vendors to set aside adequate time to address Pre-Functional Checklists, Functional Performance Tests, Operations& Maintenance Manual creation, Owner Training, and associated coordination meetings. C. Commissioning authority will also conduct site inspections at critical times and issue Cx Field Reports with observations on installation deficiencies so that they may be issued by Architect as deemed appropriate. 3.2 WORK PRIOR TO COMMSSIONING A. Complete all phases of the work so the systems can be started, adjusted, balanced, tested, and otherwise tested. B. See pertinent specification sections in this Division, which outline responsibilities for start- up of equipment with obligations to complete systems, including all sub-systems so that they are fully functional. C. Assist commissioning authority with all information pertaining to actual equipment and installation as required complete the full commissioning scope. D. Contractor shall prepare startup procedures to demonstrate compliance with pre- functional checklists, and coordinate scheduling for completion of these checklists. E. A minimum of 7 days prior to date of system startup, submit to Commissioning authority for review, detailed description of equipment start-up procedures which contractor proposes to perform to demonstrate conformance of systems to specifications and Checklists. CONFORMED BID SET 02/02/2026 3.3 PARTICIPATION IN COMMISSIONING A. Attend meetings related to the Commissioning Process; arrange for attendance by personnel and vendors directly involved in the project, prior to testing of their systems. B. Provide skilled technicians to startup and test all systems, and place systems in complete and fully functioning service in accordance with Contract Documents. C. Provide skilled technicians, experienced and familiar with systems being commissioned, to assist Commissioning authority in commissioning process. 3.4 WORK TO RESOLVE DEFICIENCIES A. Complete corrective work in a timely manner to allow expeditious completion of Commissioning Process. If deadlines pass without resolution of identified problems, Owner reserves the right to obtain supplementary services and/or equipment to resolve the problem. Costs thus incurred will be Contractor's responsibility. 3.5 PRE-FUNCTIONAL CHECKLISTS(PFC) A. Contractor shall complete Pre-Functional Checklists to validate compliance with Contract Documents installation and start-up requirements,for this Division's systems. B. Refer to commissioning plan for detailed list of equipment to be commissioned. 3.6 FUNCTIONAL PERFORMANCE TESTING (FPT) A. Contractor, in cooperation with Commissioning Agent, shall conduct Functional Performance Testing to validate compliance with Contract Documents. B. Refer to commissioning plan for detailed list of equipment to be commissioned. C. Assist Commissioning authority in Functional Testing by removing equipment covers, opening access panels, etc. Furnish ladders, flashlights, meters, gauges, or other inspection equipment as necessary. 3.7 TRAINING A. The following requirements are in addition to Operations&Maintenance requirements specified elsewhere in this specifications manual. B. Contractor shall be responsible fortraining coordination and scheduling,and ultimately to ensure that training is completed. CONFORMED BID SET 02/02/2026 C. The training agenda (plan) shall include, at a minimum,the following elements: 1. Purpose of equipment. 2. Principle of how the equipment works. 3. Important parts and assemblies. 4. How the equipment achieves its purpose and necessary operating conditions. 5. Most likely failure modes, causes and corrections. 6. On site demonstration. D. Commissioning authority shall be responsible for overseeing and approving content and adequacy of training of Owner personnel for all installed systems. Provide Commissioning authority with training plan two weeks before planned training. 3.8 OPERATIONS& MAINTENANCE MANUALS A. The following requirements are in addition to Operations&Maintenance requirements specified elsewhere in this specifications manual. B. Sub-Contractor shall compile and prepare documentation for equipment and systems specified in this Division, and shall deliver documentation to Contractor for inclusion in Operation & Maintenance Manuals, in accordance with requirements of Division 01, prior to training Owner personnel. C. Provide Commissioning authority with a single, electronic copy of Operation & Maintenance Manuals for review.Commissioning authority copy of O&M manuals shall be submitted through Architect. D. Operation and maintenance manuals shall include,service agency contact information, maintenance requirements, controls system settings and a narrative of how each system is intended to operate, including set points. 3.9 DOCUMENTATION A. Commissioning authority shall provide documentation of process as follows: 1. Preliminary commissioning report including test procedures, results of testing, itemization of deficiencies, deferred tests and climatic conditions required for performance of deferred tests. Preliminary commissioning report shall be issued to owner to demonstrate the first pass of testing has occurred and to demonstrate compliance with applicable codes. 2. Final commissioning report shall include the final test and balance report, final results of functional testing, disposition of deficiencies discovered during CONFORMED BID SET 02/02/2026 testing, including the details of corrective measures used and functional testing procedures used for repeatability of testing in the future. END OF SECTION 23 03 00 CONFORMED BID SET 02/02/2026 SECTION 23 05 00- BASIC MATERIALS AND METHODS PART 1-GENERAL 1.1 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. 1.2 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. CONFORMED BID SET 02/02/2026 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 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. 1.3 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. CONFORMED BID SET 02/02/2026 1.4 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. 1.5 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. 1.6 PERMITS,TESTS, INSPECTIONS A. Arrange and pay for all permits, fees, tests, and all inspections as required by governmental authorities. 1.7 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. 1.8 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. CONFORMED BID SET 02/02/2026 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. 1.9 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 interiorfinish 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. 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, ASIDE. 6. American Society of Testing Materials,ASTM. CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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. I. 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 CONFORMED BID SET 02/02/2026 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. 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. CONFORMED BID SET 02/02/2026 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. I. 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 CONFORMED BID SET 02/02/2026 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 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" = V-0", as required to demonstrate that the alternate or substituted product will fit in the space available. CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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. 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. CONFORMED BID SET 02/02/2026 34. Coordination Drawings. I. Refer to other Division 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. i. 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. CONFORMED BID SET 02/02/2026 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 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 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 CONFORMED BID SET 02/02/2026 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. 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: CONFORMED BID SET 02/02/2026 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 23. 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 23 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins. CONFORMED BID SET 02/02/2026 B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition to the requirements specified in Division 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. CONFORMED BID SET 02/02/2026 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 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 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 23 for additional guarantee or warranty requirements. CONFORMED BID SET 02/02/2026 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. 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". CONFORMED BID SET 02/02/2026 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 2.1 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 3.1 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. CONFORMED BID SET 02/02/2026 3.2 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. CONFORMED BID SET 02/02/2026 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. 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. 3.3 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. CONFORMED BID SET 02/02/2026 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. 3.4 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. END OF SECTION 23 05 00 CONFORMED BID SET 02/02/2026 Mech/Elec. Equipment Coordination Sheet Mark# Unit Manufacturer's Recomm. Mark# Unit Manufacturer's Recomm. Type Fuse Size MOCP Type Fuse Size MOCP CONFORMED BID SET 02/02/2026 SECTION 23 05 10-STARTING OF SYSTEMS PART 1-GENERAL 1.1 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing,adjusting, and balancing. 1.2 RELATED SECTIONS A. Section 014000-Quality Control: Manufacturers field reports. B. Section 017000- Contract Closeout: System operation and maintenance data and extra materials. C. Section 239900-Testing,Adjusting and Balancing. 1.3 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect, Engineer and Owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication,drive rotation, belt tension, control sequence,or for other conditions that may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Adjust electrical amp draw on motors to within 80%of rated amp draw. F. Verify wiring and support components for equipment are complete and tested. G. Execute start-up under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. H. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect,check,and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. I. Adjust return air to 500 fpm at each air unit inlet. Replace drive packages as necessary to achieve design airflows. CONFORMED BID SET 02/02/2026 J. Submit a written report in accordance with Section 014000 that equipment or system has been properly installed and is functioning correctly. 1.4 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. Demonstrate Project equipment and provide instruction by a qualified manufacturers' representative who is knowledgeable about the Project. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. E. Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 1.5 TESTING,ADJUSTING,AND BALANCING A. Mechanical Division will secure the services of an independent firm to perform testing, adjusting, and balancing. B. The independent firm will perform services specified in Section 239900. C. Reports will be submitted by the independent firm to the Architect/Engineer indicating observations and results of tests and indicating compliance or non-compliance with the requirements of the Contract Documents. PART 2—PRODUCTS(Not Used) PART 3—EXECUTION(Not Used) END OF SECTION 23 05 10 CONFORMED BID SET 02/02/2026 SECTION 23 07 19 - DIRECT EXPANSION PIPING SYSTEM INSULATIONS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes insulating the following HVAC piping systems. 1. Refrigerant suction (low pressure gas) piping. 2. Refrigerant hot gas (discharge or high pressure gas) piping. 3. Refrigerant liquid piping,for VRF/VRV and Heat Pump systems. 4. Condensate drainage piping. 1.3 SUBMITTALS A. Product Data: For each type of product indicated, include thermal conductivity,water vapor permeance, thickness, and jackets (both factory and field applied if any). 1.4 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.5 QUALITY ASSURANCE A. Installer Qualification: Only trained installers that are familiar with the products should be used. 1.6 DELIVERY STORAGE AND HANDLING A. Material to be delivered in new condition,free of defects and stored in a clean, dry space that provides protection against damage and contamination. 1.7 COORDINATION A. Coordinate sizes and locations of supports, hangers, and insulation shields specified in Section 231400 "Hangers and Supports for HVAC Piping and Equipment". B. Coordinate clearance requirements with piping Installer for piping insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of insulation and field-applied jackets and finishes and space required for maintenance. CONFORMED BID SET 02/02/2026 1.8 SCHEDULING A. Schedule insulation application after pressure testing and leak testing of systems. Insulation application may begin on segments that have satisfactory test results. PART 2—PRODUCTS 2.1 INSULATION MATERIALS A. Flexible Elastomeric Foam: EPDM -Closed cell expanded rubber. Comply with ASTM C 534,Type I for tubular materials for refrigeration pipe sizes 1/4" and greater. 1. Outdoor Use, Basis of Design Product: Provide Reftekk AC-SSPT(EPDM pre-split with lap seal and field applied Aeroflex Aerocoat) or comparable product by one of the following. a. Aeroflex, EPDM SSPT with field applied Aerocel Aerocoat b. Armacell, LLC, EPDM UT Solaflex, Pre-split with lap seal and with field applied Black PVC jacket 2. Indoor Use, Basis of Design Product: Provide Reftekk AC-SSPT(EPDM pre-split with lap seal) or comparable product by one of the following. a. Aeroflex, EPDM SSPT b. Armacell, LLC, EPDM UT Solaflex, Pre-split with lap seal 3. Applied to Annealed Coiled Tubing(Line Sets), Basis of Design Product: EPDM continuous tube. B. Elastomeric insulation shall not use CFC's or HFC's in the manufacturing process. C. Elastomeric insulation shall have a flame spread-index of 25 or less and a smoke- developed index of 50 or less when tested in accordance with ASTM E84 for all products through 2" thickness. D. Elastomeric insulation and elastomeric joining system shall be suitable of use from -70°F to 257°F continuous service temperature, per ASTM C 411. E. Elastomeric insulation shall have a maximum thermal conductivity of 0.235 Btu-in/h-ft2- EF at a mean temperature of 75°F when tested in accordance with ASTM C 177 or ASTM C 518. F. Elastomeric insulation shall have a maximum water vapor transmission of<_0.03 perm- inch when tested in accordance with ASTM E 96, Procedure A, latest revision. G. Elastomeric insulation must exhibit long-term UV resistance in outdoor installation per ASTM G 7 and ASTM G 90. H. Elastomeric insulation must not contribute to external stress corrosion cracking when tested per ASTM C 692. CONFORMED BID SET 02/02/2026 2.2 ADHESIVES,AND TAPES A. Flexible Elastomeric Adhesive for Indoor and Outdoor Application: 1. Basis of Design Product: Provide Aeroflex AeroSeal contact adhesive or comparable product by one of the following. a. Armacell, LLC HT 625 contact adhesive B. Flexible Elastomeric for LEED low VOC Application: 1. Basis of Design Product: Provide Aeroflex AeroSeal LVOC C. Seaming tape to be 15-mil EPDM rubber with acrylic adhesive. 2.3 INSULATING PIPE HANGER SUPPORTS A. Support the piping system using high density rigid foam insulating pipe hanger supports with an inner lining of EPDM rubber insulating tape and 15-mil exterior EPDM rubber jacket. Insulation density to be a minimum of 10 lb./cu. ft. with a compressive strength of 284 PSI or greater, and a k-value of 0.312 or lower. Continuous use temperature range to be-70OF to 257°F with water absorption of 5% or less. 1. Basis of Design Product: Provide Reftekk"Cush-A-Therm", model UX insulated pipe support complete with steel channel insulation OD clamp or comparable product by one of the following. a. Aeroflex USA,Aerofix-U with matching steel channel insulation OD clamp. b. Armaflex LLC, Armafix IPH with matching steel channel insulation OD clamp. 2.4 METALJACKETING A. Childers "Strap-On"jacketing. Provide preformed fitting covers on all elbows and tees. PART 3—EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of insulation application. 1. Verify that systems to be insulated have been tested and free of leaks and defects 2. Verify that surfaces to be insulated are clean, dry and free of dirt, dust, grease, frost, and moisture. 3. Work shall be performed at the installation temperatures recommended by the product manufacturer. CONFORMED BID SET 02/02/2026 4. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Tape seams and lap seam tape overlaps shall be clean dry, fan free of dirt, dust, grease, frost and moisture. 3.3 GENERAL INSTALLATION REQUIREMENTS A. All piping,valves and fittings scheduled to be insulated to have all insulation applied in strict accordance with the insulation manufacturers installation instructions and practices described in the National Commercial and Industrial Insulation Standards Manual. In case of conflict,the manufacturers installation guidelines and instruction will be used. B. Install insulation materials, accessories and finishes with smooth, straight, and even surfaces; free of voids,throughout the length of the piping including supports,fittings, valves and specialties. C. 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. D. Install insulation materials,vapor barriers,vapor dams,jackets, and thicknesses required for each item of the pipe system as required. E. Install insulation with longitudinal seams oriented per the insulation manufacturers installation instructions for all horizontal runs. F. Keep insulation dry and clean during application and finishing. Do not apply insulation to operating systems. G. Install insulation with the least number of joints practical. H. Piping to be insulated with tubular preformed pipe insulation. I. Install insulation continuously through roof penetrations, wall penetrations and floor penetrations. J. Install insulation continuously through fire rated wall and fire rated floor penetrations complying with Penetration Fire-stopping details. K. Insulating Pipe Hanger Supports are to be installed at all pipe support and clamp locations. Insulating Pipe Hanger Supports are to be installed at the time of piping installation such that the pipe insulation system is installed in a continuous manner through the pipe support system. CONFORMED BID SET 02/02/2026 L. All insulation terminations, butt joints, longitudinal joints, and access points to be properly glued or sealed with the insulation manufacturers sealant system. M. Vapor dams to be installed every 12'to 18' per insulation manufacturers installation instructions, high point of piping run and at all insulation terminations (supports,valves, flanges and end of pipe runs) N. Provide sufficient clearance between insulated pipes to allow air circulation. O. Provide mitered insulation fittings at elbows to prevent compression of the insulation at the throat of the elbow and stretching on the outside of the bend. P. Do not compress the insulation at penetrations or structural members, such as joists or studs. Do not allow the insulation to be compressed by ceiling hanger wires. Q. Do not allow attachment of anything to the insulated piping that will reduce the effective thickness of the insulation, such as control wiring, cabling,telephone wiring, etc. When using insulation manufacturers recommended tape on joints, do not compress the insulation. R. Insulation should be installed such that butt joints are in slight compression. This prevents separation of the insulation joints over time or due to changes in temperature. Do NOT apply the insulation in a stretched condition. S. Insulation thickness to be the most restrictive of the following options. 1. Liquid, suction, and discharge lines per state energy codes. 2. In accordance with the thickness tables for piping insulation in the latest version of ASHRAE 90.1. 3. In accordance with local building code requirements and Authority Having Jurisdiction. 4. In accordance with the requirements of the manufacturers of the equipment being served by the insulated refrigerant piping system. 5. Sufficient thickness to prevent condensation on the surface of the insulation under all operating conditions. PART 4-SCHEDULES 4.1 LOW TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS BASED ON FIBERGLASS A. Condensate drain lines: % inch B. Drains receiving condensate: 1 inch C. Refrigerant Piping (1) 1%"and smaller 1 inch (2) Larger than 1% inch 1 inch END OF SECTION 23 07 19 CONFORMED BID SET 02/02/2026 SECTION 23 14 00-SUPPORTS AND ANCHORS PART 1-GENERAL 1.1 WORK INCLUDED A. Pipe, and equipment hangers, supports, and associated anchors. B. Sleeves and seals. C. Flashing and sealing equipment and pipe stacks. 1.2 RELATED WORK A. Section 23 24 00—Sound and Vibration Control. B. Section 23 26 00- Piping Insulation. C. Section 23 28 00- Equipment Insulation. D. Section 22 4100- Plumbing System. E. Section 23 55 10- Hydronic Piping Above Grade. F. Section 23 55 11—Hydronic Piping Below Grade. G. Section 23 53 00—Refrigerant Piping 1.3 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. 1.4 QUALITY ASSURANCE A. Supports for Sprinkler Piping: In conformance with NFPA 13. B. Supports for Standpipes: In conformance with NFPA 14. 1.5 SUBMITTALS A. Submit shop drawings and product data under provisions of Division 1. B. Indicate hanger and support framing and attachment methods. CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 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. All hangers, supports and rods in areas exposed to the outdoors, such as but not limited to crawl spaces, service bays, wash bays, open shops and warehouses shall be marine grade 316 stainless steel, including all fasteners and straps. E. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods; cast iron roll and stand for pipe sizes 6 inches and over. F. Wall Support for Pipe Sizes to 3 Inches: Cast iron hook. G. Wall Support for Pipe Sizes 4 Inches and over: adjustable steel yoke and cast iron roll. H. Vertical Support: Steel riser clamp. I. Floor Support for Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, locknut nipple, floor flange, and concrete pier or steel support. J. Floor Support for Pipe Sizes 6 Inches and over: Adjustable cast iron roll and stand, steel screws, and concrete pier or steel support. K. 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 L. Copper Pipe Support and Hangers: Electro-galvanized with thermoplastic elastomer cushions; Unistrut "Cush-A-Clamp" or equal. Hangers: Plastic coated; Unistrut or equal. M. For installation of protective shields refer to specification section 231400-3.03. N. Shields for Vertical Copper Pipe Risers: Sheet lead. CONFORMED BID SET 02/02/2026 O. Pipe Rough-In Supports in Walls/Chases: Provide preformed plastic pipe supports, Sioux Chief"Pipe Titan" or equal. 2.2 HANGER RODS A. Galvanized Hanger Rods: Threaded both ends, threaded one end, or continuous threaded. 2.3 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. 2.4 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. 2.5 EQUIPMENT CURBS A. Fabricate curbs of hot dipped galvanized steel unless noted otherwise. 2.6 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. CONFORMED BID SET 02/02/2026 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. 2.7 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. 2.8 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 3.1 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. 3.2 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 6'-0" 3/8" CONFORMED BID SET 02/02/2026 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" (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" (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. 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 installation adjustments. CONFORMED BID SET 02/02/2026 J. Portable pipe hanger systems shall be installed per manufactures instructions. 3.3 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. 3.4 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. CONFORMED BID SET 02/02/2026 3.5 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. 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. 3.6 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 23 14 00 CONFORMED BID SET 02/02/2026 SECTION 23 14 40- ROOFTOP PIPE, EQUIPMENT,WALKWAY SUPPORTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Portable, non-penetrating,rooftop support system for: 1. Walkways,Crossovers,Stairs and Ramps. 2. Seismic and High Wind application for items listed above. 1.02 RELATED SECTIONS A. Section 23 00 00-Heating,Ventilating,and Air Conditioning(HVAC) 1.23 14 00- Hangers &Supports for HVAC Piping& Equipment B. Section 23 9100-Duct Accessories C. Section 26 00 00—Electrical 1.03 REFERENCES A. ASTM A 123/A 123M -Standard Specification for Zinc(Hot-Dip Galvanized) Coatings on Iron and Steel Products. B. ASTM A 153/A 153M -Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. C. ASTM A 525-Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process D. ASTM D 1929-Standard Test Method for Determining Ignition Temperature of Plastics. E. MSS SP-58- Pipe Hangers and Supports-- Materials, Design and Manufacture; Manufacturers Standardization Society of the Valve and Fittings Industry. F. MSS SP-69 - Pipe Hangers and Supports--Selection and Application; Manufacturers Standardization Society of the Valve and Fittings Industry. 1.04 SYSTEM DESCRIPTION A. Support piping on roof with an engineered prefabricated PHP System or equivalent manufacture, designed for installation without damage to the roofing material.The system shall consist of bases, made of high-density polypropylene plastics with UV Protection, a 316 stainless-steel structural steel frame and suitable pipe hangers for the application. Nuts,threaded rods and washers shall be HDG, spring nuts and bolts for spring nuts will be stainless steel.The system shall be custom designed to fit piping and conduit to be installed and the actual conditions of service. B. Support elevated walkway systems routed across the roof with an engineered prefabricated PHP-Walkway System designed for installation without damage to the ROOFTOP WALKWAY SUPPORTS 23 14 40- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 roofing material.The system shall consist of bases, made of high-density polypropylene plastics with UV Protection, a 316 stainless-steel structural steel frame,walkway planking, and handrail if required. Nuts,threaded rods and washers shall be 316 stainless-steel,spring nuts and bolts for spring nuts will be stainless-steel. System shall be custom designed to fit the load requirements that will be required. C. Seismic and High Wind applications are available for all categories listed above. 1.05 SUBMITTALS A. Submit under provisions of Division 1. 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: Show installation layout,sizes of units,and details of installation. D. Verification Samples: Actual samples of bases,each type of support, hanger,and fasteners, and not less than 12 inches (300 mm) of framing members. E. Manufacturer's Certificates: Certify products meet or exceed specified requirements. F. Closeout Submittals: Provide manufacturer's maintenance instructions that include recommendations for periodic checking and adjustment of components. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing pipe support systems, with a minimum of eight years of documented experience. B. Installer Qualifications: Company approved by manufacturer and with not less than five years of experience in installation of piping support systems. C. References: Submit list of references comprising not less than 10 installations that have been in use for a minimum of five years. Include contact name and phone numbers for each reference. D. Pre-Installation Meeting: After approval of submittals, but before beginning installation, conduct a meeting at project site attended by Architect, Contractor, installers of roofing, and mechanical and electrical piping to be installed on pipe support systems. 1. Purpose of meeting is to describe in detail the installation process and to establish agreement, coordination, and responsibilities. 2. Prepare detailed meeting report and distribute copies to the Architect and all attendees. ROOFTOP WALKWAY SUPPORTS 23 14 40-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1.07 DELIVERY,STORAGE,AND HANDLING A. Deliver all materials to project site in manufacturer's original packaging, marked with manufacturer's name, product model names and catalog numbers, identification numbers, and other related information. B. Store materials under cover until needed for installation. 1.08 WARRANTY A. See Division 1-Closeout Submittals,for additional warranty requirements. B. Warranty: PHP Systems/Design 5 year limited warranty to repair or replace, at our option, any products we find to be structurally defective in material or workmanship. Warranty is not valid if System was modified, installed incorrectly,or not designed by Portable Pipe Hangers. PHP Systems/Design. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: PHP Systems/Design, which is located at: 5534 Harvey Wilson Dr. ; Houston,TX 77020;Toll Free Tel:800-797-6585;Tel:713-672-5088; Email: request info (info(@phpsd.com); Web: www.phpsd.com B. Requests for substitutions will be considered in accordance with provisions of Division 1. C. Substitutions must be submitted and approved seven days prior to date of pre-bid conference. 2.02 APPLICATION A. Walkway, Crossover,Stairs, Ramps and Equipment Platform Access: Elevated walkway systems as manufactured by PHP Systems/Design. 1. Support Spacing:_feet( mm). 2. Bases High Density Polypropylene plastics with additives for UV protection 3. Substructure: 12 gauge back-to-back strut G-1012A,or approved equal supported directly from the bases. 4. Grating: Mill-galvanized carbon steel in accordance with ASTM A525: a. Gauge 14-ga.steel. b. Gauge 18-ga.steel. C. Section Width: 12 inches(305 mm) (standard), d. Section Width: 9 inches(229 mm). ROOFTOP WALKWAY SUPPORTS 23 14 40-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 e. Section Width: 6 inches(152 mm). f. Channel Height: 1 inch (25.5 mm) g. Channel Height: 2 inches (51 mm) (standard). h. Flange Options: FM i. Flange Options: MM. j. Surface Condition: MG-traction grip k. Surface Condition: MS-smooth. 5. Handrail: 12 gauge, 1-5/8 inch (41 mm)strut G-5812,or approved equal. 6. All substructures and handrails shall be galvanized steel.Spring nuts and bolts for spring nuts will be electro-plated. B. Attachment of Base to Roof Surface when required for Seismic and High Wind Application: 1. Mechanically fastened to roof deck. 2.03 MATERIALS A. Portable Support System: Engineered, portable system specifically designed for installation without the need for roof penetrations or flashings, and without causing damage to the roofing membrane. 1. Design system using high density/high impact polypropylene bases with carbon black,antioxidants for UV protection and steel framing for support is 1-5/8 inch (41 mm) B22TH or 1-7/8 inch (48 mm) BTS22TH. 2. Custom design system to fit piping,conduits,equipment, or walkways to be installed and actual conditions of service and loading. 3. Walkways and Platforms: Provide 316 stainless-steel slotted metal grating, in configurations as indicated, and tubular handrails where indicated. B. Bases: Injection molded high density/high impact polypropylene with UV-inhibitors and antioxidants, conforming to the following: 1. Moisture Content: Negligible. 2. Shrinkage/Swelling Due to Moisture: Negligible. 3. Density: 55.8 Ib/cu ft(894 kg/cu m). 4. Insect Resistance: No known insect damage potential. 5. Chemical Resistance (oil, brake fluid,gasoline, diesel,antifreeze, battery acid, and sulfuric acid: No visual or physical change apparent. ROOFTOP WALKWAY SUPPORTS 23 14 40-4 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 6. Flammability: No ignition after 10 minutes, 25 kW/m,when tested in accordance with ASTM D 1929. 7. Sized as required by loading conditions and as indicated on the drawings. 8. Shop fabricated with inserts for square tubing or threaded rods as required. 9. Color: Integral black color as molded. 10. Bases for Mechanical Attachment:Sealant chamber around penetration point, with injection port for sealing after fastening; beveled lip for sealant bead around entire diameter. 11. Do not use bases containing carbonated plastics, press molded recycled rubber and plastics, steel,stainless steel,or any injection molded threaded receivers. C. 316 Stainless Steel Framing: 1. Channel Types: 1-5/8 inch (41.3 mm) or 1-7/8 inch (47.6 mm),as required for loading conditions. 2. Thickness: 12 gage (2.7 mm). 3. Form: Roll-formed 3-sided or tubular shape. 4. Finish: Mill finish. 5. Do not use tubing or tube steel. D. Accessories: Clamps, bolts, nuts, washers, and other devices as required for a complete system. 1. Stainless Steel: Mill finish. 2. For Mechanical Fastening to Deck: On wood and steel decks, use bolts with toggle wings; on concrete decks use threaded rods and adhesive anchors, with rod embedded at least 1-3/4 inches (44 mm) into concrete. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that roofing system is complete and that roof surfaces are smooth,flat,and ready to receive work of this section. B. Verify that roof surface temperature is at minimum 60 degrees F(15.5 degrees C),for proper adhesive performance. 3.02 PREPARATION A. Clean surfaces of roof in areas to receive portable support bases. 1. Remove loose gravel from gravel surfaced roofs. ROOFTOP WALKWAY SUPPORTS 23 14 40-5 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Remove dirt,dust, oils, and other foreign materials. B. Use care in handling portable support system components during installation,to avoid damage to roofing, flashing, equipment, or related materials. 3.03 INSTALLATION A. Walkway,Crossover& Equipment Platform Access: A. Install substructures at spacing indicated, but not greater than 5 feet(1.5 m) on center. B. Locate bases and support framing as indicated on drawings and as specified herein. Provide complete and adequate support of all structures. C. Accurately locate and align bases. D. Consult manufacturer of existing or new roofing system as to the type of isolation pads required between the roof and base. E. Set isolation pads in adhesive if required by manufacturer's instructions. a. Place bases on isolation pads. b. Adhere or mechanically attach if required by code. C. Where applicable, replace gravel around bases. d. Set legs of substructures into bases as indicated. 6. Use stainless steel fasteners for stainless steel framing. 7. Layout and fasten planking to substructures. 8. Where handrails are required, install as follows: a. Install intermediate rails without tightening. b. Make minor adjustments as needed,such as spacing of substructures to accommodate intermediate handrails, and install hold-downs. C. Secure intermediate handrails and install top handrails. 3.04 FIELD QUALITY CONTROL A. Provide a factory-trained representative of the manufacturer to visit the site while the work is in progress to assure that the installation conforms to the design requirements and the manufacturer's installation requirements. 3.05 CLEANING AND PROTECTION A. Remove all packaging, unused fasteners,adhesive, and other installation materials from the project site. ROOFTOP WALKWAY SUPPORTS 23 14 40-6 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Remove adhesive from exposed surfaces of supports and bases,and leave the work in clean condition. C. Provide protection as required to leave the work in undamaged condition at the time of substantial completion. END OF SECTION 23 14 40 ROOFTOP WALKWAY SUPPORTS 23 14 40-7 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 23 17 00- MOTORS AND MOTOR CONTROLLERS PART 1-GENERAL 1.1 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. 1.2 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. 1.3 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. 1.4 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 1 for additional information. 1.5 DELIVERY AND STORAGE A. DELIVERY: Deliver clearly labeled, undamaged materials in the manufacturers' unopened containers. CONFORMED BID SET 02/02/2026 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 2.1 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 polyphone motors. 4. Name plate voltage shall be the same as the circuit's normal voltage, serving the motor. CONFORMED BID SET 02/02/2026 E. SERVICE FACTOR: 1.15 for multiphase; 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. NEMA Efficiency Motor Horsepower 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 CONFORMED BID SET 02/02/2026 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 2.2 MOTOR CONTROLLERS(STARTERS) A. All motor controllers(for equipment furnished under Division 23)shall be furnished under Division 23 and installed under Division 26 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 from an interlock on the motor starter and shall not be wired across the operating coil. CONFORMED BID SET 02/02/2026 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-311 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. 2.3 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 CONFORMED BID SET 02/02/2026 motor starters in Paragraph 2.01/13, 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. Franklin-Cerus. PART 3- EXECUTION 3.1 All equipment shall be installed in accordance with the manufacturers' recommendations and printed installation instructions. 3.2 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. 3.3 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 23 17 00 CONFORMED BID SET 02/02/2026 SECTION 23 26 00- PIPING INSULATION PART 1-GENERAL 1.1 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. 1.2 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. 1.3 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. 1.4 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. CONFORMED BID SET 02/02/2026 1.5 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 2.1 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 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. 2.2 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. 2.3 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. 2.4 All insulation shall have composite (insulation,jacket or facing, and adhesive used to adhere the facing orjacket 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 2.5 Accessories, such as adhesives, mastics and cements shall have the same component ratings as listed above. 2.6 All products or their shipping cartons shall have a label affixed, indicating flame and smoke ratings do not exceed the above requirements. 2.7 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. CONFORMED BID SET 02/02/2026 D. Armaflex elastomeric cellular thermal insulation by Armstrong. E. Phenolic foam insulation shall be as manufactured by Kooltherm Insulation (Koolphen). F. Polyisocya n u rate 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. 2.8 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. CHILLED WATER AND HEATING HOT WATER PIPE: Provide fiberglass pipe insulation with ASJ-SSL jacket or phenolic foam with ASJ and all joints sealed. Piping located outdoors shall be Polyisocyan u rate with metal jacket cover. C. CONDENSATE DRAINAGE PIPING: Fire resistant fiberglass insulation; insulation not required when piping is exposed on roof. D. 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. E. METAL JACKETING: Utilize Childers "Strap-On" jacketing. Provide preformed fitting covers for all elbows and tees. PART 3- EXECUTION 3.1 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. 3.2 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. 3.3 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. 3.4 All insulated piping located over driveways shall have an aluminum shield permanently banded over insulation to protect it from damage from car antennas. CONFORMED BID SET 02/02/2026 3.5 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. 3.6 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 4.1 LOW TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS BASED ON FIBERGLASS A. Condensate drain lines: 3/ inch B. Drains receiving condensate: 1 inch C. Chilled Water Piping: 1. Located outdoors 6 inches and smaller: 2 inch a. 8 inches and larger: 2-1/2 inch 2. Located indoors: a. 4 inch and smaller: 1% inch b. Larger than 4 inch: 2 inch CONFORMED BID SET 02/02/2026 D. Refrigerant Piping 1. 1%2"and smaller 1 inch 2. Larger than 1% inch 1 inch 4.2 HIGH TEMPERATURE SURFACES MINIMUM INSULATION THICKNESS A. Hot (Heating)Water Piping: 1. Operating temperature 105°F or less: 1 inch 2. Operating temperature higher than 105°F 1 inch and pipe size 1'/2 inch or smaller 3. Operating temperature higher than 105°F 2 inch and pipe size larger than 1'/2 inch END OF SECTION 23 26 00 CONFORMED BID SET 02/02/2026 SECTION 23 29 00- DUCT INSULATION PART 1-GENERAL 1.1 WORK INCLUDED A. Ductwork system insulation. 1.2 RELATED SECTIONS A. Section 230500- Basic Materials and Methods B. Section 231700- Motors and Motor Controllers 1.3 QUALITY ASSURANCE A. Installer's Qualifications: Firm with at least 5 years successful installation experience on projects with mechanical insulations similar to that required for this project. B. Flame/Smoke Ratings: Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame-spread index of 25 or less, and smoke-developed index of 50 or less, as tested by ASTM E 84 (NFPA 255) method. 1. Exception: Outdoor mechanical insulation may have flame spread index of 75 and smoke developed index of 150. C. Duct and plenum insulation shall comply with minimum R-value requirements of 2015 International Energy Conservation Code. D. Adhesive and other material shall comply with NFPA and NBFU Standards No. 90A and 90B. 1.4 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. Provide 8x11 sample of product along with submittal. 1.5 DELIVERY,STORAGE AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in unopened containers with manufacturer's stamp, clearly labeled with flame and smoke rating, affixed showing fire hazard indexes of products. CONFORMED BID SET 02/02/2026 B. Protect insulation against dirt,water and chemical and mechanical damage. Do not install damaged or wet insulation; remove from project site. PART 2- PRODUCTS 2.1 GENERAL DESCRIPTION A. 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 before any insulation is installed. B. A sample quantity of each type of insulation and each type of application shall be installed and approval secured prior to proceeding with the main body of the work. 2.2 ACCEPTABLE MANUFACTURERS A. Glass fiber materials shall be as manufactured by Knauf, Certain-Teed,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. B. Adhesives shall be as manufactured by Minnesota Mining, Arabol, Benjamin-Foster, Armstrong or Insulmastic, Inc., and shall have the same adhesive properties, fire rating, vapor seal, etc., as the types specified herein, subject to review by the Engineer. C. Ceramic fiber materials shall be as manufactured by Primer Refractories, A.P. Green Refractories or approved equal. PART 3- EXECUTION 3.1 GENERAL A. All insulation shall be installed in accordance with the manufacturer's recommendations and printed installation instructions. B. 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. 3.2 EXTERNAL DUCT INSULATION A. Fasten all longitudinal and circumferential laps with outward clinching staples 3" on center. On rectangular ducts over 24"wide apply as above and hold insulation in place on bottom side with mechanical pins and clips on 12" centers. B. Seal all seams and joints, fastener penetrations and other breaks in vapor barrier with 3 inch wide strips of white glass fabric embedded between two coats of vapor barrier mastic, Childers CP-30 or approved equal. CONFORMED BID SET 02/02/2026 C. All external duct insulation shall be Knauf Insulation Atmosphere Duct Wrap with ECOSE Technology, Johns Manville Microlite EQ duct wrap insulation with reinforced aluminum facing or approved equal. D. External duct wrap is required on all outside air ducts,supply and return air ducts that are not internally insulated. External duct wrap is also required on all exhaust and relief air ducts that are used in airside energy recovery systems. Any exhaust ductwork located in an unconditioned space shall also be provided with external duct wrap. Duct wrap shall be provided as follows: 1. A minimum installed R-value of 6 when ducts are located in conditioned and unconditioned spaces, such as ceiling plenum space. 2. A minimum installed R-value of 8 when ducts are located outside of the building. E. Any ductwork located in an air plenum that is comprised of materials that do not comply with the 25/50 flame and smoke rating per ASTM E 84 testing requirements shall be provided with a single layer of duct wrap to establish a noncombustible rating per ASTM E 136. Duct wrap products which are approved for such non-compliant combustible duct materials located in air plenums shall be 3M Fire Barrier Plenum Wrap 5A+ or Unifrax FyreWrap 0.5 Plenum. Insulation products for this application shall be installed in strict accordance with the manufacturer's instructions. 3.3 DUCT LINER A. Duct liner shall be kept clean and dry during transportation, storage, installation, and throughout the construction process care should be taken to protect the liner from exposure to the elements or damage from mechanical abuse. B. All portions of duct designed to receive duct liner shall be completely covered with liner as specified. The smooth, black, mat facing or acrylic-coated surfaces with flexible glass cloth reinforcement shall face the airstream. All duct liner shall be cut to assure tight, overlapped corner joints.The top pieces shall be supported by the sidepieces. Duct liner shall be installed following the guidelines in the NAIMA "Duct Liner Installation Standard". C. The duct liner shall be tested according to erosion test method in ASTM C 1071 and shall be guaranteed to withstand velocities in the duct system up to 6000 fpm without surface erosion. D. Duct liner shall be adhered to the sheet metal with full coverage of an approved adhesive that conforms to ASTM C 916, and all exposed leading edges and transverse joints shall be coated with Permacote factory-applied or field-applied edge coating and shall be neatly butted without gaps. Shop or field cuts shall be liberally coated with Johns Manville SuperSeal® duct butter and Edge Treatment or approved adhesive. CONFORMED BID SET 02/02/2026 E. Metal nosings shall be securely installed over transversely oriented liner edges facing the airstream at forward discharge and at any point where lined duct is preceded by unlined duct. F. When velocity exceeds 4000 fpm (20.3 m/sec), use metal nosing on every leading edge. Nosing may be formed on duct or be channel or zee attached by screws, rivets or welds. G. The liner shall further be secured with Graham welding pins and washers on not more than 18 inch centers both vertical and horizontal surfaces, and the pins and washers shall be pointed up with adhesive. H. Duct liner shall be Knauf Insulation Atmosphere Duct Liner with ECOSE Technology, Johns Manville Linacoustic RC duct liner with factory-applied edge coating and acrylic coating on the mat surface of airstream side or approved equal.The liner shall meet the Life Safety Standards as established by NFPA 90A and 9013, FHC 25/50 and Limited Combustibility and the air stream surface coating should contain an immobilized, EPA- registered, anti-microbial agent so it will not support microbial growth as tested in accordance with ASTM G21 and G22. The duct liner shall conform to the requirements of ASTM C 1071, UL 2824, with an NRC not less than .70 as tested per ASTM C 423 using a Type "A" mounting, and a thermal conductivity no higher than 0.24 13TU•in/(hr•ft291flF) at 750F mean temperature. I. Line supply and return ductwork at connection of HVAC unit to a point of 15 feet upstream and downstream of the equipment and in return air boots. Attach with full cover coat of cement, duct dimensions up to 16 inches; provide stick clips or screws and cap for dimensions over 16 inches, spaced 16 inches o.c. maximum. Provide sheet metal liner cap over all leading edges of internal insulation exposed to air stream. J. Duct liner shall be provided as follows: 1. Minimum installed R-value of 6 when ducts are located in conditioned spaces. 2. Minimum installed R-value of 6 when ducts are located in unconditioned spaces, such as ceiling plenum space. 3. Minimum installed R-value of 12 or greater when ducts are located outdoors. 3.4 EXPOSED DUCTWORK LOCATED INDOORS A. Round duct routed exposed shall be double wall with solid inner liner and 1-1/2" thick layer of glass mineral wool insulation as manufactured by United McGill Company model no.Acousti-27 or approved equal. Insulation density shall be a minimum of 1.5 PCF. CONFORMED BID SET 02/02/2026 3.5 AIR DEVICE AND MISCELLANEOUS DUCT INSULATION A. The backside of all supply air devices shall be insulated with taped and sealed with external duct wrap equivalent to the insulation specified. B. The contractor shall install an additional layer of 2 inch thick external fiberglass duct wrap on any portion of the supply air, return air, outside air, or exhaust air system that has condensation forming during any period of operation. The insulation shall be taped and sealed and located until all evidence of the condensation had been eliminated at no additional cost to the owner. END OF SECTION 23 29 00 CONFORMED BID SET 02/02/2026 SECTION 23 53 00- REFRIGERANT PIPING PART 1-GENERAL 1.1 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. 1.2 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 2.1 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. 2.2 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. 2.3 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. CONFORMED BID SET 02/02/2026 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. 2.4 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. 2.5 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 3.1 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. 3.2 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 23 53 00 CONFORMED BID SET 02/02/2026 SECTION 23 53 01 -VRF REFRIGERANT PIPING PART 1-GENERAL 1.1 SUMMARY A. This Section includes refrigerant piping used for VRV/VRF air-conditioning applications. 1.2 PERFORMANCE REQUIREMENTS A. Line Test Pressure for Refrigerant R-41OA: 1. Suction (low pressure gas) Lines: 550 psig, or per equipment manufacturers recommendation. 2. Hot-Gas (high pressure gas) and Liquid Lines: 550 psig, or per equipment manufacturers recommendation. 1.3 SUBMITTALS A. Product Data: For each type of valve and refrigerant piping specialty indicated. Include pressure drop based on manufacturer's test data. B. Shop Drawings: Show layout of refrigerant piping and specialties, including pipe, tube, and fitting sizes, valve arrangements and locations, wall and floor penetrations, and equipment connection details. Show interface and spatial relationships between piping and equipment. 1. Refrigerant piping indicated on Drawings is schematic only. Size piping and design actual piping layout, including specialties, and pipe and tube sizes to accommodate, as a minimum, equipment provided, elevation difference between compressor and evaporator, and length of piping to ensure proper operation and compliance with warranties of connected equipment. C. Field quality-control test reports. D. Operation and maintenance data. 1.4 QUALITY ASSURANCE A. Comply with ASHRAE 15, "Safety Code for Refrigeration Systems." B. Comply with ASME 631.5, "Refrigeration Piping and Heat Transfer Components." C. Installer Qualification: Only trained installers skilled in refrigeration pipe installation and brazing of copper tubing should be used. 1.5 PRODUCT STORAGE AND HANDLING A. Store piping in a clean and protected area with end caps in place to ensure that piping interior and exterior are clean when installed. CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.1 COPPER TUBE AND FITTINGS A. Copper Tube: 1. Straight Lengths: ASTM B 75, UNS C12200, H55 Temper (Light Drawn), ACR Bending Quality; Cleaned, Eddy Current Tested, and Plugged per ASTM B 280. a. Reftekk"HHC" 2. Coiled: ASTM B 280, UNS C12200,060 Temper(Soft Annealed),ACR,cleaned and capped a. Reftekk"CCE" B. Brazing Filler Metals: AWS A5.8. a. Reftekk"BRG" C. Field Swaged Brazing Cups: MSS-SP-73,ASME B 16.50 D. Field Bends (all angles): ASME B31.5 2.2 VALVES AND SPECIALTIES A. Service Valves: 1. Body: Forged brass with brass cap including key end to remove core. 2. Core: Removable ball-type check valve with stainless-steel spring. 3. Seat: Polytetrafluoroethylene. 4. End Connections: Socket ends. 5. Working Pressure Rating: 700 psig. 6. Maximum Operating Temperature 250 deg. F 7. Valves must be specifically rated for R-410A. 2.3 REFRIGERANTS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: B. ASHRAE 34, R-41OA: R-32/R-125 (50.0/50.0) PART 3-EXECUTION 3.1 PIPING APPLICATIONS A. Suction (low pressure gas), Hot Gas(high pressure gas)and Liquid Lines OD 5/8" and Smaller for Conventional Air-Conditioning, Heat Pump,and Heat Recovery Applications: Copper,Type ACR, 060(soft annealed)-temper tubing and field bent fittings with brazed joints. CONFORMED BID SET 02/02/2026 B. Suction (low pressure gas), Hot Gas (high pressure gas), and Liquid Lines OD 2-1/8" and smaller for Conventional Air-Conditioning, Heat Pump, and Heat Recovery Applications: Straight Lengths, Copper,Type ACR Type L, H55 (light drawn)-temper tubing and field bent fittings with brazed joints. 3.2 VALVE AND SPECIALTY APPLICATIONS A. Install service valves as shown on plans or as required to isolate system components. 3.3 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems; indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Shop Drawings. B. Install refrigerant piping according to ASHRAE 15. C. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. F. Install piping adjacent to machines to allow service and maintenance. G. Install piping free of sags and bends. H. Field Bend changes in direction. I. Select system components with pressure rating equal to or greater than maximum allowable working pressure. J. Install piping as short and direct as possible, with a minimum number of joints, elbows, and fittings. K. Arrange piping to allow inspection and service of refrigeration equipment. Install valves and specialties in accessible locations to allow for service and inspection. Install access doors or panels as specified in Division 08 Section "Access Doors and Frames" if valves or equipment requiring maintenance is concealed behind finished surfaces. L. Install insulated refrigerant piping in water-tight protective conduit where installed belowground. M. Provide Jacketed insulation in locations where exposed to mechanical injury. N. When brazing, remove solenoid-valve coils and sight glasses; also, remove valve stems, seats, and packing, and accessible internal parts of refrigerant specialties. Do not apply heat near expansion-valve bulb. CONFORMED BID SET 02/02/2026 0. Install piping with adequate clearance between pipe and adjacent walls and hangers or between pipes for insulation installation. P. Identify refrigerant piping and valves according to Division 23 Section "Identification for HVAC Piping and Equipment." Q. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Division 23 Section "Sleeves and Sleeve Seals for HVAC Piping." R. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Division 23 Section"Sleeves and Sleeve Seals for HVAC Piping." S. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Division 23 Section "Escutcheons for HVAC Piping." T. Provide proper compensation for pipe/tube expansion and contraction per equipment manufacturers recommendations. 3.4 PIPE JOINT CONSTRUCTION A. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," Chapter "Pipe and Tube." 1. Use Type BcuP-5 (15% Ag, 80% Cu, 5% P), copper-phosphorus alloy pre-formed brazing rings for joining copper swage fittings and copper socket fittings with copper pipe. Do NOT use flux. 2. Use Type Bag-5 (45% Ag), cadmium-free silver alloy for joining copper with bronze or steel. Use manufacturers recommended flux. B. Field Swaged Brazing Cups: Fabricate brazing cup on one tubing end for each coupling. Only 060 (soft annealed) and H55 (light drawn) may be swaged. Do NOT swage H58 (drawn general purpose). Use swaging tool designed to provide a minimum of 0.0015" brazing gap and a maximum of 0.005" brazing gap. Brazing cup depth for each tube size shall be as follows. 1/4" 3/8" 1/2" 5/8" 3/4" 7/8" 1-1/8" 1-3/8" 1-5/8" 2-1/8" 0.250" 0.280" 0.310" 0.390" 0.420" 0.460" 0.510" 0.560" 0.600" 0.700" C. Field Bends: Fabricate field bends with a center-line bend radius greater than or equal to 4 times the nominal OD of the pipe or tube. Tube shall be bent with a tubing bender sized for ACR OD tube sizes and shall not cause cracks or wrinkles in the tube or pipe. Do NOT use a conduit bender for bending ACR copper. The difference between maximum and minimum diameters for pipe bends should not exceed 8% of the nominal outside diameter of the pipe. Only 060 soft annealed-temper and H55 light drawn-temper shall be field bent. Do NOT field bend H58 drawn general purpose-temper copper tube. D. BRAZING AND JOINING PROCEDURE 1. Tube ends shall be cut with a clean sharp tubing cutter. CONFORMED BID SET 02/02/2026 2. Deburr the I.D. of the cut tube end with a clean deburring tool. 3. Visually inspect the interior of each tube for obstructions and debris before assembly. Protect the joint from contamination before brazing. 4. Method of pre-cleaning: Non-shedding abrasive pads(Scotch Bright)to remove all oxides in the brazing area followed by wiping with a clean lint-free white cloth. Do not groove the surfaces while cleaning. 5. Purge all tubing with oil free nitrogen while brazing and until cool to the touch. Use an oxygen analyzer to verify the absence of oxygen prior to brazing.The oxygen content shall be less than 1% before start of brazing. 6. Use a neutral to slightly reducing flame using oxy/acetylene or oxy/propane. 7. Use the proper torch tip based on tube size as recommended by the torch manufacturer. Use of Turbo-Torch or Rosebud is permitted. 8. Post Brazing Cleaning: Exterior of all completed joints shall be washed with a water soaked rag or sponge, followed by brushing with a stainless-steel hand wire brush to remove any residue for inspection. 3.5 HANGERS AND SUPPORTS A. Hanger, support, and anchor products are specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." B. Install the following pipe attachments: 1. Adjustable steel clevis hangers for individual horizontal runs. 2. Rigid high compressive strength foam insulating pipe support at all support points. Comply with Section 232600 "DX Piping System Insulation". 3. Do NOT attach hangers directly to pipe or tube. C. Install hangers for copper tubing with the following maximum spacing and minimum rod sizes: 1. Up to 3/4" OD: Maximum span, 60 inches; minimum rod size, 3/8 inch. 2. Greater than 3/4" thru 1" OD: Maximum span, 72 inches; minimum rod size, 3/8 inch. 3. Greater than 1"thru 2-1/8" OD: Maximum span, 96 inches; minimum rod size, 3/8 inch. D. Support multi-floor vertical runs every 10 feet and at least at each floor. 3.6 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. B. Tests and Inspections: 1. Comply with ASME B31.5, Chapter VI. 2. Test as recommended by equipment manufacturers instructions. CONFORMED BID SET 02/02/2026 3. Test refrigerant piping and specialties. Isolate compressor, condenser, evaporator, and safety devices from test pressure if they are not rated above the test pressure. a. Fill system with 95/5 nitrogen/hydrogen to the required test pressure. b. System shall maintain test pressure at the manifold gage throughout duration of test. C. Test all joints and fittings with hydrogen leak detector, at test pressure. d. Remake leaking joints using new materials, and retest until satisfactory results are achieved. 3.7 SYSTEM CHARGING A. Charge system using the following procedures and per equipment manufacturers instructions. 1. Evacuate (triple evacuation procedure) entire refrigerant system with a vacuum pump to obtain a steady state vacuum of less than 500 micrometers. If vacuum holds for 12 hours, system is ready for charging. Do NOT evacuate the system through a charging manifold. Use only suction rated hoses and core removal tools. 2. Break vacuum with refrigerant gas, allowing pressure to build up to 2 psig. 3. Charge system as recommended by equipment manufacturer. END OF SECTION 23 53 01 CONFORMED BID SET 02/02/2026 SECTION 23 58 54- "DX" FAN COIL UNIT PART 1-GENERAL 1.1 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. 1.2 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 2.1 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 CONFORMED BID SET 02/02/2026 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 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. 2.2 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 3.1 All HVAC equipment shall be installed as per manufacturers printed installation instructions. 3.2 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 23 58 54 CONFORMED BID SET 02/02/2026 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 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. 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-454b 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. Condenser coils and entire cabinet shall be factory coated with a 10,000 hour salt spray coating equivalent to Energy Guard's E-Guard DCC Cabinet Casing and DCC Green. Coatings shall meet ASTM B-117,ASTM G85,and ASTM D4587/4141 for UV Weathering. E. 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. F. 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. G. Connections for refrigerant suction and liquid lines shall be extended outside the cabinet and provided with service valves with gauge connections. AIR COOLED CONDENSING UNITS 23 67 10- 1 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 H. Power connections shall be made to the connectors located inside the electrical connection box. I. Standard operating and safety controls shall include high-pressure switch, low pressure switch, compressor overload service, and solid-state timed-off control. J. All components(parts and labor) of the sealed refrigeration circuit shall be warranted by the manufacturer for five years. 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. H. Unit shall be furnished with a Leak Detection System (LDS) from the factory. The leak detection system shall consist of one or more refrigerant detection sensors. When the system detects a leak, the unit controller shall initiate mitigation controls. 2.03 ACCEPTABLE MANUFACTURERS A. Condensing unit shall be the make and model number shown on the drawings or acceptable equivalents by Daikin, Carrier 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 AIR COOLED CONDENSING UNITS 23 67 10-2 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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 underground 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 239900. END OF SECTION 23 67 10 AIR COOLED CONDENSING UNITS 23 67 10-3 Whitecap Wastewater Treatment Plant Office Facility—Rebid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 23 82 00-VRF/VRV SYSTEM AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section 23 53 00- Refrigerant Piping C. Section 23 26 00—Direct Expansion Piping Systems Insulation. 1.2 SUMMARY A. Section includes packaged terminal air conditioners and their accessories and controls, in the following configurations: 1. Fan coils 2. Ceiling Cassettes 3. Wall mounted units 4. Dedicated Outside Air Units 5. Controls 6. Commissioning of the HVAC System 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, furnished specialties, electrical characteristics, and accessories. B. Shop Drawings: For packaged terminal air conditioners. Include plans, elevations, sections, details for wall penetrations, seismic bracing, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions,weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Wiring Diagrams: For power, signal, and control wiring. C. Operation and Maintenance Data: For packaged terminal air conditioners to include in emergency, operation, and maintenance manuals. D. Warranty: Sample of standard and extended warranty. CONFORMED BID SET 02/02/2026 1.4 QUALITY ASSURANCE A. The installing contractor must have completed factory certified training prior to bidding the project. The installing contractor must have prior experience with the installation of a heat recovery type VRF system of similar size and scope. B. The units shall be listed by Electrical Testing Laboratories (ETL) and bear the ETL label. C. All wiring shall be in accordance with the National Electrical Code(N.E.C.). D. The units shall be manufactured in a facility registered to ISO 9001 and IS014001 which is a set of standards applying to environmental protection set by the International Standard Organization(ISO). E. All units must meet or exceed the 2010 Federal minimum efficiency requirements and the ASHRAE 90.1 efficiency requirements for VRF systems. Efficiency shall be published in accordance with the Air-Conditioning, Heating, and Refrigeration Institute (AHRI) Standard 1230. F. A full charge of R-410A for the condensing unit only shall be provided in the condensing unit. 1.5 COORDINATION A. Coordinate layout and installation of packaged terminal air conditioners and wall construction with other construction that penetrates walls or is supported by them. 1.6 WARRANTY A. The VRF units shall be covered by the manufacturer's limited warranty for a period of one (1) year parts and seven (7) year compressor to the original owner from date of installation.Additionally,the units shall be provided with a special EXTENDED WARRANTY (REQUIRED): the units shall be covered by an extended manufacturer's limited warranty for a period of ten (10) years to the original owner from date of installation, with the following requirements to be met: 1. Installed by a contractor that has successfully completed the Mitsubishi Electric three-day service course,AND 2. Verified with required materials submitted to and approved by the Mitsubishi Electric Service Department, which include: a. As built Diamond System Builder file, b. A one (1) hour Maintenance Tool record with system information, in Ordinary Control Mode (not initial), C. Outdoor and Indoor unit dip switch settings d. Outdoor unit(s)function settings CONFORMED BID SET 02/02/2026 B. In addition, the compressor shall have a manufacturer's limited warranty for a period of ten (10)years to the original owner from date of installation. C. If, during this period, any part should fail to function properly due to defects in workmanship or material, it shall be replaced or repaired at the discretion of the manufacturer. PART 2- PRODUCTS 2.1 MANUFACTURERS A. The following list of manufacturers are acceptable for bidding, providedthey meet the following specifications listed below: 1. Daikin 2. Mitsubishi 2.2 ISOLATION VALVES A. Provide isolation valves at each Branch Controller to isolate individual fan coil units. Refer to section 23 53 01—REFRIGERANT PIPING for valve specification. 2.3 OUTDOOR SIMULTANEOUS HEATING AND COOLING UNIT A. General:The outdoor units shall be equipped with multiple circuit boards that interface to the VRF controls system and shall perform all functions necessary for operation. Each outdoor unit module shall be completely factory assembled, piped, and wired and run tested at the factory. R410A refrigerant shall be required for outdoor unit systems. 1. Outdoor unit shall have a sound rating no higher than 61 dB(A) individually or 64 dB(A) twinned. Units shall have a sound rating no higher than 51 dB(A) individually or 54 dB(A) twinned while in night mode operation. If an alternate manufacturer is selected, any additional material, cost, and labor to meet published sound levels shall be incurred by thecontractor. 2. Both refrigerant lines from the outdoor unit to the BC(Branch Circuit)Controller shall be insulated in accordance with the installation specification. 3. The outdoor unit shall have an accumulator with refrigerant level sensors and controls. 4. The outdoor unit shall have a high-pressure safety switch, over-current protection, crankcase heater and DC bus protection. 5. The outdoor unit shall be capable of operating in heating mode down to -41dF ambient temperatures or cooling mode down to 230F ambient temperatures, without additional low ambient controls. If an alternate manufacturer is selected, any additional material, cost, and labor to meet low ambient operating condition and performance shall be incurred by the contractor. CONFORMED BID SET 02/02/2026 6. The outdoor unit shall have a high efficiency oil separator plus additional logic controls to ensure adequate oil volume in the compressor is maintained. 7. Unit must defrost all circuits simultaneously in order to resume full heating more quickly. B. Unit Cabinet: 1. The casing(s) shall be fabricated of galvanized steel, bonderized and finished. Units cabinets shall be able to withstand 960 hours per ASTM B117 criteria for seacoast protected models (—BS models). C. Fan: 1. Each outdoor unit module shall be furnished with one direct drive, variable speed propeller type fan. The fan shall be factory set for operation under 0 in. WG external static pressure, but capable of normal operation under a maximum of 0.24 in. WG external static pressure via dipswitch. 2. All fan motors shall have inherent protection, have permanently lubricated bearings, and be completely variable speed. 3. All fan motors shall be mounted for quiet operation. 4. All fans shall be provided with a raised guard to prevent contact with moving parts. 5. The outdoor unit shall have vertical discharge airflow. 6. Provide hail guards. D. Coil: 1. The outdoor Hexicoill" heat exchanger shall be of zinc coated aluminum construction with turbulating flat tube construction. 2. The coil fins shall have a 10,000 corrosion resistant coating. 3. A stainless-steel pipe connects the aluminum coil to copper piping. 4. The coil shall be protected with an integral metal guard. 5. Refrigerant flow from the outdoor unit shall be controlled by means of an inverter driven compressor. 6. The outdoor coil shall include 4 circuits with two position valves for each circuit, except for the last stage. E. Compressor: 1. Each outdoor unit module shall be equipped with one inverter driven scroll hermetic compressor. 2. A crankcase heater(s) shall be factory mounted on the compressor(s). CONFORMED BID SET 02/02/2026 3. The outdoor unit compressor shall have an inverter to modulate capacity.The capacity shall be completely variable with a turndown of 15%-5% of rated capacity, depending upon unit size. 4. The compressor will be equipped with an internal thermal overload. 5. The compressor shall be mounted to avoid the transmission of vibration. 6. Field-installed oil equalization lines between modules are not allowed. Prior to bidding, manufacturers requiring equalization must submit oil line sizing calculations specific to each system and module placement for this project. F. Electrical: 1. The outdoor unit electrical power shall be asscheduled. 2. The outdoor unit shall be capable of satisfactory operation within voltage limits of+or—10%. 3. The outdoor unit shall be controlled by integral microprocessors. 4. The control circuit between the indoor units, BC Controller and the out- door unit shall be 24VDC completed using a 2-conductor, twisted pair shielded cable to provide total integration of the system. 2.4 BRANCH CIRCUIT(BC)CONTROLLERS A. General: The BC (Branch Circuit) Controllers shall include multiple branches to allow simultaneous heating and cooling by allowing either hot gas refrigerant to flow to indoor unit(s) for heating or subcooled liquid refrigerant to flow to indoor unit(s) for cooling. Refrigerant used for cooling must always be subcooled for optimal indoor unit Electronic Expansion Valve (EEV) performance; alternate branch devices with no subcooling risk bubbles in liquid supplied to EEV and are not allowed. B. The BC(Branch Circuit) Controllers shall be specifically used with R410A systems.These units shall be equipped with a circuit board that interfaces to the VRF controls system and shall perform all functions necessary for operation.The unit shall have a galvanized steel finish. The BC Controller shall be completely factory assembled, piped, and wired. Each unit shall be run tested at the factory. This unit shall be mounted indoors, with access and service clearance provided for each controller. The sum of connected capacity of all indoor air handlers shall range from 50%to 150% of rated capacity. The BC Controller shall be suitable for use in plenums in accordance with UL1995 ed 4. C. BC Unit Cabinet: 1. The casing shall be fabricated of galvanized steel. 2. Each cabinet shall house a liquid-gas separator and multiple refrigeration control valves. 3. The unit shall house two tube-in-tube heatexchangers. CONFORMED BID SET 02/02/2026 D. Refrigerant Branches 1. All BC Controller refrigerant pipe connections shall be brazed. E. Refrigerant valves: 1. Each branch shall have multiple two-position valves to control refrigerant flow. 2. Service shut-off valves shall be field-provided/installed for each branch to allow service to any indoor unit without field interruption to overall system operation. 3. Electronic expansion valves shall be used to control the variable refrigerant flow. 4. Indoor units shall be connected to the condensing unit utilizing the manufacturer's piping joints and headers to ensure correct refrigerant flow and balancing. T style joints are not acceptable for a variable refrigerant system. F. Integral Drain Pan: 1. An Integral resin drain pan and drain shall be provided G. Electrical: 1. The unit electrical power shall be as scheduled. 2. The unit shall be capable of satisfactory operation within voltage limitsof+or- 10%. 3. The BC Controller shall be controlled by integral microprocessors. 4. The control circuit between the indoor units and outdoor units shall be 24VDC completed using a 2-conductor, twisted pair shielded cable to pro-vide total integration of the system. 2.5 WALL MOUNTED INDOOR UNIT A. Indoor Unit 1. The indoor unit shall be factory assembled, wired, and run tested. Contained within the unit shall be all factory wiring, piping, electronic modulating linear expansion device, control circuit board and fan motor. Indoor unit and refrigerant pipes shall be charged with dehydrated air before shipment from the factory. B. Unit Cabinet: 1. All casings, regardless of model size, shall have the same finish CONFORMED BID SET 02/02/2026 2. Multi directional drain and refrigerant piping offering four (4) directions for refrigerant piping and two (2) directions for draining shall be standard. 3. There shall be a separate back plate which secures the unit firmly to the wall. C. Fan: 1. The indoor fan shall be an assembly with one or two line-flow fan(s) direct driven by a single motor. 2. The indoor fan shall be statically and dynamically balanced to run on a motor with permanently lubricated bearings. 3. A manual adjustable guide vane shall be provided with the ability to change the airflow from side to side (left to right). 4. A motorized air sweep louver shall provide an automatic change in airflow by directing the air up and down to provide uniform air distribution. D. Filter: 1. Return air shall be filtered by means of an easily removable, washable filter. E. Coil: 1. The indoor coil shall be of nonferrous construction with smooth plate fins on copper tubing. 2. The tubing shall have inner grooves for high efficiency heatexchange. 3. All tube joints shall be brazed with phos-copper or silver alloy. 4. The coils shall be pressure tested at the factory. 5. A condensate pan and drain shall be provided under the coil. 6. Both refrigerant lines to the indoor units shall be insulated in accordance with the installation manual. F. Electrical: 1. The unit electrical power shall be as scheduled. 2. The system shall be capable of satisfactory operation within voltage limits of +or-10%. 2.6 CEILING-CONCEALED DUCTED INDOOR UNIT A. General: 1. A ceiling-concealed ducted indoor fan coil will be a design that mounts above the ceiling with a 2-position, field adjustable return and a fixed horizontal discharge supply and shall have a modulating linear expansion device. The unit shall be suitable for use in plenums. CONFORMED BID SET 02/02/2026 B. Indoor Unit. 1. Standard Cooling/Heating: The indoor unit shall be factory assembled, wired, and run tested. Contained within the unit shall be all factory wiring, piping, electronic modulating linear expansion device, control circuit board and fan motor. Indoor unit and refrigerant pipes shall be charged with de-hydrated air before shipment from the factory. C. Unit Cabinet: 1. The unit shall be, ceiling-concealed,ducted. 2. The cabinet panel shall have provisions for a field installed filtered outside air intake. D. Fan: 1. Units shall feature external static pressure settings from 0.14 to 0.60 in.WG. 2. The indoor unit fan shall be an assembly with one or two Sirocco fan(s) direct driven by a single motor. 3. The indoor fan shall be statically and dynamically balanced and run on a motor with permanently lubricated bearings. 4. The indoor fan shall consist of three (3) speeds, High, Mid, and Low plus the Auto-Fan function 5. The indoor unit shall have a ducted air outlet system and ducted return air system. E. Filter: 1. Provide a factory return filter box with a MERV 13, 2" deep pleated filter. F. Coil: 1. The indoor coil shall be of nonferrous construction with smooth plate fins on copper tubing. 2. All tube joints shall be brazed with phos-copper or silver alloy. 3. The coils shall be pressure tested at the factory. 4. A condensate pan and drain shall be provided under the coil. 5. The condensate shall be gravity drained from the fan coil. 6. Both refrigerant lines to the indoor units shall be insulated in accordance with the installation manual. 7. Provide an auxiliary float switch and auxiliary drain pan for emergency overflow. G. Electrical: 1. The unit electrical power shall be as scheduled. CONFORMED BID SET 02/02/2026 2. The system shall be capable of satisfactory operation within voltage limits of +or-10% 2.7 ELECTRICAL CHARACTERISTICS A. General: 1. The CN shall operate at 30VDC. Controller power and communication shall be via a common non-polar communications bus. B. Wiring: 1. Control wiring shall be installed in a daisy chain configuration from indoor unit to indoor unit,to the BC controller and to the outdoor unit. Control wiring to remote controllers shall be run from the indoor unit terminal block to the controller associated with that unit. 2. Control wiring for centralized controllers shall be installed in a daisy chain configuration from outdoor unit to outdoor unit, to the system controllers (centralized controllers and/or integrated web-based interface),to the power supply. 3. The centralized controller shall be capable of being networked with other centralized controllers for centralized control. C. Wiring type: 1. Wiring shall be 2-conductor (16 AWG minimum), twisted, stranded, shielded wire. 2. Network wiring shall be CAT-5 with RJ-45 connection. 2.8 VRF/VRV CONTROLS NETWORK A. The VRF/VRV Controls Network (CN) consists of remote controllers, centralized con- trollers, and/or integrated web-based interface communicating over a high-speed communication bus. The VRF/VRV Controls Network shall be of the same equipment manufactured specified and shall support operation monitoring, scheduling, occupancy, and maintenance support. B. CN: Backlit Simple Remote Controller 1. The Backlit Simple Remote Controller shall be capable of controlling up to 16 indoor units (defined as 1 group). The Backlit Simple Remote Controller shall be compact in size, approximately 3" x 5" and have limited user functionality. The controller supports temperature display selection of Fahrenheit or Celsius. The Remote Controller shall allow the user to change on/off, mode(cool, heat, auto (Simultaneous heating and cooling systems only), dry, setback (Simultaneous heating and cooling systems only) and fan), temperature setting, and fan speed setting and airflow direction. The room temperature shall be sensed at either the Backlit Simple Remote Controller or the Indoor CONFORMED BID SET 02/02/2026 Unit dependent on the indoor unit dipswitch setting. The Backlit Simple Remote Controller shall display a four-digit error code in the event of system abnormality/error. C. Control Sequence of Operation 1. General: The VRF system is a simultaneous heating and cooling system, allowing the Fan Coil Units to produce heating or cooling at any time of the year. The HVAC system shall have a single controller to control the heating, cooling, ventilation, damper operation and exhaust fans for the entire building. The VRF manufacturer shall provide the necessary hard- ware, software,wiring and ancillary control devices to facilitate the following control sequences. 2. Space Settings: Each fan coil unit (FCU) shall have its own controller/T-Stat to monitor and set the cooling and heating settings. The initial cooling setpoint will be 74°F and the heating setpoint will be 72°F. The night-set- back mode will have a cooling setpoint of 78°F and a heating setpoint of 68°F.The Control System shall be programmed to have an ON and OFF time period as follows, but shall be adjusted as needed by the tenant. Additionally, the owner shall have the ability to program additional days, special events, holidays, etc for unique ON/OFF scheduling. a. Monday—Friday: ON -7:00 am OFF-7:30 pm b. Saturday—Sunday: ON—8:00 am OFF—6:00pm 3. Cooling & Heating: Upon a call for the system to be ON, the Control System shall energize each fan coil unit and allow the individual T-Stats to control the heating and cooling functions of the space. Each fan coil shall maintain a constant speed.The internal control valve shall modulate the cooling/heating capacity to match the desired space setpoint. 4. Alarms:The following Alarms shall be registered on the System Controller: a. Independent Equipment Status Failure b. General Alarm C. Emergency Overflow: Each horizontal fan coil shall be equipped with an auxiliary float switch. Upon the float switch sensingwater in the auxiliary drain pan, the indoor fan coil unit shall shut down and an alarm shall be sent to the Central Controller. CONFORMED BID SET 02/02/2026 PART 3—EXECUTION 3.1 INSTALLATION A. Refer to the manufacturer's installation requirements, project drawings and schedules. Install equipment level and plumb, maintaining manufacturer's recommended clearances and tolerances. B. Install wall sleeves in finished wall assembly; seal and weatherproof. C. Install and anchor wall sleeves to withstand,without damage to equipment and structure, seismic forces required by building code. 3.2 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components,assemblies,and equipment installations, including connections, and to assist in testing. 2. Tests and Inspections: a. Inspect for and remove shipping bolts, blocks, and tie-down straps. b. After installing packaged terminal air conditioners and after electrical circuitry has been energized,test for compliance with requirements. 3. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Packaged terminal air conditioners will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. 3.3 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startupservice. B. After installation,verify the following: 1. Unit is level on base and is flashed in roof system. 2. Unit casing has no visible damage. 3. Compressor, air-cooled condenser coil, and fans have no visibledamage. CONFORMED BID SET 02/02/2026 4. Labels are clearlyvisible. 5. Controls are connected and operable. 6. Shipping bolts, blocks, and tie-down straps are removed. 7. Filters are installed and clean. 8. Drain pan and drain line are installed correctly. 9. Electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 26 Sections. 10. Installation. Perform startup checks according to manufacturer's written instructions, including the following: a. Lubricate bearings on fan. b. Check fan-wheel rotation for correct direction without vibration and binding. C. After startup service and performance test, change filters. 3.4 ADJUSTING A. Adjust initial temperature set points. B. Set field-adjustable switches and circuit-breaker trip ranges as indicated. 3.5 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, and maintain packaged terminal air conditioners. 3.6 COMMISSIONING A. The VRF and HVAC System shall be commissioned by a professional commission agent.The following items shall be checked andverified: 1. All heat pumps and indoor units. 2. All DOAS units 3. All control panels serving the VRF system 4. All Exhaust Fans and their related controls 5. Outside Air Dampers serving the DOAS systems 6. Motorized dampers serving the Exhaust Fans. B. The controls shall be checked and verified to confirm the followingitems: 1. Owner Occupied and Unoccupied temperature settings for both heating and cooling. CONFORMED BID SET 02/02/2026 2. DOAS unit setpoints for temperature and dew point control. 3. Exhaust fan interlocks. 4. Emergency Weather shutdown switch 5. Fire Alarm interlock. 6. All other Alarm modes per the HVAC Sequence. C. The commissioning agent shall provide a written report indicating all tests results. Report shall be delivered to the owner no more than 90 days after the certificate of occupancy has been administered. END OF SECTION 23 82 00 CONFORMED BID SET 02/02/2026 SECTION 23 86 00- POWER VENTILATORS PART 1-GENERAL 1.1 WORK INCLUDED A. Centrifugal roof ventilators. B. Ceiling and inline ventilators. 1.2 RELATED SECTIONS A. Section 230500—Basic Materials and Methods B. Section 231700—Motors and Motor Controllers C. Section 232400—Sound and Vibration Control D. Section 239510—Controls E. Section 239900—Testing,Adjusting and Balancing 1.3 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. CONFORMED BID SET 02/02/2026 1.4 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: 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, include 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 accuratelyto 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". CONFORMED BID SET 02/02/2026 1.5 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. 1.6 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 2.1 ACCEPTABLE MANUFACTURERS A. ACME, Inc. B. Loren Cook Company C. Greenheck Fan Corporation D. Substitutions under provisions of Division 1. 2.2 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. CONFORMED BID SET 02/02/2026 2.3 CENTRIFUGAL ROOF VENTILATORS A. Fan shall be a spun aluminum, centrifugal, roof mounted, direct driven or belt driven as indicated. B. Fan shall be listed by Underwriters Laboratories(UL 705). Fan shall bear the AMCA certified ratings seal for sound and air performance. C. The fan shall be of bolted and welded construction utilizing corrosion resistant fasteners. The spun aluminum structural components shall be constructed of minimum 16 gauge marine alloy aluminum, bolted to a rigid aluminum support structure. The aluminum base shall have continuously welded curb cap corners for maximum leak protection. The discharge baffle conduit chase shall be provided through the curb cap and into the motor compartment to facilitate wiring connections. The motor, bearings and drives shall be mounted on a minimum 14 gauge steel power assembly, isolated from the unit structure with rubber vibration isolators. These components shall be enclosed in a weather-tight compartment,separated from the exhaust airstream. Unit shall bear an engraved aluminum nameplate and shall be shipped in transit tested packaging. D. Wheel shall be centrifugal backward inclined, constructed of 100% aluminum, including a precision machined cast aluminum hub. Wheel inlet shall overlap an aerodynamic aluminum inlet cone to provide maximum performance and efficiency. Wheel shall be balanced in accordance with AMCA standard 204-96, balance quality and vibration levels for fans. E. Motor shall be heavy duty type with permanently lubricated sealed ball bearings. F. Bearings shall be designed and individually tested specifically for use in air handling applications. Construction shall be heavy duty regreasable ball type in a cast iron housing selected for a minimum L50 life in excess of 200,000 hours at maximum cataloged operating speed. G. Accessories: The following accessories are required. 1. Disconnect Switch: Nonfusible type, with thermal overload protection mounted inside fan housing,factory-wired through an internal aluminum conduit. 2. Bird Screens: Removable%inch mesh, 16 gauge, aluminum or brass wire. 3. Dampers: Counterbalanced, parallel-blade, backdraft dampers mounted in curb base,factory set to close when fan stops. 4. Dampers: Motor-operated, parallel-blade, volume control dampers mounted in curb base. CONFORMED BID SET 02/02/2026 5. Roof Curbs: Prefabricated, 12 inch high, heavy-gauge, galvanized steel; mitered and welded corners;2 inch thick, rigid,fiberglass insulation adhered to inside walls; built-in cant and mounting flange for flat roof decks; and 2 inch wood nailer. Size as required to suit roof opening and fan base. 2.4 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: Fans less than one horsepower, provide nonfusible type with thermal overload protection. Fans greater than one horsepower, disconnect shall be provided by Division 26. 3. Speed Controls: Fan mounted,solid state speed controller. PART 3—EXECUTION 3.1 Install in accordance with manufacturer's instructions. 3.2 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 23 86 00 CONFORMED BID SET 02/02/2026 SECTION 23 88 10-AIR DISTRIBUTION DEVICES PART 1-GENERAL 1.1 WORK INCLUDED A. Ceiling air diffusers. B. Wall registers and grilles. C. Louvers. D. Other air devices indicated on drawings and schedules. 1.2 RELATED SECTIONS A. Section 230500—Basic Materials and Methods B. Section 238900—Metal Ductwork C. Section 239100—Ductwork Accessories D. Section 239900—Testing,Adjusting and Balancing 1.3 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 S00 "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". 1.4 SUBMITTALS A. Product Data: Submit manufacturer's technical product data for air distribution devices including the following: CONFORMED BID SET 02/02/2026 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. 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. 1.5 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. 1.6 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 2.1 DIFFUSER ACCEPTABLE MANUFACTURERS A. Titus Company B. Price C. Nailor Industries D. Krueger E. Substitutions under provisions of Division 1. CONFORMED BID SET 02/02/2026 2.2 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 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. 2.3 LOUVERS A. Except as otherwise indicated, provide manufacturer's rain resistant Hurricane rated 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. CONFORMED BID SET 02/02/2026 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 1. PART 3—EXECUTION 3.1 All interior surfaces of all air devices shall be painted flat black. 3.2 See floor plans for type, neck size and CFM of air for all air distribution devices. 3.3 Install all air distribution devices as detailed on plans and in accordance with manufacturer's recommendations. END OF SECTION 23 88 10 CONFORMED BID SET 02/02/2026 SECTION 23 88 85 -AIR FILTERS PART 1-GENERAL 1.1 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. 1.2 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 2.1 FILTERS A. The filters shall be AAF Flanders Mini-Pleat Filters or approved equal. B. APPROVED MANUFACTURERS: The following manufacturers are approved subject to specification compliance. 1. AAF Flanders 2. American Air Filter. 3. Airguard Industries, Inc. 4. Cambridge. 2.2 LOW VELOCITY FILTER SECTION - MERV 8 FILTERS A. Filters shall be of the throwaway cartridge type in 24 inches X 24 inches with 2 inch frames. When installing multiple filters into slide-in frames tape adjacent filters together with duct tape to prevent bypassing of air around the filter. Media shall be rated at 500 feet per minute. B. Filtering media shall be formed of non-woven reinforced cotton fabric type filtering media bonded to 96% open area media support grid folded into a non-creased radial pleat design. The filter pack shall be bonded to the inclosing frame to prevent air bypass. CONFORMED BID SET 02/02/2026 Average efficiency shall be 25-30%on ASHRAE test standard 52.2. Initial resistance shall not exceed 0.20 inches water gauge at 350 FPM face velocity. 2.3 LOW VELOCITY RIGID BOX FILTER SECTION -MERV 13 FILTERS A. Filters shall be of the throwaway cartridge type in 24 inches X 24 inches with 4 inch frames. When installing multiple filters into slide-in frames tape adjacent filters together with duct tape to prevent bypassing of air around the filter. Media shall be rated at 500 feet per minute. B. Filtering media shall be formed of microglass paper with a water repellent binder type filtering media bonded to an open area media support grid folded into a non-creased radial pleat design. The filter pack shall be bonded to the inclosing frame to prevent air bypass. Average efficiency shall be 85% at 0.5 microns on ASHRAE test standard 52.2. Initial resistance shall not exceed 0.15 inches water gauge at 500 FPM face velocity. PART 3—EXECUTION 3.1 INSTALLATION A. Install differential pressure switch to activate "Filter Dirty" light when pressure difference across filters reaches 0.5 inch W.G. (adjustable). Locate "filter dirty" lights in mechanical rooms with identifying label B. Install and relocate filters in the mechanical or the storage room in accordance with manufacturer's recommendations. C. Refer to Section 230500 for additional filter information. END OF SECTION 23 88 85 CONFORMED BID SET 02/02/2026 SECTION 23 89 00- METAL DUCTWORK PART 1-GENERAL 1.1 WORK INCLUDED A. Low pressure ductwork. B. Medium and high pressure ductwork. C. Casings. D. Lab exhaust ductwork. 1.2 RELATED SECTIONS A. Section 230500- Basic Material and Methods. B. Section 231400-Supports and Anchors. C. Section 232900- Duct Insulation. D. Section 239100- Ductwork Accessories. E. Section 238810-Air Distribution Devices. F. Section 239900-Testing, Adjusting and Balancing. 1.3 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. CONFORMED BID SET 02/02/2026 4. IECC 2015: Comply with the 2015 International Energy Conservation Code. 1.4 GENERAL DESCRIPTION A. Extent of metal ductwork is indicated on drawings and in schedules, and by requirements of this section. 1.5 SUBMITTALS A. Submit shop drawings, duct fabrication standards and product data under provisions of Division 1. 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. 1.6 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: % inch WG positive or negative static pressure and velocities less than 1,000 fpm; 1 inch WG positive or negative static pressure and velocities less than 1,500 fpm, and 2 inch WG positive or negative static pressure and velocities less than 2,000 fpm. Low pressure ductwork shall be defined as all return, exhaust, and outside air ducts associated with constant volume air handling units with a scheduled external static pressure of less than 1.5", and all supply ductwork downstream of terminal units in variable volume systems. C. Medium Pressure: Three pressure classifications: 3 inch WG positive or negative static pressure and velocities greater than 2,000 fpm but less than 3,000 fpm,4 inch WG positive static pressure and velocities greater than 3,000 fpm but less than 4,000 fpm, and 6 inch WG positive static pressure and velocities greater than 4,000 fpm. Medium pressure ductwork shall be defined as all supply ducts extending from variable volume air handling units to terminal units in variable volume systems with air handling units having a scheduled external static pressure of less than 4". The supply ductwork of constant volume air handling units having scheduled external static pressure greater than 2" and less than 4" shall be rated for medium pressure. D. High Pressure: 10 inch WG positive static pressure and velocities greater than 6,000 fpm. CONFORMED BID SET 02/02/2026 1.7 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 2.1 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. 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. 2.2 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 1M 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. CONFORMED BID SET 02/02/2026 1. For exposed stainless steel ductwork, provide matching stainless steel support materials. 2. For aluminum ductwork, provide aluminum support materials. 2.3 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. 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. 2.4 MEDIUM AND HIGH PRESSURE DUCTS A. Fabricate and support in accordance with SMACNA High Pressure Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated. B. Construct T's, bends, and elbows with radius of not less than 1% times width of duct on centerline. Where not possible and where rectangular elbows are used, provide airfoil- turning vanes. Where acoustical lining is required, provide turning vanes of perforated metal with glass fiber insulation. Weld in place. C. Transform duct sizes gradually, not exceeding 15 degrees divergence and 30 degrees convergence. D. Fabricate continuously welded medium and high pressure round and oval duct fittings two gages heavier than duct gages indicated in SMACNA Standard. Joints shall be minimum 4 inch cemented slip joint, brazed or electric welded. Prime coat welded joints. CONFORMED BID SET 02/02/2026 E. Provide standard 45 degree lateral wye takeoffs unless otherwise indicated where 90 degree conical tee connections may be used. 2.5 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. 2.6 LABORATORY EXHAUST AND FUME HOOD EXHAUST DUCTWORK A. Construct of 18 gage type 316 stainless steel. B. All welded construction. PART 3- EXECUTION 3.1 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. CONFORMED BID SET 02/02/2026 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. 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. 3.2 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. CONFORMED BID SET 02/02/2026 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.S center line turn radius of flexible duct. 3.3 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. 3.4 DUCTWORK APPLICATION SCHEDULE AIR SYSTEM MATERIAL Low Pressure Supply Steel Return and Relief Steel General Exhaust Steel or Aluminum Lab and Fume Hood Exhaust Stainless Steel or Flame Retardant Polypropylene if not in an air plenum Outside Air Intake Steel Combustion Air Steel Residential Dryer Vent Aluminum 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 CONFORMED BID SET 02/02/2026 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. 3.5 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. All longitudinal and transverse joints, seams and connections shall be sealed in accordance with the International Energy Conservation Code 2018 edition. 3.6 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: 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. CONFORMED BID SET 02/02/2026 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. END OF SECTION 23 89 00 CONFORMED BID SET 02/02/2026 SECTION 23 9100- DUCTWORK ACCESSORIES PART 1-GENERAL 1.1 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. I. Duct test holes. 1.2 RELATED WORK A. Section 232400—Sound &Vibration Control. B. Section 238900—Metal Ductwork. 1.3 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. 1.4 SUBMITTALS A. Submit shop drawings and product data under provisions of Division 1. 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. CONFORMED BID SET 02/02/2026 C. Submit manufacturer's installation instructions under provisions of Section 01300,for fire dampers and combination fire and smoke dampers. PART 2 PRODUCTS 2.1 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. 2.2 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-1303 by Flexmaster or approved equal. 2.3 ACCEPTABLE MANUFACTURERS - FIRE DAMPERS AND COMBINATION FIRE AND SMOKE CONFORMED BID SET 02/02/2026 DAMPERS A. Greenheck B. Louvers and Dampers Inc. C. Ruskin. D. Nailor Industries. 2.4 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. 2.5 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 CONFORMED BID SET 02/02/2026 2.6 SMOKE DAMPERS A. Fabricate in accordance with NFPA 90A and UL 555S, and as indicated. B. Motorized Smoke Dampers: normally open with power on, close automatically when power is interrupted, UL-listed and labeled damper and damper operator. Unit shall close upon actuation of electro thermal link,flexible stainless steel blade edge seals to provide constant sealing pressure, stainless steel springs with locking devices ensure positive closure for units mounted horizontally. C. 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. D. Each smoke damper and combination fire/smoke damper shall be equipped with end position indicators for remote indication of damper blade position. E. 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. 2.7 ACCEPTABLE MANUFACTURERS- BACKDRAFT DAMPERS A. Greenheck B. American Warming and Vent. C. Louvers and Dampers Inc. D. Ruskin. E. Substitutions: Under provisions of Division 1. 2.8 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. 2.9 ACCEPTABLE MANUFACTURERS-AIR TURNING DEVICES A. Young Regulator. CONFORMED BID SET 02/02/2026 B. Titus. C. Tuttle and Bailey. D. Substitutions: Under provisions of Division 1. 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 1. 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 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. Ruskin. C. Titus. D. Substitutions: Under provisions of Division 1. 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. CONFORMED BID SET 02/02/2026 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 3.1 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 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. 4. Provide cable extensions with adjustable regulators and cover plate for dampers located in locations not accessible such as behind sheetrock ceilings. Regulators shall be equivalent to Young's Regulator. CONFORMED BID SET 02/02/2026 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 23 9100 CONFORMED BID SET 02/02/2026 SECTION 23 99 00-TESTING,ADJUSTING,AND BALANCING PART 1-GENERAL 1.1 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. E. The basic Materials and Methods, Section 230500, are included as a part of this Section as though written in full in this document. 1.2 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 CONFORMED BID SET 02/02/2026 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 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 A/E team who shall provide formal reply in ka reasonable time. Decisions of the A/E team shall be final. 1.3 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 Procedural Standards Testing and Balancing for Testing Adjusting Heating, Ventilating, and Environmental System Air Conditioning System TAB Specialist TAB Engineer TAB Supervisor System Readiness Construction Phase Field Readiness Check Inspection Check& Preliminary Field Procedures 1.4 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. CONFORMED BID SET 02/02/2026 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 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. CONFORMED BID SET 02/02/2026 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. PHI Service Agency (361-248-4861) 2. Engineering Air Balance Company(210-736-9494) 3. Testing Specialties (210-492-8885) 4. TCx Synergy (361-960-3475) 1.5 SCOPE OF WORK A. The 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 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) DX Refrigerant Systems Refrigerant Pressures Suction/Liquid Refrigerant Temperature Measurements (Sat Suction, Suction Line, SuperHeat, Liquid Sat, Liquid Line CONFORMED BID SET 02/02/2026 Subcooling Temp, and Discharge Line Temp) PLUMBING SYSTEMS Recirc Pumps Mixing Valves Circuit Setters 1.6 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 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. I. 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. CONFORMED BID SET 02/02/2026 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. 1.7 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. 1.8 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 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. CONFORMED BID SET 02/02/2026 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 3.1 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. CONFORMED BID SET 02/02/2026 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. 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 systems under full flow conditions until circulating water is clean. Remove and clean strainers as required during this cycle of operation. b. Record each pump motor amperage and voltage. Readings shall not exceed nameplate rating. C. Verify, on new equipment, electrical starter overload heater elements to be of proper size and rating. CONFORMED BID SET 02/02/2026 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. 3.2 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. 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. CONFORMED BID SET 02/02/2026 F. The various existing water circulating systems shall be cleaned, filled, purged, of air, and put into operation before hydronic balancing. 3.3 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. 3.3 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. 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 CONFORMED BID SET 02/02/2026 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. C. WATER SYSTEMS: Perform the following operations as applicable to system balance and test: 1. Check pump operation 2. Check operation of all mixing valves. 3. Test water flow rate at all pumps. Adjust balancing valves as required. 4. Record water temperature entering and leaving the pump and water heater. 5. Record pump suction and discharge pressures. 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. CONFORMED BID SET 02/02/2026 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 23 99 00 CONFORMED BID SET 02/02/2026 SECTION 26 0100 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. 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: 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 CONFORMED BID SET 02/02/2026 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. CONFORMED BID SET 02/02/2026 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, 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. CONFORMED BID SET 02/02/2026 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 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. 1.11 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 CONFORMED BID SET 02/02/2026 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: 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 CONFORMED BID SET 02/02/2026 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: 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 26 0100 CONFORMED BID SET 02/02/2026 SECTION 26 07 50 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 PRODCTS A. Engrave 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 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 % inch for individual equipment, loads and devices. B. Warning Signs: ELECTRICAL IDENTIFICATION 26 07 50- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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. 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. ELECTRICAL IDENTIFICATION 26 07 50-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 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. 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 26 07 50 ELECTRICAL IDENTIFICATION 26 07 50-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 26 12 30 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. CONFORMED BID SET 02/02/2026 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: 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 1S69 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. CONFORMED BID SET 02/02/2026 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. F. Spring Wire Connectors: Insulated, twist-on type, Ideal Wire Nut or 3M Scotchlok. Push-in type connectors are prohibited. 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: CONFORMED BID SET 02/02/2026 1. Use insulated spring wire connectors for lighting and receptacle branch circuits No. 10 AWG and smaller. Push-in type connectors are prohibited. 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: 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: CONFORMED BID SET 02/02/2026 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. 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 CDA CDB (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. CONFORMED BID SET 02/02/2026 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 do for one minute. Minimum acceptable test values shall be 50 megohms. Investigate deviations in test values between adjacent phases. C. Verify tightness of bolted connections with a calibrated torque wrench. Torque values shall be terminal lug manufacturer's recommendations. END OF SECTION 26 12 30 CONFORMED BID SET 02/02/2026 SECTION 26 13 60 RACEWAYS PART 1-GENERAL 1.01 SUMMARY: A. Section Includes: I.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 CONFORMED BID SET 02/02/2026 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 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 CONFORMED BID SET 02/02/2026 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 900 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. 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 1-5/80 0 1-5/80 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. CONFORMED BID SET 02/02/2026 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): 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. CONFORMED BID SET 02/02/2026 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. 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 CONFORMED BID SET 02/02/2026 maximum number of 900 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. 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. CONFORMED BID SET 02/02/2026 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 clamp back, "U" bolts, parallel or right 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. CONFORMED BID SET 02/02/2026 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): a. Underground conduits 2" and larger 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. The top of concrete cap shall be a minimum of 24 inches below grade. C. Communication conduits shall be buried a minimum of 36"to top of conduit. d. Provide red caution tape 12" below finish grade over all conduits. e. Unless otherwise indicated, electrical conduits must go below conflicts, such as yard piping, if the minimum depth cannot be met. Backfill for all trenches shall be compacted to original density. 2. Under Paved Areas (i.e. Parking Lot, Driveways, and Roads): a. Underground communication conduit runs shall be buried a minimum 36" below grade to top of conduit. Provide red caution tape 12" below finish grade over all conduits. b. Underground power conduit runs shall be buried the minimum depth per the National Electric Code. Provide red caution tape 12" below finish grade over all conduits. C. Unless otherwise indicated, electrical conduits must go below conflicts, such as yard piping, if the minimum depth cannot be met. Backfill for all trenches shall be compacted to original density. CONFORMED BID SET 02/02/2026 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 26 13 60 CONFORMED BID SET 02/02/2026 SECTION 26 14 00 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 2. WD-5 Specific Purpose 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. CONFORMED BID SET 02/02/2026 2. Terms "listed" and "labeled" shall be defined as they are in National Electrical Code, Article 100. B. Regulatory Requirements: 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, TAMPER RESISTANT, by Hubbell, Leviton, or P&S. Device color shall be selected by the Architect. 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 by Hubbell, Leviton, or P&S. Device color shall be selected by the Architect. D: Snap Switches: 120/277 volt, 20 ampere, quiet rated, heavy duty, complying with UL 20 and NEMA WD1 by Hubbell, Leviton, or P&S. Device color shall be selected by the Architect. 2.02 WIRING DEVICE ACCESSORIES: A. Wall Plates: 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: Nylon. Color to match device 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. CONFORMED BID SET 02/02/2026 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). DEVICE FINISHED AREAS UNFINISHED 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: A. Protect installed components from damage. Replace damaged items prior to final acceptance. CONFORMED BID SET 02/02/2026 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 26 14 00 CONFORMED BID SET 02/02/2026 SECTION 26 24 16 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 CONFORMED BID SET 02/02/2026 5. Conduit entry/exit locations 6. Assembly ratings including: 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 CONFORMED BID SET 02/02/2026 C. Siemens D. ABB 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. 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 CONFORMED BID SET 02/02/2026 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. 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 non-welding 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. CONFORMED BID SET 02/02/2026 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 same pole spacing. Circuit breakers shall be UL listed as type SWD for lighting circuits and HACR for air conditioning branch circuits. CONFORMED BID SET 02/02/2026 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. C. Mounting: 1. Plumb and rigid without distortion of box. 2. Mount flush panels uniformly flush with wall finish. CONFORMED BID SET 02/02/2026 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: 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. CONFORMED BID SET 02/02/2026 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. 4. Recheck loads after circuit changes during normal load period. Record load readings before and after changes and submit test records. END OF SECTION 26 24 16 CONFORMED BID SET 02/02/2026 26 32 00 NATURAL GAS ENGINE GENERATOR 1. General Description of System &Site 1.1.1.Provide a standby generator to provide power as scheduled in drawings (refer to One- Line Diagram). The generator shall consist of a liquid cooled, rich burn, natural gas engine, a synchronous AC alternator, and system controls with all necessary accessories for a complete operating system, including but not limited to the items as specified hereinafter. 1.1.2.Kohler is basis of design. Equivalent by Cummins is acceptable. 1.1.3.The site is an NEC ordinary location with no specific harsh environment requirements.The genset shall be applied at the listed ambient and elevation. Bidders to submit the generators rated power output at 104 degrees ambient('F) and 100' elevation (Ft). 1.1.5.The on-site gas pressure is 17 inches of water column. 1.1.6.Bidders are to submit the genset's sound level in dBA at 23 ft based on the configuration specified. 1.2. Requirements of Regulatory Agencies 1.2.1.An electric generating system, consisting of a prime mover, generator, governor, coupling and all controls, must have been tested, as a complete unit, on a representative engineering prototype model of the equipment to be sold. 1.2.2.The generator set must conform to applicable NFPA requirements. 1.2.3.The generator set must be available with the Underwriters Laboratories listing (UL2200) for a stationary engine generator assembly. The generator set must be pre-certified to meet EPA federal emission requirements for stationary standby. The generator shall utilize a rich burn engine, air fuel ratio control, and a three-way catalytic converter. On-site emission testing& certification will not be acceptable for standby applications. 1.3. Manufacturer Qualifications 1.3.1.This system shall be supplied by an original equipment manufacturer(OEM)who has been regularly engaged in the production of engine-alternator sets, automatic transfer switches, and associated controls for a minimum of 25 years,thereby identifying one source of supply and responsibility. Approved suppliers are Generac Industrial Power or an approved equal. 1.3.2.The manufacturer shall produce the generator in facilities that meet the standards of ISO9001. 1.3.3.The manufacturer shall have printed literature and brochures describing the standard series specified, not a one of a kind fabrication. Custom designed paralleling solutions using site specific PLC programs and site-specific schematics are not acceptable. CONFORMED BID SET 02/02/2026 1.3.4.Manufacturer's authorized service representative shall meet the following criteria: 1.3.4.1. Certified,factory trained, industrial generator technicians 1.3.4.2. Service support 24/7 1.3.4.3. Service location within 200 miles 1.3.4.4. Response time of 4 hours 1.3.4.5. Service & repair parts in-stock at performance level of 95% 1.4. Submittals 1.4.1.Engine Generator specification sheet 1.4.2.Controls specification sheet(s) 1.4.3.Installation/Layout dimensional drawing 1.4.4.Wiring schematic 1.4.5.Sound data 1.4.6.Emission certification 1.4.7.Manufacturer quality statement 1.4.8.Warranty statement 2. Engine 2.1. Engine Rating and Performance 2.1.1.The prime mover shall be a liquid cooled, rich burn spark-ignited, 4-cycle engine. It will have adequate horsepower to achieve rated kW output 2.1.2.The engine shall support a 100% load step per NFPA110 2.1.3.The system shall be sized to allow emergency system loads as defined by NEC 700 to be transferred onto the generator(s)within 10 seconds. 2.2. Engine Oil System 2.2.1.Full pressure lubrication shall be supplied by a positive displacement lube oil pump. The engine shall have a replaceable oil filter(s)with internal bypass and replaceable element(s). 2.2.2.The engine shall operate on mineral based oil. Synthetic oils shall not be required. 2.2.3.The oil shall be cooled by an oil cooler which is integrated into the engine system. Engine Cooling System 2.3.1.The engine is to be cooled with a unit mounted radiator, fan, water pump, and closed coolant recovery system. The coolant system shall include a coolant fill box,which will provide visual means to determine if the system has adequate coolant level. The radiator shall be designed for operation in 122 degrees F, (50 degrees C) ambient temperature CONFORMED BID SET 02/02/2026 2.3.2.The engine shall have unit mounted, thermostatically controlled, circulating style water jacket heater to aid in quick starting.The wattage shall be as recommended by the manufacturer. 2.3.3.Engine coolant and oil drain extensions, equipped with pipe plugs and shut-off valves, must be provided to the outside of the mounting base for cleaner and more convenient engine servicing. 2.3.4.A radiator fan guard must be installed for personnel safety that meets UL and OSHA safety requirements. 2.4. Engine Starting System 2.4.1.Starting shall be by a solenoid shift, DC starting system. 2.4.2.The engine's cranking batteries shall be lead acid. The batteries shall be sized per the manufacturer's recommendations. The batteries supplied shall meet NFPA 110 cranking requirements of 90 seconds of total crank time. Battery specifications(type, amp-hour rating, cold cranking amps)to be provided in the submittal. 2.4.3.The genset shall have an engine driven, battery-charging alternator with integrated voltage regulation. 2.4.4.The genset shall have an automatic dual rate,float equalize, 10-amp battery charger. The charger must be protected against a reverse polarity connection. The chargers charging current shall be monitored within the generator controller to support remote monitoring and diagnostics. The battery charger is to be factory installed on the generator set. Due to line voltage drop concerns, a battery charger mounted in the transfer switch will be unacceptable. Engine Fuel System 2.5.1.The engine shall be configured to operate on pipeline grade natural gas. The engine shall utilize a fuel system inclusive of carburetor, gas regulator, air fuel ratio control, low gas pressure switch, and fuel shut-off solenoids. 2.5.3.The engine's internal fuel connections shall be terminated to the generator frame via an NPT fitting for easy installation 2.6. Engine Controls 2.6.1.Engine speed shall be controlled with an integrated isochronous governor function with no change in alternator frequency from no load to full load. Steady state regulation is to be 0.25%. 2.6.2.To support EPA emission requirements, the engine will incorporate an active air-fuel- ratio controller. The air-fuel-ratio controller shall be integrated into the generator controller to ensure security of settings and to support monitoring and remote CONFORMED BID SET 02/02/2026 diagnostics. External air-fuel-ratio controllers are not acceptable. 2.6.3.Engine ignition shall be variable timing based upon load levels to provide maximum transient load performance. 2.6.4.All engine sensor connections shall be sealed to prevent corrosion and improve reliability. 2.7. Engine Exhaust& Intake 2.7.1.Engine Exhaust Emissions, Emergency use only: Comply with 40 CFR Part 60, Subpart JJJJ, Sections 60.4231—60.4232, Emission Standards for Manufacturers, and applicable state and local government requirements. A requirement to test and certify engine emissions in the field, as part of system commissioning, is not acceptable. 2.7.2.The engine shall incorporate a 3-way catalytic converter to meet EPA emission requirements. 2.7.3.The manufacturer shall supply its recommended stainless steel,flexible connector to couple the engine exhaust manifold to the exhaust system. A rain cap will terminate the exhaust pipe after the silencer. All components must be properly sized to assure operation without excessive back pressure when installed. 2.7.4.The manufacturer shall supply a critical grade exhaust silencer/catalyst as standard. 2.7.5.For gensets in a weather or sound attenuated enclosure, all exhaust piping from the turbo-charger discharge to the silencer/catalyst shall be thermally wrapped to minimize heat dissipation inside the enclosure. 2.7.6.The engine intake air is to be filtered with engine mounted, replaceable, dry element filters. 3. Alternator 3.5. The alternator shall be the voltage and phase configuration as specified in section 1.1.1. 3.6. The alternator shall be a 4-pole, revolving field, stationary armature, synchronous machine. The excitation system shall utilize a brushless exciter with a three-phase full wave rectifier assembly protected against abnormal transient conditions by a surge protector. Photo-sensitive components will not be permitted in the rotating exciter. 3.7. The alternator shall include a permanent magnet generator(PMG)for excitation support. The system shall supply a minimum short circuit support current of 300%of the rating (250%for 50Hz operation)for 10 seconds 3.8. The alternator shall be at least a 6 lead design to support option protective relaying. All leads must be extended into a NEMA 1 connection box for easy termination. A fully CONFORMED BID SET 02/02/2026 rated, isolated neutral connection must be included by the generator set manufacturer. 3.9. The alternator shall use a single, sealed bearing design. The rotor shall be connected to the engine flywheel using flexible drive disks. The stator shall be direct connected to the engine to ensure permanent alignment. 3.10. The alternator shall meet temperature rise standards of UL2200 (120 degrees Q. The insulation system material shall be class "H" capable of withstanding 150 degrees C temperature rise. 3.11. The alternator shall be protected against overloads and short circuit conditions by advanced control panel protective functions. The control panel is to provide a time current algorithm that protects the alternator against short circuits. To ensure precision protection and repeatable trip characteristics,these functions must be implemented electronically in the generator control panel --thermal magnetic breaker implementation are not acceptable. 3.11.1. The algorithm shall allow the alternator to be protected from thermal damage and the power system to produce 10 seconds of 300%fault current for breaker coordination. 3.12. An alternator strip heater shall be installed to prevent moisture condensation from forming on the alternator windings. A tropical coating shall also be applied to the alternator windings to provide additional protection against the entrance of moisture. 4. Controls&Operating Sequence 4.5. Genset Controller must be certified UL6200. 4.5.1.The generator control system shall be a fully integrated microprocessor-based control system for standby emergency engine generators, meeting all requirements of NFPA 110 level 1. 4.5.1.1. The generator control system shall be a fully integrated control system enabling remote diagnostics and easy building management integration of all generator functions. The generator controller shall provide integrated and digital control over all generator functions including: engine protection, alternator protection, speed governing,voltage regulation, synchronizing, load-sharing(real and reactive) and all related generator operations. The generator controller must also provide seamless digital integration with the engine's electronic engine control module (ECM) if so equipped. 4.5.2.Communications shall be supported with building automation via the Modbus or SNMP protocol. The controller shall provide native Ethernet, Wifi, and Bluetooth connectivity. All interfacing shall be done by via a web browser interface. Solutions that utilize dedicated software for connectivity are not acceptable. Connectivity may be set up to operate internally or externally to the user's network, based on network security preferences.All remote connectivity may be disabled at any time by the user. 4.5.3.Automated Notification: Controller shall be capable of sending multiple automated e- CONFORMED BID SET 02/02/2026 mail and/or text alerts without the need for a third-party intermediate service provider. Users shall be able to individually set up notifications to internal personnel for any selected operational or fault condition, including (but not limited to) automated notification to the generator service provider. 4.5.4.The control system shall provide an environmentally hardened design. The use of open circuit boards, edge cards, and pc ribbon cable connections are considered unacceptable. 4.5.5.Circuit boards shall utilize surface mount technology to provide vibration durability. Circuit boards that utilize large capacitors or heat sinks must utilize encapsulation methods to securely support these components. 4.5.6.All engine, voltage regulator, and accessory unit parameter settings shall be accessible through protected menus on the generator control panel.The following maintenance functionality shall be integral to the generator set controls: 4.5.6.1. Engine running hours (non-resettable). 4.5.6.2. Service maintenance interval (running hours, calendar days). 4.5.6.3. Engine crank attempt counter. 4.5.6.4. Engine successful starts counter. 4.5.6.5. 1,000 events are stored in control panel memory. 4.5.6.6. Control panel shall time and date stamp all alarms and warnings.A snap shot of key parameters shall be saved in the control panel for use in troubleshooting alarms. 4.5.6.7. A predictive maintenance algorithm will determine the optimal time for maintenance service based on the generator loading and operation. 4.5.7.Diagnostic capabilities should include time-stamped event and alarm logs, ability to capture operational parameters during events, simultaneous monitoring of all input or output parameters, email capabilities, support for multi-channel digital strip chart functionality, and pre and post alarm operational data for all measured inputs. 4.5.8.In addition to standard NFPA 110 alarms,the application loads should also be protected through instantaneous and steady state protective settings on system voltage,frequency, and power levels. 4.5.9.The control system shall provide pre-wired customer use I/0: 4 relay outputs (user definable functions), 4 contact inputs, 2 analog inputs, communications support via Ethernet,WiFi, and Bluetooth. RS485 communications shall be included for communicating to remote annunciator panels. 4.5.10. Generator shall provide the ability to monitor ground fault and trip main output circuit breaker and or annunciate through audible alarm as applicable. 4.5.11. Customer I/O shall be software configurable providing full access to all alarm, event, data logging, and shutdown functionality. In addition, custom ladder logic functionality inside the generator controller shall be supported to provide application support flexibility. The ladder logic function shall have access to all the controller inputs and customer assignable outputs. 4.5.12. The control panel shall include a touch screen to display all user pertinent unit parameters including: engine and alternator operating conditions; oil pressure and optional oil temperature; coolant temperature and level alarm; fuel level (where applicable); engine speed; DC battery voltage; run time hours; generator voltages, amps, frequency, kilowatts, and power factor; alarm status and current alarm(s) condition per NFPA 110 level 1. CONFORMED BID SET 02/02/2026 4.5.13. User manuals for the generator controller and generator maintenance shall be available electronically in a library on the generator controller for download to authorized end-user devices. 4.6. Remote Annunciator Panel 4.6.1.The Remote Annunciator Panel must comply with NFPA 110. 4.6.2.Provide remote monitoring and annunciation for up to 21 generator system indications. 4.6.3.Remote Annunciator must include one function capable of starting system test. 5. Engine/Alternator Packaging 5.5. The engine/alternator shall be rigidly mounted to structural steel main frame. This frame shall be supported with spring isolators for vibration dampening. 5.6. A mainline, electronic LSI circuit breaker shall be a factory installed UL1066 power breaker providing robust operation for generator paralleling. The breaker shall be rated as specified in drawings. The line side connections are to be made at the factory. Output lugs shall be provided for load side connections. 5.7. The generator shall include a unit mounted auxiliary power load center. All ancillary AC devices (block heater, battery charger, alternator strip heater, etc) shall have a dedicated breaker within the load center. 6. Enclosure 6.5.1.The genset shall be packaged with a Level 1 sound attenuating enclosure. 6.5.2.The enclosure shall be completely lined with 3" of fiberglass and perforated aluminum for sound deadening. This lining includes the air discharge hood. 6.5.3.The enclosure shall be made of with a minimum thickness of 14 gauge. The enclosure is to have hinged, removable doors to allow access to the engine, alternator and control panel. The hinges shall allow for door fit adjustment. Hinges and all exposed fasteners will be stainless steel or Sermagard coated. The use of pop-rivets weakens the paint system and not allowed on external painted surfaces. Each door will have lockable hardware with identical keys. 6.5.4.The enclosure shall utilize an upward discharging radiator hood. 6.5.5.The enclosure shall be coated with electrostatic applied powder paint, baked and finished to manufacturer's specifications. The color will be manufacturer's standard. 6.5.6.The genset silencer/catalyst shall be mounted on the top of the enclosure. 7. Loose Items 7.5. Supplier to itemize loose parts that require site mounting and installation. Preference will be shown for gensets that factory mount items like mufflers, battery chargers, etc. CONFORMED BID SET 02/02/2026 7.6. Spare Parts: 7.6.1.Fuses: One spare set 7.6.2.Filters One spare set (air, fuel, oil) 8. Additional project requirements 8.5. Factory testing 8.5.1.13efore shipment of the equipment,the engine-generator set shall be tested under rated load for performance and proper functioning of control and interfacing circuits. Tests shall include: 8.5.1.1. Verify voltage &frequency stability. 8.5.1.2. Verify transient voltage &frequency dip response. 8.5.1.3. Load test the generator for 30 minutes. 8.6. Manuals 8.6.1.Three (3) sets of owner's manuals specific to the product supplied must accompany delivery of the equipment. General operating instruction, preventive maintenance, wiring diagrams, schematics and parts exploded views specific to this model must be included. 8.7. Installation 8.7.1.Contractor shall install the complete electrical generating system including all external fuel connections in accordance with requirements of NEC, NFPA, and the manufacturer's recommendations as reviewed by the Engineer. 8.8. Service 8.8.1.Supplier of the genset and associated items shall have permanent service facilities in this trade area. These facilities shall comprise a permanent force of factory trained service personnel on 24 hour call, experienced in servicing this type of equipment, providing warranty and routine maintenance service to afford the owner maximum protection. Delegation of this service responsibility for any of the equipment listed herein will not be considered fulfillment of these specifications. Service contracts shall also be available. 8.9. Warranty 8.9.1.The standby electric generating system components, complete genset and instrumentation panel shall be warranted by the manufacturer against defective materials and factory workmanship for a period of ten (10)years. Such defective parts shall be repaired or replaced at the manufacturer's option, free of charge for parts, labor and travel. 8.9.2.The warranty period shall commence when the standby power system is first placed into service. Multiple warranties for individual components (engine, alternator, CONFORMED BID SET 02/02/2026 controls, etc.)will not be acceptable. Satisfactory warranty documents must be provided. Also, in the judgment of the specifying authority,the manufacturer supplying the warranty for the complete system must have the necessary financial strength and technical expertise with all components supplied to provide adequate warranty support. 8.10. Startup and Commissioning 8.10.1. The supplier of the electric generating plant and associated items covered herein shall provide factory trained technicians to check out the completed installation and to perform an initial startup inspection to include: 8.10.1.1. Ensuring the engine starts (both hot and cold) within the specified time. 8.10.1.2. Verification of engine parameters within specification. 8.10.1.3. Verify no load frequency and voltage, adjusting if required. 8.10.1.4. Test all automatic shutdowns of the engine-generator. 8.10.1.5. Perform a load test of the electric plant, ensuring full load frequency and voltage are within specification by using building load. 8.11. Training 8.11.1. Training is to be supplied by the start-up technician for the end-user during commissioning. The training should cover basic generator operation and common generator issues that can be managed by the end-user. 8.11.2. Training is to include manual operation of system. END OF SECTION 26 32 00 CONFORMED BID SET 02/02/2026 SECTION 26 33 00 AUTOMATIC TRANSFER SWITCH PART 1-GENERAL 1.01 WORK INCLUDED A. Automatic Transfer Switches 1.02 SYSTEM A. Furnish the automatic transfer switches to automatically transfer between the normal and emergency power source. 1.03 APPLICABLE STANDARDS A. The automatic transfer switches covered by these specifications shall be designed, tested, and assembled in strict accordance with all applicable standards of ANSI, U.L., IEEE and N E MA. 1.04 SUBMITTALS A. Manufacturer shall submit shop drawings for review,which shall include the following, as a minimum: 1. Descriptive literature 2. Plan, elevation, side, and front view arrangement drawings, including overall dimension,weights and clearances,as well as mounting or anchoring requirements and conduit entrance locations. 3. Schematic diagrams. 4. Wiring diagrams. S. Accessory list. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Russelectric B. ASCO CONFORMED BID SET 02/02/2026 2.02 CONSTRUCTION A. General 1. The automatic transfer switch shall be furnished as shown on the drawings. Voltage and continuous current ratings and number of poles shall be as shown. The automatic transfer switch shall be Service Entrance Rated, unless otherwise indicated. 2. On 3 phase, 4 wire systems, utilizing ground fault protection, a true 4-pole switch shall be supplied with all four poles mounted on a common shaft. The continuous current rating and the closing and withstand rating of the fourth pole shall be identical to the rating of the main poles. 3. The transfer switch shall be mounted in a NEMA 3r enclosure, unless otherwise indicated. Enclosures shall be fabricated from 12-gauge steel. The enclosure shall be sized to exceed minimum wire bending space required by UL 1008. 4. The transfer switch shall be equipped with an internal welded steel pocket, housing an operations and maintenance manual. 5. The transfer switch shall be top and bottom accessible. 6. The main contacts shall be capable of being replaced without removing the main power cables. 7. The main contacts shall be visible for inspection without any major disassembly of the transfer switch. 8. All bolted bus connections shall have Belleville compression type washers. 9. When a solid neutral is required, a fully rated bus bar with required AL-CU neutral lugs shall be provided. 10. Control components and wiring shall be front accessible. All control wires shall be multiconductor 18 gauge 600-volt SIS switchboard type point to point harness. All control wire terminations shall be identified with tubular sleeve-type markers. 11. The switch shall be equipped with 90 degrees C rated copper/aluminum solderless mechanical type lugs. 12. The complete transfer switch assembly shall be factory tested to ensure proper operation and compliance with the specification requirements. A copy of the factory test report shall be available upon request. CONFORMED BID SET 02/02/2026 B. Automatic Transfer Switch 1. The transfer switch shall be double throw, actuated by a single electrical operator momentarily energized, and connected to the transfer mechanism by a simple over center type linkage. Total transfer time shall not exceed one half second 2. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanically locked in both the normal and emergency positions without the use of hooks, latches, magnets, or springs, and shall be silver-tungsten alloy. Separate arcing contacts with magnetic blowouts shall be provided on all transfer switches. Interlocked, molded case circuit breakers or contactors are not acceptable. 3. The transfer switch shall be equipped with a safe external manual operator, designed to prevent injury to operating personnel. The manual operator shall provide the same contact to contact transfer speed as the electrical operator to prevent a flashover from switching the main contacts slowly.The external manual operator shall be safely operated from outside of the transfer switch enclosure while the enclosure door is closed. C. Automatic Transfer Switch Controls 1. The transfer switch shall be equipped with a microprocessor based control system, to provide all the operational functions of the automatic transfer switch. The controller shall have two asynchronous serial ports. The controller shall have a real time clock with NiCad battery back up. 2. The CPU shall be equipped with self diagnostics which perform periodic checks of the memory 1/0 and communication circuits,with a watchdog/power fail circuit 3. The controller shall use industry standard open architecture communication protocol for high-speed serial communications via multidrop connection to other controllers and to a master terminal with up to 4000 ft of cable, or further, with the addition of a communication repeater. The serial communication port shall be RS422/485 compatible. 4. The serial communication port shall allow interface to either the manufacturers or owner furnished remote supervisory control. 5. The controller shall have password protection required to limit access to qualified and authorized personnel. 6. The controller shall include a 20 character, LCD display, with a keypad, which allows access to the system. CONFORMED BID SET 02/02/2026 7. The controller shall include three-phase over/under voltage, over/under frequency, phase sequence detection and phase differential monitoring on both normal and emergency sources. 8. The controller shall be capable of storing the following records in memory for access either locally or remotely: a. Number of hours transfer switch is in the emergency position (total since record reset). b. Number of hours emergency power is available(total since record reset). C. Total transfer in either direction (total since record reset). d. Date,time,and description of the last four source failures. e. Date of the last exercise period. f. Date of record reset. D. Sequence of Operation 1. When the voltage on any phase of the normal source drops below 80% or increases to 120%, or frequency drops below 90%, or increase to 110%, or 20% voltage differential between phases occurs, after a programmable time delay period of 0-9999 seconds factory set at 3 seconds to allow for momentary dips,the engine starting contacts shall close to start the generating plant. 2. The transfer switch shall transfer to emergency when the generating plant has reached specified voltage and frequency on all phases. 3. After restoration of normal power on all phases to a preset value of at least 90%to 110% of rated voltage, and at least 95%to 105% of rated frequency, and voltage differential is below 20%, an adjustable time delay period of 0-9999 seconds (factory set at 300 seconds) shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shall automatically return to the normal source. 4. After retransfer to normal, the engine generator shall be allowed to operate at no load for a programmable period of 0-9999 seconds,factory set at 300 seconds. E. Automatic Transfer Switch Accessories CONFORMED BID SET 02/02/2026 1. Programmable three phase sensing of the normal source set to pickup at 90% and dropout at 80% of rated voltage and overvoltage to pickup at 120% and dropout out at 110% of rated voltage. Programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110% and dropout at 105% of rated frequency. Programmable voltage differential between phases, set at 20%, and phase sequence monitoring. 2. Programmable three phase sensing of the emergency source set to pickup at 90% and dropout at 80% of rated voltage and overvoltage to pickup at 120% and dropout out at 110%of rated voltage programmable frequency pickup at 95%and dropout at 90% and over frequency to pickup at 110% and dropout at 105% of rated frequency. Programmable voltage differential between phases set at 20%, and phase sequence monitoring. 3. Time delay for override of momentary normal source power outages (delays engine start signal and transfer switch operation). Programmable 0-9999 seconds. Factory set at 3 seconds, if not otherwise specified. 4. Time delay on retransfer to normal, programmable 0-9999 seconds, factory set at 300 seconds if not otherwise specified, with overrun to provide programmable 0- 9999 second time delay, factory set at 300 seconds, unloaded engine operation after retransfer to normal. 5. Time delay on transfer to emergency, programmable 0-9999 seconds, factory set at 3 seconds. 6. A maintained type load test switch shall be included to simulate a normal power failure, keypad initiated. 7. A remote type load test switch shall be included to simulate a normal power failure, remote switch initiated. 8. A time delay bypass on retransfer to normal shall be included. Keypad initiated. 9. Contact, rated 10 Amps 30 volts DC,to close on failure of normal source to initiate engine starting. 10. Contact, rated 10 Amps 30 volts DC, to open on failure of normal source for customer functions. 11. Light emitting diodes shall be mounted on the microprocessor panel to indicate: switch is in normal position, switch is in emergency position and controller is running. CONFORMED BID SET 02/02/2026 12. A plant exerciser shall be provided with (10) 7-day events, programmable for any day of the week and (24) calendar events, programmable for any month/day, to automatically exercise generating plant programmable in one-minute increments. Also include selection of either"no load" (switch will not transfer)or"load" (switch will transfer) exercise period. Keypad initiated. 13. Provision to select either "no commit" or "commit" to transfer operation in the event of a normal power failure shall be included. In the "no commit position,"the load will transfer to the emergency position unless normal power returns before the emergency source has reach 90% of it's rated values (switch will remain in normal). In the "commit position"the load will transfer to the emergency position after any normal power failure. Keypad initiated. 14. Two auxiliary contacts rated 10 Amp, 120 volts AC (for switches 100 to 800 amps) 15 amp, 120 volts AC (for switches 1000 to 4000 amps), shall be mounted on the main shaft, one closed on normal, the other closed on emergency. Both contacts will be wired to a terminal strip for ease of customer connections. 15. A three phase digital LCD voltage readout, with 1% accuracy shall display all three separate phase to phase voltages simultaneously, for both the normal and emergency source. 16. A digital LCD frequency readout with 1% accuracy shall display frequency for both normal and emergency source. 17. An LCD readout shall display normal source and emergency source availability. F. The following accessories shall be available by simple activation,via the keypad: 1. Include(2)time delay contacts that open simultaneously just(milliseconds) prior to transfer in either direction. These contacts close after a time delay upon transfer. Programmable 0-9999 seconds after transfer. 2. A block transfer function shall be included,energized from a 24VDC signal from the generator control switchgear,to allow transfer to emergency. 3. A load-shed function shall be included, energized from a 24VDC signal from the generator control switchgear, to disconnect the load from the emergency source when an overload condition occurs. 4. A peak shave function shall be included, energized from a 24VDC signal from the generator control switchgear. This function will start the emergency generator and transfer the ATS to the emergency source reducing the utility supply to the CONFORMED BID SET 02/02/2026 building. After the peak shave signal is removed,the transfer switch will retransfer to the normal supply, bypassing the retransfer time delay. G. Approval 1. As a condition of approval, the manufacturer of the automatic transfer switches shall verify that their switches are listed by Underwriters Laboratories, Inc., Standard UL-1008 with 3 cycle short circuit closing and withstand as follows: RMS Symmetrical Amperes 480 VAC Current Limiting Amperes Closing and Withstand Fuse Rating 100—400 42,000 200,000 600—800 65,000 200,000 1000—1200 85,000 2001000 1600—4000 100,000 200,000 2. During the 3 cycle closing and withstand tests,there shall be no contact welding or damage. The 3 cycle tests shall be performed without the use of current limiting fuses. The test shall verify that contact separation has not occurred, and there is contact continuity across all phases. Test procedures shall be in accordance with UL-1008,and testing shall be certified by Underwriters' Laboratories, Inc. 3. When conducting temperature rise tests to UL-1008,the manufacture shall include post-endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 4. The microprocessor controller shall meet the following requirements: • Storage conditions-25 degrees C to 85 degrees C • Operation conditions-20 degrees C to 70 degrees C ambient • Humidity 0 to 99% relative humidity, noncondensing • Capable of withstanding infinite power interruptions • Surge withstand per ANSI/IEEE C-37.90A-1978 5. Manufacturer shall provide copies of test reports upon request. H. Manufacturer 1. The transfer switch manufacturer shall employ a nationwide factory-direct, field service organization,available on a 24-hour a day, 365 days a year,call basis. CONFORMED BID SET 02/02/2026 2. The manufacture shall include an 800-telephone number, for field service contact, affixed to each enclosure. 3. The manufacturer shall maintain records of each transfer switch, by serial number, for a minimum 20 years. PART 3-EXECUTION 3.01 INSTALLATION A. Automatic Transfer Switches shall be provided with adequate lifting means for ease of installation of wall or floor mounted enclosures. B. Provide access and working space as indicated or as required. 3.02 ADJUSTMENTS A. Tighten assembled bolted connections with appropriate tools to manufacturer's torque recommendations prior to first energization. END OF SECTION 26 33 00 CONFORMED BID SET 02/02/2026 SECTION 26 43 13 SURGE PROTECTION DEVICES 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 13.11—Switchboards 2. Section 26 24 16—Low-Voltage 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 4th 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 (1-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 CONFORMED BID SET 02/02/2026 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, Fourth Edition—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. 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. CONFORMED BID SET 02/02/2026 PART 2-PRODUCTS 2.1 MANUFACTURERS A. Provide an externally mounted transient voltage suppressors by Siemens or pre- approved equal. Approved manufacturers are as follows: 1. ABB 2. ADP 3. THOR 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 (1-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 250kA per phase. CONFORMED BID SET 02/02/2026 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 A. 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 MCOV Fluctuation (%) 208Y/120 25% 150V 480Y/277V 20% 320V B. Service Entrance SPD shall be complimentary UL 1283 listed for EMI/RFI filtering with minimum attenuation of-50clB at 100kHz. C. 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. D. 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. E. Distribution Panels SPDs shall be equipped with the following diagnostics: CONFORMED BID SET 02/02/2026 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 4-EXECUTION 4.1 INSTALLATION A. 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. 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. CONFORMED BID SET 02/02/2026 4.2 ADJUSTMENTS AND CLEANING A. Remove debris from SPD and wipe dust and dirt from all components. B. Repaint marred and scratched surface with touch up paint to match original finish. 4.3 TESTING A. Check tightness of all accessible mechanical and electrical connections to assure they are torqued to the minimum acceptable manufacture's recommendations. B. Check all installed panels for proper grounding, fastening and alignment. 4.4 WARRANTY A. Equipment manufacturer warrants that all goods supplied are free of non-conformities in workmanship and materials for one year from date of initial operations, but not more than eighteen months from date of shipment. END OF SECTION 26 43 13 CONFORMED BID SET 02/02/2026 SECTION 26 4410 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. CONFORMED BID SET 02/02/2026 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 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. 1.10 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. A. 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. Square D B. ABB C. Siemens D. Eaton 2.02 DISCONNECT SWITCHES A. Provide switches as shown on drawings, with the following ratings: 1. 30 to 1200 amperes CONFORMED BID SET 02/02/2026 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. 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 D. Exterior: All enclosures shall be NEMA 3R rainproof unless otherwise noted. E. Interior: All enclosures shall be NEMA 1 unless otherwise noted. F. Fuses 1. Fuses shall be dual element, current limiting type such as Bussmann Low-Peak Yellow or equal. CONFORMED BID SET 02/02/2026 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 3.01 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. END OF SECTION 26 44 10 CONFORMED BID SET 02/02/2026 SECTION 26 5100 LUMINAIRES PART 1 -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 CONFORMED BID SET 02/02/2026 1.03 DEFINITIONS: 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 01300, 16010, 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. CONFORMED BID SET 02/02/2026 E. Miscellaneous: 1. Warranty for rechargeable battery. 2. Coordination drawings for fixtures that require coordination with other equipment installed in the same space. F. Substitutions to Specified Product 1. Prior approval requests will include the following a. Full submittal data, by type, clearly highlighted and arrowed to identify the specific proposed manufacturer's nomenclature b. Full submittal data of lamps of proposed manufacturer c. Full submittal data of ballast/driver (LED) data of proposed manufacturer d. LED lumen data shall include: i. Lumen output ii. L70 and L90 testing iii. Confirmation of independent test lab data ITL iv. Color temperature and CRI with quantity of McAdam Ellipse steps v. Data shall include sphere and goniometer results for total lumen,total power, luminaire efficacy, CRI and junction temperature for the specified color temperature vi. Make and brand of LED diode should be clearly identified on submittal data vii. LED dimming shall be equal in range and quality to the specified drivers, Quality of dimming to be defined by dimming range, freedom from perceived flicker or visible stroboscopic flicker, smooth and continuous change in level (no visible steps in transitions), natural square law response to control input, and stable when input voltage conditions fluctuate over what is typically experience in a commercial environment. viii. All substitutions must meet specified fixtures certifications UL,ETL,CE,CSA,RoHS,DLC, Energy Star) 2. Provide lighting calculations with the prior approval request based on reflectance values and light loss factors provided by the engineer and displayed on lighting calculation drawings. (may be unique by area) Calculations shall be shown on one sheet with dimensions as shown on construction set. Data will be submitted electronically in dxf format on a flash drive and with printed calculations on Architectural E size sheets to scale with construction set sheets. CONFORMED BID SET 02/02/2026 a. Discrepancies between prior approval data calculations and the original design calculations will result in immediate disqualification of review due to time based constraints on the bid process 3. Prior approval request may require a sample of both the proposed and specified fixtures provided by the alternate manufacturer at NO additional cost to the project. Samples of both specified and proposed must be provided within 10 working days of request. 4. Energy calculations(Comcheck) must be provided with specification sheets including lamp and ballast data supporting input wattages highlighted in yellow and clearly identified by type. Input voltages must coincide with panel schedules. This data will be submitted under separate cover with the prior approval request 5. All data will be submitted electronically and in a bound format a. Bound data will be secured in hard binder with 3" rings for ease of review. b. Types will be marked with a tab by type and indexed for ease of reference 6. LED warranty information MUST be included by type and marked in RED to clearly identify the manufacturer's warranty terms. Warranty data MUST meet or exceed the specified manufacturers terms 7. Prior approvals MUST be received and acknowleged to the specifiers office no less than 15 days prior to bid. 8. ALL prior approval data must be submitted in one package with complete information. Information that is incomplete will be rejected without review. 9. The prior approval will be returned marked approved or rejected by type with no explanation. If any specification is deemed not equal the review will be stopped and the type rejected with no explanation. 10. Lumen output for the proposed fixture must be highlighted in yellow for clear identification 11. All inverter systems that supply power to LED fixtures must have pure PWM sine wave function and work with any type of lighting load. 1.05 DELIVERY, STORAGE,AND HANDLING: A. Deliver lighting fixtures in factory-fabricated containers or wrappings, which properly protect fixtures from damage. CONFORMED BID SET 02/02/2026 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. 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% CONFORMED BID SET 02/02/2026 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: %-inch steel tubing with swivel ball fitting and ceiling canopy. Finish same as fixture. B. Twin-Stem Hangers: Two, %-inch steel tubes with single canopy arranged to mount single fixture. Finish same as fixture. C. Rod Hangers: %-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 LED LIGHTING FIXTURES AND LED LAMPS A. All LED products must be UL, ETL and/or CSA listed B. All LED products must have LM-79 and LM-80 testing noted on specification sheet by an independent test lab 1. See note P this section C. All LED products should be identified as L70 and/or L90 ratings based on independent test lab data D. All outdoor pole mounted products must have surge suppression within each fixture. 1. See note P this section E. All outdoor and wet location listed products must clearly state the IP rating carried on the fixture based on independent test lab data F. All LED products must be serviceable for accessable for field reapair needs G. All outdoor lighting color rendering should be within a 7 step McAdams Ellipse. All outdoor lighting should be 4000 kelvin unless specifically noted CONFORMED BID SET 02/02/2026 1. See note P this section H. All indoor lighting color rendering should be within a 3 step McAdams ellipse. All indoor lighting should be 4000-4100 kelvin unless specifically noted 1. See note P this section I. All control systems that interface with an LED product will be supported by a project "integrator" until project completion. This includes contact with the installer prior to installation, availability during installation, and final checkout and startup after installation. The quantity of days required for startup will be based on the manufacturer/agents discretion and need. 1. The project integrator must be capable of performing low voltage and dmx terminations. High voltage terminations are performed solely by the electrical subcontractor. 2. Reporting of final startup completion of the controls system back to the engineer is mandantory. J. Invitation to attend the training with the owners representative should be made to the engineer no less than 5 days prior to training K. Signature confirmation of training and startup is required within 5 business days after completion back to the engineers office. 1. A follow up call will be made to the owner 30-45 days after the startup and training of the controls system by the manufacturers representative to ensure all systems are operating to design specification. A 3 hour onsite system fine tuning at no additional cost to the owner is inclusive if requested by the owner at that time for additional training and programming. L. All LED drivers should be capable of 0-10 volt controls and DMX control and shall dim to 1%of total lumen output . Where specifically specified the dimming driver may be required to dim to .1%of lumen output, otherwise known as "dim to dark" M. Driver manufacturers must have a 5 year history producing dimmable electronic LED drivers for the North American market. N. Ambient driver tiemperatures must be within -20 degrees to 50 degrees C(-4 degrees to 122 degrees F) CONFORMED BID SET 02/02/2026 O. Driver must limit inrush current. 1. Base specification: meet or exceed NEMA 410 driver inrush standard of 430 amp per 10 amps load with a maximum of 370 amps/2 seconds 2. Preferred specification : Meet or exceed 30ma's at 277 VAC for up to 50 watts of load and 75A at 240us att 277 VAC for 100 watts of load 3. Withstand up to a 1,000 volt surge without impairment of performance as defined by ANSI C62.41 Category A 4. No visible change in light output with a variation of plus/minus 10% line voltage input. 5. Total harmonic distortion less than 20%, and meet ANSI C82.11 maximum allowable THD requirements at full output. THD shall at no point in the dimming curve allow imbalance current to exceed full output THD 6. See note P this section. P. Any exceptions are at the engineers discretion based on project needs and applicability. 2.05 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. C. Low Temperature Ballast: Start and maintain operation at a minimum of 0°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. CONFORMED BID SET 02/02/2026 2.06 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 40°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. 2.07 INCANDESCENT FIXTURES: A. Conform to UL 1571. 2.08 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. 2.09 EXIT SIGNS: A. Conform to UL 924. 1. Sign Colors: Conform to local code. 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. CONFORMED BID SET 02/02/2026 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. F. Ground and bond fixtures in accordance with Section 16060. 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. CONFORMED BID SET 02/02/2026 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. 3.04 PRE-CONSTRUCTION JOBSITE VISIT: A. Pre-construction On-site Services to be provided by Lighting/Controls vendor/supplier: The project electrical contractor shall contact Lighting vendor/supplier to schedule a jobsite meeting prior to the installation of the lighting control system. Purpose of the meeting is to review submittals and installation documentation provided by the system manufacturer. Discussion should include wiring conventions and specific wiring requirements. Installation of specific devices is also to be addressed. Prior to start-up Lighting manufactures representative shall send a field service technician to visit the jobsite to confirm progress and answer any additional questions. Start-up date is to be confirmed at the time of this visit.Training agenda shall be provided to the contractor/distributor. Contractor/distributor shall confirm with the owner's representative and specifying engineer attendance at lighting system demonstrations and for training. Contractor/distributor shall provide to field service technician programming information as required for start- up such as but not limited to zone assignments,time schedules for operation, presets for all control stations, programming sequences for dynamic LED fixtures, emergency operation, blink-warn, and system override. Programming information is required for system set-up and pre- start-up. B. Lighting Control System Start-up and Training CONFORMED BID SET 02/02/2026 1. Prior to energizing lighting control system the following must be completed: No component of the lighting control system shall be energized until a factory certified field service engineer has approved the installation of the system by the project electrical contractor.The electrical contractor/distributor shall contact the Lighting vendor/supplier at least 3 weeks prior to the requested start-up date to schedule a field service technician to be at the jobsite. Request shall be in writing and shall include filled out start-up request form and dated jobsite photos of the dimmer and/or relay panels. Lighting Control system is defined as the dimmer/relay panel(s) and all associated control stations and related accessories. The electrical contractor is responsible to install the entire lighting control system, all power feeders, all load wiring, and control wiring. Equipment shall be installed according to the manufacturer's instructions, contract documents, and national and local codes and regulations. Equipment shall be plumb and level to the finished floor.All components of the lighting control system shall be clean,free of dust and paint spatters. Components shall be unmarred or damaged. All cable shall be dressed, neatly routed, and labeled. All conduit shall be securely attached to the dimmer/relay panel. Start-up services are not provided in conjunction or in association with any commissioning of lighting or other related control systems. 2. System Start-up Each dimmer/relay shall be tested by the electrical contractor(with a multi-meter) to confirm what voltage is being passed and to confirm that no voltage is being passed when the circuit is open. A representative of the owner shall be present to observe the testing/demonstration of the dimmer/relay panels. Each individual dimmer/relay panel shall be load tested with all circuits on while under load for a minimum of 1 hour. Where external devices are to be attached to the dimmer/relay panel including photocell, occupancy sensor,time clock, DMX controller, and/or control stations, operation of each device should be verified at the panel and specific circuits that are programmed to be controlled by the external device(s). Where control signals originate from the dimmer/relay panel for control of lighting fixtures,the control signal shall be tested by the electrical contractor to confirm that it is being delivered to each lighting fixture. Proper operation of the lighting fixtures shall be confirmed as part of the system testing/demonstration. 3. Training CONFORMED BID SET 02/02/2026 Training shall be provided for the owner's representative and contractor. Prior to start- up the owner's representative and electrical contractor/distributor shall acknowledge receipt of training agenda. The electrical contractor/distributor shall confirm that the specifying engineer has been contacted and been invited to attend the system demonstration and/or training. All product and lighting control system documentation and operation's manuals shall be provided by electrical contractor/distributor at the time of training. Training is to include, but not be limited to: basic operation of lighting control system, set-up of system and control panels, operation of control stations, programming of system, basic de-bugging, and overall system testing. At completion of training session all in attendees shall sign the start-up technician's field service report to confirm participation in the training session. Completed field service report shall be submitted to the electrical contractor/distributor and specifying engineer. 3.05 FOLLOW-UP CONTACT SERVICES Approximately 90 days following the initialization of the lighting control system the Lighting/controls vendor/supplier shall contact the electrical contractor/distributor to confirm that the system is operating correctly and answer any questions that have come-up since system initialization. 3.06 EXTENDED FOLLOW-UP CONTACT ON-SITE SERVICES Approximately 300 days following initialization of the lighting control system the Lighting/controls vendor/supplier shall contact the owner's representative in order to schedule a job site visit.The purpose of the visit shall be to confirm that all lighting control equipment that was initialized by lighting/control vendor/supplier is fully functioning. Any equipment not functioning as originally specified shall be repaired as required. In addition if the end user has adjustments that need to be made to programming or to any of the control of the system these shall be made during the jobsite visit. If further training on the system is required this shall be provided at the time of the visit or scheduled at a time of mutual convenience. A completed field service report shall be submitted to the electrical contractor, specifying engineer, and the owner's representative. END OF SECTION 26 5100 CONFORMED BID SET 02/02/2026 SECTION 26 74 00 TELEPHONE/DATA SYSTEMS (ROUGH-IN) 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, terminal boards,and grounding to accommodate the installation of the telephone/data cabling system by Owner/Owner's vendor. Note that some indicated ceilings are inaccessible and extensions of raceways to accessible ceiling areas will be required. 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 under a separate contract. 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. Provide for unused outlet boxes. CONFORMED BID SET 02/02/2026 C. Terminal Boards: Terminal boards shall be%-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 under separate contract. E. Jacks: By Owner's vendor under separate contract. 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 1-1/4 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%-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. K. Refer to construction drawings for additional requirements. END OF SECTION 26 74 00 CONFORMED BID SET 02/02/2026 SECTION 26 75 00 CABLE TELEVISION SYSTEM (ROUGH-IN) 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 and grounding of a cable TV system. Note that some indicated ceilings are inaccessible and extensions of raceways to accessible ceiling areas will be required. 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,outlet boxes and grounding to accommodate a CATV system by the Owner's vendor under a separate contract. The Contract Documents indicate the location and size of the main Cable service raceway and the location of TV outlets. 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 cable TV 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: Provide outlet cover plates in accordance with the requirements of Section 261400. Provide where outlet boxes are unused. C. Terminal Boards: Terminal boards shall be%-inch type Marine grade plywood having two coats of insulating oil base exterior enamel paint applied before installation on both sides and all CONFORMED BID SET 02/02/2026 edges. The quantity and dimensions shall be as indicated on the drawings. Label terminal board "CATV". 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. 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. D. The conduit size for each outlet shall be 3/4-inch minimum. E. Boxes shall be steel having the minimum dimensions of 4-11/16"x4-11/16"x2-1/8". F. Provide conduit from each outlet location to an accessible location above a lay-in type ceiling. Terminate conduit with bushing. G. Provide raceways sufficient to accommodate cabling where passing through mechanical and electrical equipment rooms, pipe chases, mechanical chases, areas without ceilings (exposed structure), and non-accessible areas such as ceiling plenums and crawl spaces. H. Provide%-inch conduit with#6 AWG bare copper ground wire from main terminal location and bond to building grounding system as indicated on drawings. I. Provide pull wire or mylar cord in any empty conduit. J. Coordinate final termination with the Architect,Owner's representative and the Local Cable TV provider. END OF SECTION 26 75 00 CONFORMED BID SET 02/02/2026 27 00 00 COMMUNICATIONS PART 1-GENERAL 1.1 SUMMARY A. This section includes general design requirements, administration topics, and installation for communications systems. 1.2 SYSTEM DESCRIPTION A. The objective of this project is to provide a complete communications cabling infrastructure system installation including, but not limited to: OSP pathway and route for network connectivity, horizontal data cabling with attendant terminations, mounting equipment, cable pathway and management systems,testing and other items/materials, as specified in drawings, these specifications, and contract documents. B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270526 Grounding and Bonding for Communications Systems 3. Section 270528 Pathways for Communications 4. Section 270543 Underground Ducts and Raceways for Communications Systems 5. Section 271100 Communications Equipment Room Fittings 6. Section 271500 Communications Horizontal Cabling 7. Section 274100 Audio-Visual Systems (including related sub-sections) 8. Section 280000 Electronic Security (including related sub-sections) 1.3 SCOPE OF WORK A. This section establishes an infrastructure to be used as signal pathways for communications systems, but is not limited to the following: 1. Comply with all Project Contract documents and the following requirements for a complete project installation. 2. Provide a structured cabling system as described hereafter that includes, but is not limited to, supplying, installing and testing of: backbone cabling, riser cabling; data and voice horizontal cabling, cable connectors, communications outlets and terminations, and equipment racks/cabinets for networking hardware and patch panels. 3. Furnish all labor, materials, tools, equipment and services for the installation described herein. 4. Follow industry standard installation procedures for communications cable to assure that the mechanical and electrical transmission characteristics of this cable plant and equipment are maintained. CONFORMED BID SET 02/02/2026 B. Work of this section covers complete installation of permanent and channel links for a data and voice communications networks utilizing copper and fiber transmission media that includes, but is not limited to the following: 1. Provide, install,terminate,test,and document all fiber and copper backbone cables, riser cables, and horizontal cables. 2. Provide and install all termination devices such as, but not limited to, modular patch panels, termination blocks, information outlets (jacks and plates), phone jacks, fiber distribution panels, bulkheads, connectors, and fiber fan out kits. Document all termination devices with proper labeling. 3. Provide in quantities specified, interconnect components such as, but not limited to,fiber patch cables, copper patch cords, and station cables. 4. Provide and install specified Telecommunication Room equipment such as, but not limited to, racks, cabinets, horizontal and vertical cable support devices, cable trays and cable runway, and required mounting brackets/hardware. 5. Provide and install UL-approved firestopping systems in all communication pass-through locations of rated ceiling, wall or floor penetrations involving, conduits, cable, and cable trays in coordination with General Contractor. 6. Provide and install grounding and bonding connection to the bus (PBB/SBB) provided by Division 26. 7. Provide and install all appropriate consumable items required to complete the installation. 8. Coordination with other trades. 9. Provide complete documentation and demonstration of work. 10. Provide indexed and organized complete Test Results of all copper and fiber cable and their components in native format. 11. Provide Submittals as outlined below. 12. Provide a Manufacturer's Extended Product Warranty and System Assurance Warranty for this wiring system. 13. Conduct a final document handover meeting with client, consultant, and PM to review, discuss and educate the Owner on the final product, test results, and As-Built Drawings. C. Changes to the Scope of Work 1. Owner changes to the scope of work shall be in writing. 2. Change orders shall be submitted to the Owner/Project Manager complete with price breakdown and description for approval before any work is done. 3. The Contractor shall respond to these changes with a complete material list, including pricing, labor, and taxes in writing to be presented to the Owner for approval. 4. The Contractor shall not proceed with additional scope of work without signed approval by the Owner. Owner will not pay for additional work performed by the Contractor without written/signed approval of these changes. 5. Contractor will attach a copy of the signed change order with billing information. 1.4 PRODUCTS AND WORK BY OTHERS(NIC) CONFORMED BID SET 02/02/2026 A. The Owner may separately procure and/or provide certain equipment and component that will be installed during the course of project. Such items may not be indicated in the documents. B. Contractor shall cooperate with the Owner and Owner's suppliers when considering: 1. The provision and installation of phone systems, related system equipment/software,and employee station equipment/software. 2. The provision and installation of multi-port routers, switches, and other Layer 2/ Layer 3 networking components in communications rooms. 3. The provision and installation of Uninterruptable Power Source (UPS) devices in communications rooms. 4. Communications grounding busbars and grounding wires connecting to the main building electrode system. 5. Dedicated power panels, ground busbars, circuits, and utility outlets. 6. The installation and finishing of plywood backboards. 7. Building mechanical ductwork, cooling/heating system (HVAC), and environmental control sensors. 8. Communication pathway devices such as, but not limited to, cable tray and flex-tray in corridors, office spaces and open areas, outlet boxes and stub-ups, conduits, conduit sleeves, and penetrations in walls and floors. 1.5 SUBSTITUTION PROCEDURES A. Substitution may be considered when a product becomes unavailable through no fault of the Contractor. An alternate product must be equal to or exceed specified requirements. The material substituted shall not void, alter or change manufacturers' structured cabling system warranty. B. Document substitution requests with complete data substantiating compliance of proposed substitution with Contract Documents. Include in each request for substitution: 1. Product identification, manufacturer's name and address. 2. Product Data: a) Description, performance and test data, reference standards,finishes and colors. b) Samples: Finishes. c) Complete and accurate drawings indicating construction revisions required (if any) to accommodate substitutions. d) Data relating to changes required in construction schedule. e) Cost comparison between specified and proposed substitution. C. 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. CONFORMED BID SET 02/02/2026 D. The Owner will be the final judge of acceptability, with review by DataCom Design Group and the distribution of the acceptance by the Architect. E. No substitute shall be ordered, installed or utilized without the Architect's prior written verification of acceptance from the Owner. 1.6 REFERENCES AND RELATED DOCUMENTS A. Drawings and General provisions of the contract, including Uniform General Conditions, Supplementary General Conditions, Architectural plans and specifications, requirements of Division 1, Electrical, Mechanical, Plumbing, Audio-Visual, Security and Communications specifications and plans,and the publications listed below applyto the Communications section, are incorporated into this specification by reference, and shall be considered a part of this section. B. Reference to codes, rules, regulations, standards, manufacturer's instructions, or requirements of regulatory agencies shall mean reference to the latest printed edition of each in effect at the date of contract. C. The Contractor shall read all sections in their entirety and apply them as appropriate for work in this section. D. Conflicts 1. Drawings and specifications are to be used in conjunction with one another and to supplement one another. 2. In general,the specifications determine the nature and quality of the materials and tests, and the drawings establish the quantities,details,and give characteristics of performance that should be adhered to during the installation of the communications system components. 3. If there is an apparent conflict between the drawings and specifications, or between specification sections, the items with the greater quantity and/or quality shall be estimated and installed. 4. Clarification with the Owner and/or DataCom Design Group about these items shall be made in writing prior to procurement and installation. E. Codes and Standards 1. American National Standards Institute/Telecommunications Industry Association (ANSI/TIA) a) ANSI/TIA-568.0-E "Generic Telecommunications Cabling for Customer Premises" b) ANSI/TIA-568.1-E "Commercial Building Telecommunications Infrastructure Standard" c) ANSI/TIA-568.2-D-2 "Balanced Twisted-Pair Telecommunication Cabling and Components Standard" CONFORMED BID SET 02/02/2026 d) ANSI/TIA-568.3-D "Optical Fiber Cabling Components Standard" e) ANSI/TIA-568.4-D "Broadband Coaxial Cabling and Components Standard" f) ANSI/TIA-569-E "Telecommunications Pathways and Spaces" g) ANSI/TIA-606-D "Administration Standard for Commercial Telecommunications Infrastructure" h) ANSI/TIA-607-D "Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications" i) ANSI/TIA-758-C "Customer-Owned Outside Plant Telecommunications Infrastructure Standard" j) ANSI/TIA-862-B "Building Automation Systems Cabling Standard" k) ANSI/TIA-942-B: "Telecommunications Infrastructure Standard for Data Centers' 1) ANSI/TIA-1152-A: "Requirements for Field Test Instruments and Measurements for Balanced Twisted-Pair Cabling" 2. BICSI a) BICSI Outside Plant Design Reference Manual b) BICSI Telecommunications Distribution Methods Manual (TDMM) 3. National Electrical Code (NEC) a) NEC Article 250-Grounding and Bonding b) NEC Chapter 8-Communications Systems 4. National Electrical Manufacturers Association (NEMA) a) NEMA RN1 Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit b) NEMA TC2 Electrical Polyvinyl Chloride (PVC)Tubing and Conduit c) NEMA TC3 Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing d) NEMA VE 1- Metal Cable Tray Systems e) NEMA VE 2 - Cable Tray Installation Guidelines 5. Local, county, state and federal regulations and codes in effect as of date of installation. 6. Equipment of foreign manufacture must meet U.S. codes and standards. CONFORMED BID SET 02/02/2026 a) It shall be indicated in the proposal the components that may be of foreign manufacture, if any, and the country of origin. 1.7 QUALITY ASSURANCE A. Communications Contractor shall have a complete working knowledge of low voltage communications cabling applications such as, but not limited to data, voice and video network systems. B. Communications Contractor shall have installed similar-sized systems in at least ten (10) other projects in the last five (5) years prior to this bid and be regularly engaged in the business of installation of the types of systems specified in this document. C. Communications Contractor and individual installation crew members shall be experienced and qualified to perform the work specified herein at time of bid submission. All onsite supervision personnel that will be assigned to this project shall be listed in the Pre-Installation Submittal. 1. 80%shall have a minimum of three (3)years of experience in the installation of the types of systems, equipment, and cables specified in this document prior to this bid. 2. All installation team members must demonstrate knowledge and compliance with all applicable methods, standards, and codes. 3. All members of the installation team shall be certified by the Structured Cabling System Assurance Warranty provider as having completed the necessary training to complete their part of the installation and capable of an installation that falls under manufacturer's guidelines necessary to obtain the Manufacturer's System Assurance Warranty. 4. Any personnel substitutions shall be noted in writing to the Owner. D. A BICSI RCDD shall supervise and approve all on-site work as a recognized member of the Contractor's installation team. E. Refer also to General Conditions. 1.8 CONTRACTOR REQUIREMENTS A. In order to accomplish the conditions of this agreement, the Contractor shall perform the specific duties listed herein. B. Contractor shall provide and pay for all labor, supervision, tools, equipment, test equipment, tests and services to provide and install a complete communications cabling infrastructure system. Pay all required sales, gross receipts, and other taxes. C. Insurance 1. The Contractor shall procure, submit for review, and maintain for the duration of this agreement, insurance against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of work hereunder by the CONFORMED BID SET 02/02/2026 Contractor, his agents, representatives,employees or subcontractor.The Contractor shall pay the cost of such insurance. 2. The Owner, its directors, officers, representatives, agents and employees, respectively, shall have no responsibility to the Contractor with respect to any insurance in accordance with the provisions set forth herein. D. Regulatory Requirements 1. Communications Contractor shall supply all city, county, and state telecommunication cabling permits required by Authority Having Jurisdiction (AHJ). 2. Communications Contractor shall be licensed and/or bonded as required for telecommunications/low voltage cabling systems. E. Privacy and Confidentiality 1. The Contractor will respect and protect the privacy and confidentiality of Owner, its employees, processes, products,and intellectual property to extent necessary,consistent with the legal responsibilities of the Owner policies. 2. Contractors shall sign a non-disclosure agreement and abide by the requirements to keep confidential all information concerning bid documents and this project. F. Use of Subcontractors 1. Successful bidder shall inform the Owner's contact and General Contractor in writing about the intention to use Subcontractors and the scope of work for which they are being hired. 2. The Owner or Owner's designated contact must approve the use of Subcontractors in writing prior to the Subcontractor's hiring and start of any work. G. The Contractor's designated Project Manager will be recognized as the single point of contact. The Project manager shall oversee all work performed to ensure compliance with specifications as outlined in bid documents (which includes all specifications, references, and drawings) to ensure a quality installation and attend project meetings with the telecommunication consultant,the Owner and others. H. Coordination 1. Coordinate installation work with other trades(examples include ceiling grid contractors, HVAC and sheet metal contractors,etc.)to resolve procedures and installation placement for cable trays and cable bundle pathways. 2. The goal of this coordination will be to establish priority pathways for critical data/voice network cable infrastructure, materials, associated hardware, as well as mitigate delays to the project and to allow service access for communications and HVAC components. 3. Exchange information and agree on details of equipment arrangements and installation interfaces. 4. Coordinate with electrical contractors and plan for the pathway routes used communications cabling to minimize cable lengths. Report any potential over distance cable runs for approval before pulling the cables. CONFORMED BID SET 02/02/2026 5. Record agreements with other trades and distribute record to other participants, Owner and telecommunication consultant. 1.9 PRE-INSTALLATION MEETINGS A. Communications Contractor shall attend and/or arrange a scheduled pre-installation conference prior to beginning any work of this section. This venue is to ask and clarify questions in writing with consultant and/or project manager/Owner representative. B. Agenda 1. Safety 2. Work to be performed 3. Scheduling 4. Coordination 5. Other topics as necessary C. Attendance 1. Communications project manager/supervisor shall attend meetings arranged by General Contractor, Owner's representatives, and other parties affected by work of this document. 2. All individuals who will serve in an on-site supervisory capacity, including project managers, site supervisors, and lead installers, shall be required to attend the pre- installation conference. Individuals who do not attend the conference will not be permitted to supervise the installation and testing of communications cables on the project. 1.10 CONTRACT ADMINISTRATION A. DataCom Design Group may perform site visits and provide job field reports upon inspection of Contractor's installation, materials, supporting hardware, coordination with other trades and progress to schedule to the client. B. Job Field Report outline: 1. General: The general installation progress in relation to scheduled work made by the Contractor up to that date. 2. Deficiencies and/or Items of Note: Documents observations of the cable installation that may require corrective action by the Contractor. 1.11 POST INSTALLATION MEETINGS A. At the time of substantial completion the contractor shall call and arrange for a post installation meeting to present and review all submittal documents to include but not be limited to As-Built Drawings,Test reports, Warranty paperwork, etc. CONFORMED BID SET 02/02/2026 B. Attendees shall include 1. Communications Contractor 2. Project Manager/Owner Representative 3. DataCom Design Group 4. General Contractor 5. Other trades that the GC deems appropriate. C. At this meeting the Communications Contractor shall present and explain all documentation. D. Any discrepancies or deviations noted by and agreed to by participants shall be remedied by the Communications Contractor and resubmitted within one (1) week of the meeting. 1.12 DELIVERY, STORAGE,AND HANDLING A. Coordination with delivery companies, drivers, site address, and contact person(s) will be the responsibility of the Contractor. B. Communications Contractor requirements: 1. Be responsible for prompt material deliveries to meet contracted completion date. 2. Coordinate deliveries and submittals with the General Contractor to ensure a timely installation. 3. No equipment materials shall be delivered to the job site more than three weeks prior to the commencement of its installation. 4. Equipment shall be delivered in original packages with labels intact and identification clearly marked. 5. Equipment shall not be damaged in any way and shall comply with manufacturer's operating specifications. 6. Equipment and components shall be protected from the weather, humidity,temperature variations, dirt, dust, or other contaminants. 7. Equipment damaged prior to system acceptance shall be replaced at no cost to the Owner. 8. Contractor shall be responsible for all handling and control of equipment. Contractor is liable for any material loss due to delivery and storage problems. 1.13 WARRANTY A. The Contractor shall be a certified Manufacturer's Value Added Reseller (VAR) and/or Authorized Installer and provide an end-to-end product warranty, adhere to the industry standard engineering, installation and testing procedures and utilize the authorized manufacturer components and distribution channels in provisioning this project. B. Contractor shall coordinate with manufacturer for warranty paperwork and procedures prior to the start of the project. CONFORMED BID SET 02/02/2026 C. Contractor shall provide a minimum one (1) year warranty on installation and workmanship PLUS an Extended Product Warranty and System Assurance Warranty for this wiring system and shall commit to make available local support for the product and system during the Warranty period. 1. The Extended Product Warranty shall apply to all passive structured cabling system components and shall cover the replacement or repair of defective products and labor for the replacement or repair of such defective products for a minimum of one (1)year. 2. The System Assurance Warranty provides a complete system and product warranty that will be extended to the end-user, ensuring the structured cabling system will be free of defects in materials and workmanship, will meet or exceed applicable performance requirements defined in the contract documents, and support all current and future network applications for a minimum of twenty(20)years. D. System Certification: Upon successful completion of the installation and subsequent inspection, the customer shall be provided with a numbered certificate,from the manufacturer, registering the installation. 1.14 PAYMENT A. Refer to the General Contractor contract documents and/or master specifications issued by Architect for project and cost payment details. 1.15 SUBMITTALS A. Refer to Requirements of Division 1. B. Refer to Sections 271300 and 271500. C. The Communications Contractor shall not perform any portion of the work requiring submittal and review of shop drawings, product data,or samples until Owner has approved the respective submittal in writing. Such work shall be in accordance with approved submittals. D. Pre-Installation Submittal Requirements 1. Communications Contractor shall provide certificates for the appropriate insurance coverage as defined in contract documents. 2. City, county, and/or state telecommunication cabling permits as required by Authority Having Jurisdiction (AHJ). 3. Executed non-disclosure agreement. 4. Appoint a Project Manager and provide the name and contact information. 5. Shop Drawings a) Communications Contractor shall submit, for approval, floor plans that identify all device locations, cable routes, cable lengths,cable quantities and cable types, riser locations, and references to installation details and diagrams. CONFORMED BID SET 02/02/2026 1) Communication Contractor shall notify Owner of cable routes exceeding standardized lengths. b) Communications Contractor shall submit, for approval, diagrams that show room layouts, rack layouts (including elevations), riser layouts, etc. c) The Contractor shall make any corrections as required by the consultant team and submit revised shop drawings to the team for approval. d) Approval by the Consultant of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from the drawings or specifications, nor shall it relieve the Contractor from responsibility for errors of any sort in shop drawings or schedules. Requests to deviate shall be submitted in writing to the Architect. 6. Product Data Cut-sheets a) Communications Contractor shall submit catalogue cut-sheets that include manufacturer, trade name, and complete model number for each product specified. Model number shall be handwritten and/or highlighted to indicate exact selection. b) Communications Contractor shall identify applicable specification section reference for each product performance for each component specified for approval prior to purchase and installation. 7. Warranty a) The Communications Contractor shall submit appropriate documentation from the certifying manufacturer showing the project is registered and qualified for the System Assurance Warranty. b) All subsequent work shall be in accordance with approved submittals. The Communications Contractor shall not perform any portion of the work requiring approval of the System Assurance Warranty manufacturer's warranty registration qualification procedures that would disqualify any part or all of the wiring system from that warranty qualification. 8. Qualifications a) Communications Contractor shall submit a list of the Contractor's previous projects that demonstrate qualification for this project. This list shall include, but not be limited to: 1) At least ten (10) other projects in the last five (5)years 2) Name and location of project 3) Project contacts, email addresses, and phone numbers 4) Total square footage 5) Total number of cables/drops CONFORMED BID SET 02/02/2026 6) Types of media b) Communications Contractor shall submit an up-to-date and valid statement of qualifications for those assigned to perform the work specified herein at time of bid submission. 1) Communications Contractor Employees 2) Subcontractors c) Manufacturer certifications for Contractor and installers. 9. Cable Testing Plan a) The Contractor shall provide a complete and detailed test plan for approval of the cabling system specified herein, including a complete list of test equipment for copper and fiber components and accessories prior to beginning cable testing. b) The following minimal items shall be submitted for review: 1) A testing plan that clearly describes procedures and methods. 2) Product data for test equipment. 3) Certifications and qualifications of all persons conducting the testing. 4) Calibration certificates indicating that equipment calibration meets National Institute of Standards and Technology (NIST) standards and has been calibrated at least once in the previous year of the testing date. 5) Examples of test reports, including all graphs, tables, and charts necessary for display of testing results. 10. Samples a) For workstation outlet connectors, jack assemblies, housings and faceplates for color selection and evaluation of technical specifications and requirements. Confirm with Architect, interior designer, and Owner representative for color before purchasing materials. E. Closeout Submittal Requirements 1. As-Built Drawings a) Communications Design drawings are to be supplied to the Architect to prepare the master "As-Built" drawings. b) Submit one electronic copy and one hard copy with project deliverables within three (3) weeks subsequent to substantial completion. Provide a laminated floorplan with drop designations in the respective serving Telecom Room. c) As-Built drawings shall be in AutoCAD format, same version as used by Architect and consultant. Dimensions and scale of the drawing sheets submitted shall match the size of the drawing sheets used for the contract documents. CONFORMED BID SET 02/02/2026 d) Utilize normal recognized drafting procedures that match AutoCAD standards, Architect and Consultant guidelines, and methodology. e) The As-Built drawings shall incorporate all changes made to the building identified in, but not limited to, addendum, change notices, site instructions or deviations resulting from site conditions. 1) Contractor shall clearly identify any resubmitted drawing sheets, documents or cut sheets either by using a color to highlight or cloud around resubmitted information. 2) Maintain drawing numbering or page/sheet scheme consistency as per previously issued drawings/documents. f) Provide dimensioned plan and elevation views of networking components, showing: 1) All work area outlet locations complete with outlet/cable labeling. 2) Rack and/or cabinet locations complete with labeling. 3) One-line diagram of equipment/device interconnections with the cable plant. 4) Standard or typical details of installations unique to Owner's requirements. 2. The Communications Contractor shall deliver the Installer's Extended Product Warranty and Manufacturer's signed System Assurance Warranty of installed cabling system to include all components that comprise the complete cabling system. a) Delivery shall be completed within two (2) weeks of the time of final punch list review. b) Product Certificates shall be signed by manufacturers of cables, connectors, and terminal equipment certifying that products furnished comply with requirements. 3. Cable Testing Report Requirements a) Submit certified test reports of Contractor-performed tests. Contractor shall submit the required Test Reports in the format and media specified, upon completion of testing the installed system. b) The tests shall clearly demonstrate that the media and its components fully comply with the requirements specified herein. c) Three(3)sets of electronic and hardcopy versions of test reports shall be submitted together and clearly identified with cable designations. d) Cable inventory data shall be submitted for all fiber, copper, and coaxial cabling and termination components. Include products furnished: 1) Manufacturer's name 2) Manufacturer's part numbers CONFORMED BID SET 02/02/2026 3) Cable designations 4) Location and riser assignments 5) Product Data 4. Supply Owner with training manuals with instructions on methods of adding or removing cabling to/from firestopped sleeves and chases. F. The Contractor's BICSI Registered Communications Distribution Designer (RCDD) supervisor shall review, approve and stamp all documents prior to submitting.The Contractor's RCDD shall warrant in writing that 100% of the installation meets the requirements specified herein upon completion of all work. PART 2- PRODUCTS 2.1 SUMMARY A. Equipment and materials shall be standard products of a manufacturer regularly engaged in the manufacture of telecommunications cabling products and shall be the manufacturer's latest standard design in satisfactory use for at least one year prior to bid opening. B. All material and equipment, as provided, should be the standard Commercial-Off-The-Shelf (COTS) products of a manufacturer engaged in the manufacturing of such products. 1. All shall be typical commercial designs that comply with the requirements specified. 2. All material and equipment shall be readily available through manufacturers and/or distributors. C. All equipment shall be standard catalogued items of the manufacturer and shall be supplied complete with any optional items required for proper installation. D. Coordinate the features of materials and equipment so they form an integrated system. Match components and interconnections for optimum future performance and backward compatibility. E. All materials shall be UL- and/or ETL-approved and labeled in accordance with NEC for all products where labeling service normally applies. F. Materials and equipment requiring UL 94, 149 or 1863 listing shall be so labeled. Modification of products that nullifies UL labels is not permitted. G. Backward Compatibility: The provided products shall be backward compatible with lower category ratings such that if higher category components are used with lower category components, the basic link and channel measures shall meet or exceed the lower category's specified parameters. H. Component Compliance: The provided products shall each meet the minimum transmission specifications listed herein such that no individual component will be less than specifications for CONFORMED BID SET 02/02/2026 permanent link and channel, regardless of the fact that tests for link and channel ultimately meet required specifications. 2.2 ACCEPTABLE MANUFACTURERS A. Identification (Labeling) System 1. Brady 2. Dymo 3. Hellerman-Tyton 4. Acceptable alternate B. Fire-Stop Systems 1. Hilti 2. SpecSeal 3. 3 M 4. Acceptable alternate C. Other Products as Referenced in other Division 27 Specifications. PART 3- EXECUTION 3.1 PREPARATION A. Field Measurements 1. Verify dimensions in areas of installation by field measurements before fabrication and indicate measurements on shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the work. B. Established Dimensions 1. Where field measurements cannot be made without delaying the work, coordinate with the General Contractor to establish dimensions. 2. When approved in writing, proceed with fabricating units without field measurements. 3. Coordinate supports, adjacent construction, and fixture locations to ensure actual dimensions correspond to established dimensions. C. Pre-installation inspection 1. The Contractor shall visually inspect all cables, cable reels, and shipping cartons to detect possible cable damage incurred during shipping and transport. 2. Visibly damaged goods are not acceptable and shall be replaced by the contractor at no additional cost to the Owner. CONFORMED BID SET 02/02/2026 3.2 INSTALLATION A. General 1. Contractor shall install work in accordance with specifications, drawings, manufacturer's instructions and approved submittal data. B. Allowable cable bend radius and pull tension: a) In general, communications cable cannot tolerate sharp bends or excessive pull tension during installation. b) Refer to cable manufacturer's bend radius recommendations for the maximum allowable limits. c) After installation, exposed cable and other surfaces must be cleaned free of lubricant residue. Use only lubricants specifically designed for cable installation. C. Pull Strings 1. Provide pull strings in all new conduits, including all conduits with cable installed (trailer strings) as part of this contract. 2. Data and video cables can be pulled in tandem with pull strings. 3. The pull strings must move freely to prevent cable jacket/cable damage during pulls. D. Labeling 1. Cable labels:Self-adhesive vinyl or vinyl-cloth wraparound tape markers, machine printed with alphanumeric cable designations. 2. Flat-surface labels: Self-adhesive vinyl or vinyl-cloth labels, machine printed with alphanumeric cable designations. 3. Provide transparent plastic label holders, and 4-pair marked colored labels. 4. In accordance with ANSI/TIA-606-C "Administration Standard for Commercial Telecommunications Infrastructure": a) Install colored labels according to the type of field as per color code designations. b) Use "designation strip color-code guidelines for voice, data, cross-connect, riser, and backbone fields". 5. Pathway Labels and Labeling System a) Labeling system shall consist of a hand-held portable printer b) Conduits: General-purpose label designed for powdered coated surfaces with an ultra-aggressive adhesive. Label size shall be appropriate for the conduit size. Font size shall be legible from the finished floor. CONFORMED BID SET 02/02/2026 c) Inner duct: Polyethylene general-purpose tagging material attached using tie wraps. d) Junction boxes:General-purpose label designed for powdered coated surfaces with an ultra-aggressive adhesive,trade name. Font size shall be easily visible from the finished floor. e) All labels shall be permanent, i.e. will not fade, peel, or deteriorate due to environment or time. f) Identification 1) All conduits, junction boxes, gutters, and pull boxes shall have machine- generated labels easily visible from the finished floor. 2) Conduits shall be labeled with the word "communications"and the conduit's origination room number and destination room number. 3) The Contractor shall label conduit at each wall and floor penetration and at each conduit termination, such as outlet boxes, pull boxes, and junction boxes, or as otherwise specified in other sections. 4) Junction boxes, gutters and pull boxes shall be labeled with identification name or number as determined by contractor and submitted for approval. 5) The Contractor shall label conduit sleeves at each wall and floor penetration. E. Firestop 1. Provide approved fire-resistant materials to restore originally-designed fire-ratings to all wall, floor, and ceiling penetrations used in the distribution and installation for communications cabling system. 2. Install and seal penetrations(conduit, sleeves,slots, chases) in fire-rated barriers created for communications infrastructure to prevent the passage of smoke, fire, toxic gas, or water through the penetrations. 3. The firestopping material shall maintain/establish the fire-rated integrity of the wall/barrier that has been penetrated. 4. All through penetrations in a fire rated surface require a sleeve, regardless of penetration diameter or penetrating cable count. 5. Using a "ring and string" method of installing cabling for membrane penetrations in a wall cavity is acceptable, provided the solution was accepted by the Owner in writing. Code- compliant firestopping rules still apply. 6. Coordinate firestopping procedures and materials with General Contractor. 7. Sharing the pathway of other trades/utilities through compliant and non-compliant penetrations does not remove the requirement to maintain code-compliant firestopping. 8. Provide and install removable, intumescent mechanical systems in floor chases for all openings greater than 0'-4". 9. Provide and install removable, intumescent, firestop bricks for all openings greater than 0'-4" where there are penetrations through walls. 10. Bricks shall be listed for insertion in fire-rated openings and require restraining materials or apparatus as needed per manufacturers' specifications. 11. Provide manufacturer recommended material for rated protection for any given barrier. CONFORMED BID SET 02/02/2026 12. Laminate and permanently affix adjacent to chases the following information: a) Manufacturer of firestop system. b) Date of installation/repair. c) Part and model numbers of system and all components. d) Name and phone numbers of local distributor and manufacturer's corporate headquarters. 13. Solutions and shop drawings/submittals for firestop materials and systems shall be presented to the General Contractor for written approval of materials/systems prior to purchase and installation. 14. Materials shall be installed per manufacturer instructions, be UL-listed for intended use, and meet NEC and locals codes for fire stopping measures. 15. The material chosen shall be distinctively colored to be clearly distinguishable from other materials, adhere to itself, and maintain the characteristics for which it is designed to allow for the removal and/or addition of communication cables without the necessity of drilling holes in the material. 16. Develop training manuals with instructions on methods of adding or removing cabling to/from firestopped sleeves and chases. F. Within the normal environment, the installed systems shall not generate nor be susceptible to any harmful electromagnetic emission, radiation, or induction that degrades, or obstructs any equipment. G. Expansion Capability: Unless otherwise indicated, provide spare conductor pairs in cables, positions in patch panels, cross connects, and terminal strips, and space in cable pathways and backboard layouts to accommodate 20%future increase in structure cable system capacity. H. In the event of a breach of the representations and warranties contained herein,the Contractor, at their own expense, shall take all measures necessary to make the cabling system work and comply with the applicable manufacturer written technical recommendations and standards. I. System Tests 1. Upon completion of the installation of the communications infrastructure systems, including all pathways and grounding,the Contractor shall test the system. a) Cables and termination modules shall be affixed, mounted or installed to the designed/specified permanent location prior to testing. b) Any removal and reinstallation of any component in a circuit, including faceplates, shall require retesting of that circuit and any other disturbed or affected circuits. c) Approved instruments, apparatus, services, and qualified personnel shall be utilized. CONFORMED BID SET 02/02/2026 d) The Contractor must verify that the requirements of the specifications are fully met through testing with an approved tester (rated for testing parameters listed elsewhere), and documentation as specified below. e) This includes confirmation of requirements by demonstration, testing and inspection. Demonstration shall be provided at final walk-through in soft copy and printed test data. 2. Non-Compliant Cabling a) Testing that shows some or all pairs of a cable do not comply with specifications, without written approval by the Owner, shall be replaced at Contractor's expense (including respective connectors). b) With the Owner's written approval,the over-length cable(s)shall be excluded from requirements to pass standardized tests and shall be explicitly identified. 1) Testing is still required for non-compliant cabling. 2) The tests shall be for wire-mapping, opens, cable-pair shorts, and shorts-to- ground. 3) The test results must be within acceptable tolerances and shall be submitted with the Owner's acceptance document. 3. Failed Tests a) If tests fail,Contractor shall correct as required to produce a legitimate passing test. b) Manipulation of tester parameters on a failing test in order to achieve a passing test is unacceptable. c) If the Contractor is found to have manipulated or falsified any failing test result to show a "PASS" for any reason (without written notice and prior approval of the Owner), the Contractor shall be required to employ a Third-Party Testing Agent selected by the Owner to retest the complete cable plant and shall be required to pay all costs associated with this retesting. 4. Owner reserves the right to be present during any or all testing. 3.3 CLEANING A. The Contractor will clean all surfaces prior to final acceptance by Owner. 3.4 COMPLETION INSPECTION AND PUNCH LIST A. When the Contractor determines that the Scope of Work has been completed in accordance with the plans and specifications, Contractor shall schedule a Completion Inspection with the Owner. CONFORMED BID SET 02/02/2026 B. A Punch List will be generated during the Completion Inspection containing deficiencies in need of corrective action. C. Complete all punch list deficiencies within 10 working days. The work is not complete until all punch list deficiencies have been addressed. 3.5 ACCEPTANCE A. Once all work has been completed, test documentation has been submitted, and Owner is satisfied that all work is in accordance with contract documents, the Owner shall notify Contractor in writing of formal acceptance of the system. B. Contractor must warrant in writing that 100% of the installation meets the requirements specified herein (Standards Compliance &Test Requirements). C. Acceptance shall be subject to completion of all work, successful post-installation testing which yields 100% PASS rating, and receipt of full documentation soft and hard copies as described herein. END OF SECTION 27 00 00 CONFORMED BID SET 02/02/2026 27 05 26 GROUNDING AND BONDING FOR COMMUNICATIONS SYSTEMS PART 1-GENERAL 1.1 SUMMARY A. This section includes grounding and bonding products, design requirements and installation for communications systems. B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications 3. Section 270528 Pathways for Communications Systems 4. Section 270543 Underground Ducts and Raceways for Communications Systems 5. Section 271100 Communications Equipment Room Fittings 6. Section 271500 Communications Horizontal Cabling 7. Section 274100 Audio-Visual Systems 8. Section 280000 Electronic Security (including related sub-sections) 1.2 REFERENCES A. The publications referenced in Section 270000 form a part of this specification.The publications are referred to in the text by basic designation only. B. Specific reference in specifications to codes, rules, regulations, standards, manufacturer's instructions,or requirements of regulatory agencies shall mean the latest printed edition of each in effect at the date of contract unless the document is shown dated. C. Conflicts 1. Refer to Section 270000. D. Codes and Standards 1. Refer to Section 270000. 1.3 SYSTEM REQUIREMENTS A. General 1. All conductor wire, busbars and conduit shall be UL listed. 2. The communications ground system shall be independent from all power grounding except for the connection to the building's electrical service main grounding electrode system. CONFORMED BID SET 02/02/2026 3. Power grounding and/or bonding shall not be allowed to interfere or provide any back feed or be a conductor to the separate communications ground system source or to any communications bonded materials or equipment. B. Primary Bonding Busbar(PBB) and Telecommunications Bonding Conductor(TBC) 1. The main ground source feed for the Primary Bonding Busbar(PBB) in the ER (MDF) shall be an independent feed from the building's electrical service main grounding electrode system, known as the Telecommunications Bonding Conductor(TBC). 2. The TBC shall be a stranded copper ground wire from the building ground system to the PBB in the ER (MDF) sized at a minimum #4/0 unless otherwise sized by the Electrical Engineer of Record. 3. The TBC connections shall be low emission exothermic welds at the connecting ends. C. Telecommunication Bonding Backbone (TBB) and Secondary Bonding Busbar(SBB) 1. The Telecommunication Bonding Backbone (TBB) originates at the PBB and shall be extended from the PBB within the ER(MDF)throughout the building along the same route as the telecommunications backbone pathways, to the Secondary Bonding Busbar(s) (SBBs) in each TR (IDF). 2. The minimum TBB conductor size between busbars shall be a stranded copper ground wire one (1)AWG size smaller than the Telecommunications Bonding Conductor(TBC). D. TEBC and RBC 1. All cabinets and racks shall be connected by the Telecommunications Equipment Bonding Conductor (TEBC). The TEBC is a stranded copper #4 conductor from the PBB/SBB extending along each row of racks within the room. Bond each rack with a Rack Bonding Conductor (RBC). The RBC is a stranded copper#6 conductor connected to the vertical rack bonding terminal. All connections shall be irreversible crimp connections. Route conductor so as to minimize the quantity of sweeping bends. 1.4 SUBMITTALS A. Refer to Section 270000. 1.5 QUALITY ASSURANCE A. Refer to Section 270000. 1.6 DELIVERY,STORAGE,AND HANDLING A. Refer to Section 270000. B. The Contractor shall ship on manufacturer's standard reel sizes of one continuous length.Where cut lengths are specified, mark reel quantity accordingly. CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, manufacturers that may be incorporated in the work, include: B. Cable Manufacturers 1. Houston Wire and Cable Company 2. Okonite Company 3. General Cable 4. Pirelli Cable Corporation 5. Triangle Wire and Cable 6. Owner Approved Alternate C. Electrical Service Entrance Bonding Conductor and Connector Manufacturers 1. Copperweld 2. Thomas & Betts 3. Blackburn 4. Owner Approved Alternate D. Exothermic Connector Manufacturers 1. Erico Products (Cadweld) 2. Continental Industries (thermOweld) 3. Harger 4. Owner Approved Alternate E. Crimp Connector Manufacturers 1. Thomas & Betts 2. FCI Burndy Electrical 3. O-Z/Gedney 4. Owner Approved Alternate F. Telecommunication Grounding Busbars 1. Chatsworth 2. Panduit 3. Leviton 4. Owner Approved Alternate G. Bonding Straps 1. Chatsworth 2. Harger CONFORMED BID SET 02/02/2026 3. Brundy 4. Owner Approved Alternate H. C-Type Compression Taps 1. Brundy 2. Harger 3. Owner Approved Alternate I. Antioxidant Joint Compound 1. Chatsworth 2. Owner Approved Alternate J. Labeling 1. Refer to Section 270000. K. Firestopping 1. Refer to Section 270000. 2.2 MATERIALS A. Communications Grounding Conductors: Copper American Wire Gauge (AWG) wire of the following sizes: 1. Telecommunications Bonding Conductor (TBC): #4/0 (unless otherwise sized by the Electrical Engineer of Record) 2. Telecommunication Bonding Backbone (TBB): #3/0 (unless otherwise sized by the Electrical Engineer of Record) 3. Backbone Bonding Conductor(BBC):equal AWG as the TBB(unless otherwise sized by the Electrical Engineer of Record) 4. Telecommunications Equipment Bonding Conductor(TEBQ#4 5. Rack Bonding Conductor(RBC): #6 B. Grounding Connectors 1. Connectors shall be a copper alloy material and two-hole, double-crimp compression lug type at the connecting ends. C. Primary Bonding Busbar(PBB) 1. Use pre-drilled copper busbar with standard NEMA bolt hole sizing and spacing for the type of connectors. 2. Sized for the immediate requirements and allow for 25%growth. 3. The minimum dimensions shall be 0'-%"thick X 0'-4"wide X 20" long. CONFORMED BID SET 02/02/2026 4. Contain (2) tiers of pre-drilled holes for use with standard sizes of two-hole copper compression lugs. 5. ASTM-B187-C11000 Copper bar suitable for use with two-hole compression-type copper lugs. D. Secondary Bonding Busbar(SBB) 1. Use pre-drilled copper busbar with standard NEMA bolt hole sizing and spacing for the type of connectors. 2. Sized for the immediate requirements and allow for 25%growth. 3. The minimum dimensions shall be 0'-%"thick X 0'-4"wide X 10" long. 4. Contain (2) tiers of pre-drilled holes for use with standard sizes of two-hole copper compression lugs. 5. ASTM-B187-C11000 Copper bar suitable for use with two-hole compression type copper lugs. E. Equipment Cabinet and Rack Bonding Busbar(RBB) 1. Provide and install a vertical ground busbar in all racks and equipment cabinets to be used as an equipment grounding bus with associated mounting hardware. 2. The minimum dimensions shall be 0'-%" in width by 0'-3/16" in thickness. 3. The busbar shall have pre-drilled holes and shall be suitable for use with two-hole compression-type copper lugs. PART 3- EXECUTION 3.1 EXAMINATION A. Refer to Section 270000. 3.2 PREPARATION A. Refer to Section 270000. B. Copper and copper alloy connections should be cleaned prior to connection. 3.3 INSTALLATION A. Refer to Section 270000. B. The Contractor shall install the work in accordance with the specifications, drawings, manufacturer's instructions and approved submittal data. C. All work shall be supervised and reviewed by the Contractor's on-site RCDD. CONFORMED BID SET 02/02/2026 D. Installation plans and Requests For Information (RFIs) shall be reviewed by the Contractor's RCDD. E. General 1. Bonding and grounding procedures and components shall comply with ANSI/TIA-607-C "Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications". 2. Bonding should be accomplished such that the bonding system is integrated and compliant with NEC specifications. 3. Bonding conductors shall be routed with minimum bends or changes in direction and should be made directly to the points being bonded. 4. Bonding connections should be made by using compression copper lugs. However, for parts of the ground electrode system that are subject to corrosion, must carry high currents reliably, or for locations that require minimum maintenance, connections are made with low emission exothermic welding(see NEC Article 250). 5. Make connections to dry surfaces only. 6. Remove paint, rust, oxides, scales, grease and dirt from surfaces before making connection. 7. Burnish clean a 0'-1"X 0'-1"area,drill,tap,apply an adequate amount of antioxidant joint compound mixed for the metal surface types affected,and bolt conductor and connector to burnished and compounded area. Ensure proper conductivity. 8. Route bonding conductor(s)the shortest distance between bonding contact points. 9. The ground-wire connecting ends shall have a minimum amount of insulation removed at the ground lug. 10. Do not connect ground wire in power cable assemblies to the telecommunications ground system. 11. All grounding and bonding conductors shall be copper and may be insulated. If bare- bonding conductors are used, isolate bonding conductors and prevent contact. 12. Antioxidant material shall be installed to separate dissimilar metals and prevent corrosion. 13. If multiple systems are involved (lightning protection systems,communications,radio and TV,CATV, etc.),those systems shall be bonded together to minimize potential differences between the systems, per NEC 250.94. F. Telecommunication Bonding Conductors 1. Each telecommunications grounding and bonding conductor shall be labeled at each end detailing the function and room number of its opposite end. Labels shall be located on conductors as close as practicable to their point of termination in a readable position. Labels shall be nonmetallic and include the following text, "TELECOMMUNICATIONS GROUND - DO NOT REMOVE. IF THIS CONNECTOR OR CABLE IS LOOSE OR MUST BE REMOVED, PLEASE CALL THE BUILDING TELECOMMUNICATIONS MANAGER". 2. Furnish and install all required bonding material, hardware, and utilize tools manufactured for this purpose. 3. The connections of the TBC, TBB, BBC, TEBC, and RBC shall be made using low emission exothermic welding or hydraulically crimped with a double crimp connector. Two-hole grounding lugs are preferred for connection to the grounding bus bars. CONFORMED BID SET 02/02/2026 a) All low emission exothermic welding shall be by Division 26. b) Coordinate with the building services personnel in occupied spaces to prevent the smoke from the exothermic weld process from potentially setting off smoke/fire alarms. 4. Grounding and bonding conductors should not be placed in ferrous metallic conduit. If it is necessary to place grounding and bonding conductors in a ferrous metallic conduit that exceeds 1m (3ft) in length, the conductors shall be bonded to each end of the conduit using a grounding bushing or a No. 6AWG conductor, minimum. 5. The bonding conductors should be installed without splices. a) Where splices are necessary, the number of splices should be minimized, be accessible, and be located within the telecommunications spaces. b) Joined segments of a bonding conductor shall be connected using exothermic welding,irreversible compression-type connectors,or equivalent.All joints shall be adequately supported and protected from damage. G. Equipment Cabinets and Racks 1. The busbar shall be installed at the base and back of each cabinet/rack for floor fed cabinets/racks. 2. The busbar shall be installed at the top and back of each cabinet/rack for top fed cabinets/racks. 3. Each cabinet and rack shall be provided with a minimum #6 AWG ground wire. 4. Do not loop from cabinet/rack to cabinet/rack. 5. Each cabinet or rack bay against the wall shall be bottom/side ground fed from the wall. a) Wall ground feeds/raceways to racks shall not be exposed on the walls. b) Exception: Some cabinet or rack bays will require the ground to be fed from the ceiling raceway. 6. All ground raceways within each cabinet/rack or cabinet base and adjacent-ganged cabinet base shall be an insulated metallic flex type raceway and shall not interfere with equipment mounting frames or equipment mounting brackets. H. Cable Runway, Cable Raceway and Support System Grounding 1. The Contractor shall provide communications cable tray and cable runway systems with a communications dedicated ground from the SBB. 2. All cable tray needs to be electrically continuous per NEC 250.96. a) Metal raceways, wire-mesh cable trays, cable armor, cable sheath, enclosures, frames,fittings, and other metal non-current-carrying parts that are to serve as an alternate grounding path, with or without the use of supplementary equipment grounding conductors, shall be effectively bonded where necessary to ensure CONFORMED BID SET 02/02/2026 electrical continuity and the capacity to conduct safely any fault current plausibly to be imposed on them. b) Any nonconductive paint, enamel, or similar coating shall be removed at the threads, contact points, and contact surfaces. c) Grounding or bonding conductors shall be connected by fittings designed for that purpose to ensure adequate bonding. 3. The Contractor shall provide and install a #6 AWG ground wire to bond one end of each cable tray/runway system to the SBB. 4. For electrically non-continuous conduits that contain only grounding conductor, the Contractor shall bond the conduit and conductor together at both ends to ground to the nearest TGB with grounding bushings or ground clamps. I. Shielded Backbone Cabling 1. The Contractor shall terminate and bond the shield to the nearest SBB or PBB at both ends, following manufacturer's guidelines. 3.4 FIELD QUALITY CONTROL A. Testing 1. Upon completion of the electrical system, including all grounding, the Electrical Contractor shall test the system for stray currents, ground shorts, etc. 2. Approved instruments, apparatus, services, and qualified personnel shall be utilized. 3. If stray currents, shorts, etc., are detected, eliminate or correct as required. END OF SECTION 27 05 26 CONFORMED BID SET 02/02/2026 27 05 28 PATHWAYS FOR COMMUNICATIONS SYSTEMS PART 1-GENERAL 1.1 SUMMARY A. Section Includes 1. Hangers and Supports, including open-top supports (cable hooks) for communications systems. 2. Conduits and Pull Boxes for communications systems. 3. Cable Tray and Cable Runway with associated accessories and fittings for communications systems. B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications Systems 3. Section 270526 Grounding and Bonding for Communications Systems 4. Section 270543 Underground Ducts and Raceways for Communications Systems 5. Section 271100 Communications Equipment Room Fittings 6. Section 271500 Communications Horizontal Cabling 7. Section 274100 Audio-Visual Systems 8. Section 280000 Electronic Security (including related sub-sections) 1.2 REFERENCES A. The publications referenced in Section 270000 form a part of this specification.The publications are referred to in the text by basic designation only. B. Specific reference in specifications to codes, rules, regulations, standards, manufacturer's instructions, or requirements of regulatory agencies shall mean the latest printed edition of each in effect at the date of contract unless the document is shown dated. C. Conflicts 1. Refer to Section 270000. D. Codes and Standards 1. Refer to Section 270000. CONFORMED BID SET 02/02/2026 1.3 SUBMITTALS A. Refer to Section 270000. 1.4 QUALITY ASSURANCE A. Refer to Section 270000. 1.5 DELIVERY,STORAGE,and HANDLING A. Refer to Section 270000. B. Conduit Storage 1. Package conduits in bundles maximum 10'-0" long, with conduit and coupling thread protectors for indoor/outdoor storage. 2. Package fittings in manufacturer's standard quantities and packaging suitable for indoor storage. 3. Protect coating on plastic-coated rigid conduit, fittings, and bodies from damage during shipment and storage. 4. Store conduit above ground on horizontal racks to prevent corrosion and entrance of debris. 5. Equipment and components shall be protected from the weather, humidity,temperature variations, dirt, dust, or other contaminants. Protect plastic conduit and inner duct from sunlight. Equipment damaged prior to system acceptance shall be replaced at no cost to the Owner. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, manufacturers that may be incorporated in the work, include: B. Cable Hooks 1. Cooper B-Line, Inc. 2. Erico 3. Caddy 4. Owner approved alternate C. Cable Tray 1. Cooper B-Line, Inc. 2. Chatsworth (CPI) 3. Hoffman CONFORMED BID SET 02/02/2026 4. WBT Wire Mesh 5. Owner approved alternate D. Polyethylene Cable Support System 1. Erico 2. Owner approved alternate E. Innerduct 1. Carlon Riser Guard Flexible Raceway(corrugated Innerduct) 2. MaxCell (fabric Innerduct) 3. Owner approved alternate F. Measured pull tape (pull tape printed with sequential footage markings) 1. Fibertek 2. Condux International 3. Owner approved alternate G. Labeling 1. Refer to Section 270000. H. Firestopping 1. Refer to Section 270000. 2.2 CABLE HOOKS A. Cable hooks shall be factory assembled for direct attachment to walls, hanger rods, beam flanges, purlins, strut,floor posts, etc.to meet job conditions. B. Features 1. Cable hooks shall have a flat bottom and provide a minimum of 0'-1.625" cable-bearing surface. 2. Cable hooks shall have 90' radius edges to prevent damage while installing cables. 3. Cable hooks shall be designed so that the mounting hardware is recessed to prevent cable damage. 4. Cable hooks for non-corrosive areas shall be pre-galvanized steel. Where additional strength is required, cable hooks shall be spring steel with a zinc-plated finish. 5. Cable hooks for corrosive areas shall be stainless steel. 6. Cable hooks shall have a stainless steel cable latch retainer to provide containment of cables within the hook. 7. The retainer shall be removable and reusable. CONFORMED BID SET 02/02/2026 C. Factory assembled multi-tiered cable hooks shall be used where required to provide separate cabling compartments, or where additional capacity is needed. D. Load cable hooks in accordance with manufacturer requirements and recommendations. E. Provide capacity for 20%growth, add additional hooks as needed. 2.3 PULL BOXES,JUNCTION BOXES,AND GUTTERS A. All junction boxes, gutters and pull boxes shall be UL listed and comply with NEC requirements. B. All junction boxes, gutters and pull boxes shall meet the following minimum material requirements: 1. 16-gauge steel or heavier 2. Seams shall be continuously welded and grounded smooth 3. External screws and clamps 4. External mounting feet(where applicable) 5. Oil-resistant gasket and adhesive 6. ANSI 61 gray polyester powder coating inside and out over phosphatized surface C. All junction boxes, gutters and pull boxes shall be provided with bushings for conduits and/or cabling. D. All junction boxes, gutters and pull boxes shall be securely installed. 2.4 CONDUITS A. All conduits shall be UL listed and comply with NEC requirements. B. Conduit Fittings 1. All fittings shall be compression or threaded. 2. Fittings shall provide a secure connection for pulling communications cables. 3. Setscrew fittings are not permitted. 4. Conduit "condulets" are not permitted. C. Non-metallic conduits are not permitted in above ground installations. Conversion fittings are required for non-metallic (below ground)to metallic (above ground)transitions. D. Innerduct: 1. All fiber shall be installed in innerduct unless fiber cabling is armored. 2. Shall be constructed of non-metallic material. E. Only manufacturer's fittings,transition adapters,terminators and fixed bends shall be used. F. Measured Pull Tape CONFORMED BID SET 02/02/2026 1. Pre-lubricated, woven polyester, low friction, and high abrasion resistant yarn with footage markers printed on the tape. 2. Minimum average tensile strength shall be 1130 lbs. for 0'-1.5" and smaller conduits and innerduct. 3. Minimum average tensile strength shall be 1800 lbs.for conduits larger than 0'-1.5". G. Fill and Bend Radius 1. Conduit fill shall comply with NEC requirements. 2. The minimum bend radius is 6 X the conduit inside diameter(ID)for 0'-2" conduit or less. 3. The minimum bend radius is 10 X the conduit ID for a conduit greater than 0'-2". 4. There shall be no more than two 90' bends (180'total) between conduit pull boxes. 5. Changes in direction shall be accomplished with sweeping bends observing minimum bend radius requirements above. 6. Do not use pull boxes for direction changes unless specifically designated otherwise in the drawings. 7. Unless otherwise noted in the drawings,conduits entering pull boxes shall be aligned with exiting conduits. H. Routing 1. Conduits shall be routed in the most direct route possible, with the fewest number of bends possible. 2. There shall be no continuous conduit sections longer than 100'-0" for premises conduits. For runs that total more than 100'-0", insert junction or pull boxes so that no continuous run between pull boxes is greater than 100'-0". I. Penetrations 1. All conduit penetrations shall comply with all applicable fire codes. 2. All conduit penetrations in fire-rated walls or floors shall be sealed and fire-proofed to meet or exceed the designed rating of the penetration area. 2.5 CABLE TRAY A. Cable tray systems are defined to include, but are not limited to,straight sections of cable trays, bends, tees, elbows, reducers, crosses, wyes, vertical bends, up/down tees, cable support fittings, drop-outs, supports and accessories. B. Install all traytypes utilizing manufacturer recommended installation instructions and applicable standards. C. Load cable tray and cable runway in accordance with manufacturer requirements and applicable standards. D. Cable Tray Materials 1. Aluminum CONFORMED BID SET 02/02/2026 2. Pre-galvanized Steel 3. Hot-dip Galvanized Steel 4. Stainless Steel 5. Yellow Zinc Dichromate 6. Pre-Galvanized Zinc 7. Electro-Galvanized Zinc E. Cable Tray Systems 1. Wire basket (mesh) of types and sizes indicated on the drawings; with connector assemblies, clamp assemblies, connector plates, splice plates, cable drop outs, bonding accessories, and splice bars. Construct units with rounded edges and smooth surfaces. 2. Continuous mesh polyethylene cable-support system: with connector assemblies and appropriate support components. All parts shall be UL-listed. Plastic(non-metallic) parts shall have a zero detectable halogen content as substantiated by an independent test laboratory. 3. Ladder type trays shall consist of two longitudinal members (side rails) with transverse members(rungs)welded to the side rails. Rungs shall be spaced 0'-9" on center. Spacing in radius fittings shall be 0'-9" as measured at the center of the tray's width. Rungs shall have a minimum cable-bearing surface of 0'-.875" with radius edges. No portion of the rungs shall protrude below the bottom plane of the side rails. 4. Ventilated trough type trays shall consist of two longitudinal members (side rails) with a corrugated bottom welded to the side rails. 5. Solid bottom trough type trays shall consist of two longitudinal members welded to the side rails. F. Cable trays shall have sufficient depth and width so as not to exceed a maximum 50%fill ratio, including 20%capacity for anticipated growth. G. All straight sections shall be supplied in minimum 8'-0" lengths, except where shorter lengths are permitted to facilitate tray assembly lengths. 2.6 HANGERS AND SUPPORT A. Steel support brackets shall be galvanized steel and capable of supporting a minimum of 200 Ibs with a safety factor of 3. B. Steel support brackets shall have a removable galvanized steel retaining strap. C. Steel support brackets shall accept 0'-3/8" (10mm) threaded rod for attachment to building structure or sub structure. PART 3- EXECUTION 3.1 EXAMINATION CONFORMED BID SET 02/02/2026 A. Refer to Section 270000. 3.2 PREPARATION A. Refer to Section 270000. B. Verify system is properly sized for cables before installation. C. Verify that the manufacturer recommended loads are not exceeded. D. Verify general routing and coordinate locations with other trades before installation. Layout cable runs in advance to determine quantities of cable to be installed along pathways, and to ensure non-interference from other trade installations. 3.3 INSTALLATION A. Refer to Section 270000. B. Cable Hooks 1. Provide cable hook (j-hook) cable support system for horizontal and/or riser cabling in accessible ceiling space.Assemblies shall be complete with mounting hardware. 2. Provide threaded rod for supporting hangers when hanging from floor deck and deck members. 3. Follow manufacturers fill capacities. 4. Locate cable hooks on 4' to 5' centers to adequately support and distribute the cable's weight. 5. Suspended cables shall be installed with at least 0'-3" of clear vertical space above the ceiling tiles and support channels. 6. For larger quantities of cables, provide special supports that are specifically designed to support the required cable weight and volume. 7. Do not support pathways or cables with the ceiling suspension system or use electrical, plumbing, or other pipes for support. 8. Cable supports shall be permanently anchored to building structure or substrates. Provide attachment hardware and anchors designed for the structure to which attached,and that are suitably sized to carry the weight of the cables to be supported. 9. Secure and support exposed horizontal cable at intervals not exceeding S'-0"and not less than 1'-4" (16") from cabinets, pack pole, boxes, fittings, outlets, racks, frames, and terminals. 10. Cable sag between vertical supports for horizontal pathway shall not exceed 0'-6". Provide at least 0'-3" cable sag between supports. 11. Painted J-hooks shall meet or exceed NEC requirements for the environment in which the product is installed. C. Conduit and Pull Boxes CONFORMED BID SET 02/02/2026 1. The Contractor shall route the conduit in approximate locations unless drawing is dimensioned for precise placement. 2. Conduit cuts shall be square. Ream ends of burrs and remove metal shavings and cutting lubricants before conduit is connected to the conduit system. 3. For conduit embedded in concrete, coat threaded connections in conduits with colloidal rust and corrosion inhibitor and sealant. Conduit must be clean and dry and must pass standard sizing test after concrete is poured. 4. Cap unused conduits with watertight caps 5. Make conduit connections with appropriate fittings and tighten securely. 6. Use appropriate tools to install PVC coated conduit; avoid damage to exterior coating. 7. Install liquid-tight flexible metal conduit where exposed to weather, water, or other liquids. 8. Use IMC, PVC conduit, or rigid galvanized steel conduit in underground installations. D. Innerducts 1. The Contractor shall provide fabric innerduct in all underground conduits, as indicated on the drawings. a) The Contractor shall use pre-lubricated, woven polyester, low friction, and high abrasion resistant fabric. b) The Contractor shall be trained for proper installation technique by the innerduct manufacturer. The Contractor shall coordinate with the owner to demonstrate that pull ropes in each inner duct cell move freely from end to end. E. Cable Tray and Cable Runway 1. Cut wire basket tray members square with approved cable tray cutting tool as to not leave sharp edges at cut point. Remove burrs and smooth the ends before the cut is connected to wire-mesh tray system. 2. Ensure that standard splices are designed to have less than 1 milliohm (0.0001 Q) of resistance between connections and provide bonding between sections. Painted wire mesh tray requires the outer mask of the non-conductive surface be removed at each end of the tray prior to installing the splice to provide continuity between painted tray sections. 3. Threaded rod (minimum 0'-%2" diameter) or equivalent and slotted channel shall be used for hanging cable tray between floor deck and deck members F. Fiber Support: 1. Support vertical fiber optic cable with basket weave wire/cable grips. Support fiber riser with single weave support grip with a single offset eye. 2. Mount/attach pulling eye to a wall or ceiling deck secured hook to support/provide strain relief to riser cable. Provide a minimum 3'-0" loop of fiber prior to entering fire stopped floor sleeve. 3. Where required coil up slack fiber cable into pull box and secure with single weave support grip. G. Clearances CONFORMED BID SET 02/02/2026 1. A minimum of 1'-0" access headroom shall be provided above a cable tray. Ensure that other building components do not restrict access to the cable trays from the sides. 2. Power outlets shall not be installed in or mounted to cable tray or cable runway. 3. Provide 3'-0" of unencumbered space for every 10'-0" segment of tray. 4. Cable tray clearances a) Motors or transformers: 4'-0" b) Power cables and conduit: 1'-0" c) Fluorescent lighting: 0'-5" d) Halide lights: 1'-0" e) Above the ceiling tiles: 0'-3" f) Access above and on one side of the cable tray: 1'-0" 3.4 FIELD QUALITY CONTROL A. Test system to ensure electrical continuity of bonding and grounding connections. B. Ensure compliance with specified maximum ground resistance. 3.5 CLEANING A. Remove all unnecessary tools and equipment, unused materials, packing materials, and debris from each area where Work has been completed unless designated for storage. B. Wipe clean all cable trays and apply appropriate manufacturer's paint to areas that have been scratched. END OF SECTION 27 05 28 CONFORMED BID SET 02/02/2026 27 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR COMMUNICATIONS SYSTEMS PART 1-GENERAL 1.1 SUMMARY A. This section includes underground communications duct banks, hand-holes and maintenance holes B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications Systems 3. Section 270526 Grounding and Bonding for Communications Systems 4. Section 270528 Pathways for Communications 5. Section 271100 Communications Equipment Room Fittings 6. Section 271500 Communications Horizontal Cabling 7. Section 274100 Audio-Visual Systems 8. Section 280000 Electronic Security(including related sub-sections) 1.2 REFERENCES A. Refer to section 270000. B. Conflicts 1. Refer to section 270000. C. Codes and Standards (Most recent editions or as required in contract) 1. Refer to section 270000. D. Related Documents 1. Refer to section 270000. 1.3 SUBMITTALS A. Refer to section 270000. 1.4 QUALITY ASSURANCE A. Refer to section 270000. CONFORMED BID SET 02/02/2026 1.5 DELIVERY,STORAGE,AND HANDLING A. Deliver ducts to Project site with ends capped. 1. Store nonmetallic ducts with supports to prevent bending, warping, and deforming B. The contractor shall endeavor to make the site ready for installation of manholes when delivered so that they can be placed off of the truck into final position. 1. When this is not possible,store precast concrete and other factory-fabricate underground utility structures as Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. D. Clearly mark containers "For Communications Duct Banks Only". E. Refer also to section 270000. 1.6 WARRANTY A. Refer to section 270000. 1.7 MAINTENANCE A. Refer to section 270000. PART 2- PRODUCTS 2.1 ACCEPTIBLE MANUFACTURERS A. Ducts 1. Use owner approved solution B. Hand Holes 1. Hubbell 2. Christy Concrete Products 3. Cretex Concrete Products West, Inc.; Riverton Division 4. Oldcastle Precast Group 5. Oldcastle Precast Inc/; Utility Vault Division 6. Utility Concrete Products, LLC 7. Owner Approved equivalent CONFORMED BID SET 02/02/2026 2.2 MATERIALS A. Continuous Tape for Underground Conduit 1. The Contractor shall use orange warning ribbon, PVC tape (detectable, i.e., containing metallic tracings), three inches wide, permanently imprinted with "CAUTION--BURIED COMMUNICATIONS LINE BELOW" in black letters, minimum 0'-1" high. B. Labeling 1. Refer to section 270000. C. Firestopping 1. Refer to section 270000. PART 3- EXECUTION 3.1 EXAMINATION A. Where necessary, Contractor shall provide all excavation, boring, trenching, backfill and restoration of grounds for all OSP pathways. 1. In addition, Contractor shall include all labor, materials, and equipment. B. The owner of the property has the option to obtain a testing laboratory to ensure proper soil compaction. C. All work shall comply with all city,county and State Codes, NEC, EIA/TIA, OSHA,and BICSI TDMM requirements, codes and standards. D. The above referenced codes and standards are to be considered as a minimum requirement. 1. If the plans or specifications call for material and/or methods of construction higher than the standard, the plans or specification shall govern. E. All holes, trenches and/or any other excavation shall be covered, fenced, and/or taped off to make the area safe at all times. 1. Conform to general Contractor requirements. F. The Contractor will visit the job site prior to submitting a proposal to determine existing conditions. 1. Contractor shall evaluate the site for materials,and any other information that may affect the work to be performed. G. The Contractor shall locate and protect all existing conduits. CONFORMED BID SET 02/02/2026 1. Should damage occur notify the appropriate utility. 2. Damage costs are the responsibility of the Contractor. H. The Contractor shall CALL BEFORE YOU DIG, (Texas: 1-800-669-8344) to locate any existing conduits (Power, Gas,Telephone, and other utilities) prior to start of work. I. Any proposed re-routing of all trenches/pole lines shall be reviewed and approved by the owner/consultant. 3.2 PREPARATION A. Refer to Section 270000. B. The Contractor shall verify materials are on-site in proper condition and of sufficient quantity. C. The Contractor shall verify proper excavation depth (minimum 4'-0" below finished grade), width, route and support of work. 1. Verify proper location of hand-holes and maintenance holes (minimum every 350'-0"). 2. Communications facilities must be placed in separate hand-holes and maintenance holes from electrical facilities. D. Trenches greater than or equal to 5'-0" deep shall: 1. Be shored to prevent cave-in. 2. Have 2'-0" clearance from the dirt pile. E. Directional boring is a suitable option when trenching is impractical or impossible. 1. Locating existing underground utilities is crucial when directional boring is planned because of the potential for the drilling unit to encounter high voltages. 2. Although directional boring machines are manufactured with electrical strike sensing capabilities, which can warn the operator of any contact with a high voltage source, accidents may still occur. 3. Operators of directional boring machines require special protection due to the potential for exposure to high voltage. a) Therefore, operators must always have a ground mat grid underfoot as insulation protection. b) In addition, operators must wear insulating boots and gloves, along with hard hats and safety glasses. F. Minimum separation between electrical and communications underground cable (measured from conduit sidewall: 1. Concrete: 0'-3" 2. Masonry: 0'-4" 3. Well-tamped earth: 1'-0" CONFORMED BID SET 02/02/2026 G. Before encasement,the Contractor shall: 1. Prove and verify all ducts are free of debris and properly installed in support and spacer system. 2. Verify the system is properly fitted together and hold-down hardware is properly installed. 3. Verify ducts are capped at both ends 3.3 INSTALLATION A. Refer to section 270000. B. Hand Holes 1. Unless otherwise shown, Hand-holes shall be at least 4'-0" X 4'-0" and shall be constructed of 0'-2"thick cement covered with 0'-3/8" steel plate. 2. The hand-hole or maintenance hole shall rest on a 0'-4" blanket of sand, and 0'-4"around the sidewalls shall be filled with sand. 3. Each hand-hole or maintenance hole which contains a pedestal shall have four bollards installed 1'-6" (18") diagonally from each corner, with a cross member welded at 2'-6" (30") connecting the four corners. a) These barriers will be constructed of 0'-4" ridged conduit filled with concrete, driven 4'-0" in the ground and extending 3'-0" above the protective cover. 4. All Hand-holes shall have a hasp and locking plate installed so they can be locked with padlock. C. The Contractor shall install conduit in excavations following drawings. 1. If directional boring is utilized, cable or flexible conduits can be attached to the unit and pulled back to the origination point(after the drilling unit reaches its destination). D. The Contractor shall install watertight penetrations through foundation, hand-hole and maintenance-hole walls. 1. Wherever a hand-hole is used to simply pass through,the conduit entrances and exits will be situated at opposite ends of the hand-hole instead of 90'angles. E. Maintain ducts in proper place during concrete placement. F. Transition from nonmetallic to metallic conduit where duct banks enter structures or turn upward for continuation above grade: 1. Where ducts enter structures such as hand-holes, maintenance holes, pull boxes, or buildings, terminate ducts in proper end bells, insulated L-bushings, Meyers hubs or couplings on steel conduits. 2. Ducts shall be sealed to prevent water and debris from entering the building. CONFORMED BID SET 02/02/2026 G. Extend below grade conduits to 0'-4" above the finished floor inside a building: 1. Cover or temporarily seal open conduit ends to prevent water and other foreign matter from entering conduit. H. Tag conduits entering pull boxes with stamped stainless steel tags following cable and conduit schedule. I. The Contractor shall pull a 1'-0" long mandrel (0'-%"smaller than duct diameter)through ducts. 1. Pull a rag swab or sponge through to remove debris, until it shows clean. J. Where fiber optic cables will be used and/or where indicated in the drawings, innerduct shall be provided. K. The Contractor shall provide a metered pull tape in all underground conduits and innerduct: 1. Pre-lubricated,woven polyester, low friction, and high abrasion resistant yarn. 2. Minimum average tensile strength shall be 1130 Ibs for 0'-1.5" and smaller conduits and innerduct. 3. Minimum average tensile strength shall be 1800 Ibs for conduits larger than 0'-1.5". 3.4 CLEANING A. Refer to section 270000. END OF SECTION 27 05 43 CONFORMED BID SET 02/02/2026 27 1100 COMMUNICATIONS ROOM FITTINGS PART 1-GENERAL 1.1 SUMMARY A. This section includes basic communications and equipment room design requirements and fittings including: 1. Equipment racks,frames and enclosures 2. Cable management and ladder racks 3. Telecommunications service entrance pathways 4. Rack mounted power protection and power strips B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications 3. Section 270526 Grounding and Bonding for Communications Systems 4. Section 270528 Pathways for Communications 5. Section 270543 Underground Ducts and Raceways for Communications Systems 6. Section 271500 Communications Horizontal Cabling 7. Section 274100 Audio-Visual Systems 8. Section 280000 Electronic Security (including related sub-sections) 1.2 REFERENCES A. The publications listed below form a part of this specification. The publications are referred to in the text by basic designation only. B. Specific reference in specifications to codes, rules, regulations, standards, manufacturer's instructions,or requirements of regulatory agencies shall mean the latest printed edition of each in effect at the date of contract unless the document is shown dated. C. Conflicts 1. Refer to section 270000. D. Codes and Standards (Most recent editions or as required in contract) 1. Refer to section 270000. CONFORMED BID SET 02/02/2026 1.3 COMMUNICATIONS ROOMS A. Communications rooms must be dedicated to designated equipment and services: 1. Space shall not be used for storage of equipment not related to designated equipment and services. 2. Hazardous or corrosive materials shall not be stored in the space. 3. Piping, ductwork and distribution of power, not related to designated equipment and services shall not pass through or be located within the space. a) Foreign piping such as water pipes, steam pipes, soil pipes, sanitary drains, storm drains,A/C ducts, and other unrelated systems utilized for or containing liquids, or gases shall not be installed or pass through communication rooms. b) With the exception of fire sprinklers, all water pipes shall be routed around communications room. B. Each communication room shall be equipped with fire detection, fire-extinguishing system and prevention devices. Connect detection devices to base building fire alarm system. A minimum of one (1) smoke detector shall be installed in each communications room. C. Walls shall be covered with 0'-%"X 4'-0"X 8'-0"AC-grade plywood backboard 1'-0"AFF(smooth side to interior of room mounted vertically), capable of supporting mounted hardware and equipment. 1. Plywood shall be affixed to the studs in the walls with screws that penetrate the studs a minimum of 0'-1", are spaced not greater than 1'-6" (18") apart in each stud, and with screws 0'-0"from the top and bottom of plywood. 2. Plywood shall be sealed against the wall and painted on all exposed sides with two coats of flat white non-reflective paint. 3. If applicable fire-treatment verification stamps on plywood shall be left unpainted to be readable. D. Communications room walls shall extend from floor slab to ceiling deck, with no drop ceilings installed. E. Cable tray or ladder rack should be used to distribute cables between rooms through finished wall penetrations. F. Cable ladder rack should be used to distribute cables within rooms, complete with cable bend limiters (drop outs). G. To reduce static,floors should not have carpet, but be sealed concrete to prevent concrete dust from forming. H. Communications rooms shall have only one lockable entrance door, a minimum of 3'-0" wide and 7'-0" high, that opens towards the outside of the room, and does not open into another room. CONFORMED BID SET 02/02/2026 1. Doors shall be provided with a lockset for the appropriate technology key with pinned hinges and anti-pry guards. 2. Doors should have no windows or door seals. 3. Communications rooms should have no exterior identifying markings. I. Mechanical 1. Install monitoring sensors with dedicated environmental controls operating 24 hours a day, 365 days a year in the communications rooms. 2. Provide ventilation in the communications rooms to dissipate heat generated by active devices. 3. Temperature and Humidity requirements: a) Maintain communication rooms at an average of 60°F to 70°F,with a relative non- condensing humidity of 30%to 50%. b) The temperature range should be maintained within ±9° J. Plumbing 1. If "wet" fire suppression is used, install wire cages on sprinkler heads to prevent accidental operation. 2. Do not place sprinkler heads over equipment or cabling. In the event of a leak this will protect the equipment and cabling. 3. Drainage troughs are also recommended for leakage protection. K. Electrical 1. One manufacturer's product is recommended for each type of installation.The mixing of different manufacturer products for one item is not acceptable. 2. No electrical feeders/branch circuits shall be placed in or run through any communications room except as required to service those rooms. 3. The Contractor shall install a slot (a UL-approved fire-rated assembly) to accommodate cable runway entry from corridor and a fire-retardant system (bricks, boards, mechanical, etc). The formed slot shall have no burrs or sharp edges. This opening in the wall will be used to pass data and voice cabling from the corridor cable tray into the communications room. 4. The Contractor shall provide uniform illumination of at least 50 foot-candles(fc) 3'-0"AFF for communications rooms located a minimum of 8'-6"AFF. a) Light fixtures in communications rooms are to be positioned for maximum lighting. Do not install over cable tray, ladder rack, or 1'-7" (19") standing racks. b) Provide enough power receptacles to support equipment and service. Coordinate power requirements of active equipment with electrical designer. 1.4 SUBMITTALS A. Refer to section 270000. CONFORMED BID SET 02/02/2026 1.5 QUALITY ASSURANCE A. Refer to section 270000. B. Product Standards 1. Equipment and materials shall be standard products of a manufacturer regularly engaged in the manufacture of telecommunications cabling products and shall be the manufacturer's latest standard design in satisfactory use for at least one year prior to bid opening. 2. Items of the same classification shall be identical. This requirement includes equipment, modules, assemblies, parts, and components. 1.6 DELIVERY,STORAGE,AND HANDLING A. Refer to section 270000. B. Coordinate layout and installation of equipment with owner's communications and LAN equipment and service suppliers.Coordinate service entrance arrangement with local exchange carrier. 1.7 PROJECT/SITE CONDITIONS A. Refer to section 270000. 1.8 WARRANTY A. Refer to section 270000. B. At the start of the project, contractor shall register the project with the manufacturer to help insure and facilitate manufacturer's warranty process. CONFORMED BID SET 02/02/2026 PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Floor-Mounted Equipment Racks and Support Components 1. APC 2. Tripplite B. Horizontal Runway and Support Components 1. Chatsworth (CPI) 2. B-Line 3. Owner approved alternate C. Equipment Racks (42u) 1. Tripp Lite 2. APC D. Labeling 1. Refer to section 270000. E. Firestopping 1. Refer to section 270000. PART 3- EXECUTION 3.1 EXAMINATION A. Refer to Section 270000. 3.2 PREPARATION A. Refer to section 270000. B. Meet jointly with telecommunications and LAN equipment suppliers, local exchange carrier representatives, and Owner to exchange information and agree on details of equipment arrangements and installation interfaces. C. Adjust arrangements and locations of equipment with distribution frames, cross-connects, and patch panels of cabling systems of other communications, electronic safety and security, and related systems that share space in the equipment room. CONFORMED BID SET 02/02/2026 D. Coordinate location of power raceways and receptacles with locations of communications equipment requiring electrical power to operate. 3.3 INSTALLATION A. Refer to section 270000. 3.4 FIELD QUALITY CONTROL A. Refer to section 270000. 3.5 CLEANING A. Refer to section 270000. 3.6 ACCEPTANCE A. Refer to section 270000. END OF SECTION 27 1100 CONFORMED BID SET 02/02/2026 27 15 00 COMMUNICATIONS HORIZONTAL CABLING PART 1-GENERAL 1.1 SUMMARY A. This section of the horizontal cabling portion of a structured cabling system includes: 1. UTP Copper cabling 2. Termination and patch cables B. Provide all horizontal cabling, terminating hardware, adapters, and cross-connecting hardware necessary to interconnect all system equipment including equipment located in communications rooms. C. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications 3. Section 270526 Grounding and Bonding for Communications Systems 4. Section 270528 Pathways for Communications 5. Section 270543 Underground Ducts and Raceways for Communications Systems 6. Section 271100 Communications Equipment Room Fittings 7. Section 274100 Audio-Visual Systems 8. Section 280000 Electronic Security (including related sub-sections) 1.2 REFERENCES A. The publications listed below form a part of this specification. The publications are referred to in the text by basic designation only. B. Specific reference in specifications to codes, rules, regulations, standards, manufacturer's instructions,or requirements of regulatory agencies shall mean the latest printed edition of each in effect at the date of contract unless the document is shown dated. C. Conflicts 1. Refer to section 270000. D. Codes and Standards 1. Refer to section 270000. CONFORMED BID SET 02/02/2026 1.3 SUBMITTALS A. Refer to sections 270000 and 271300. 1.4 QUALITY ASSURANCE A. Refer to section 270000. 1.5 DELIVERY,STORAGE,AND HANDLING A. Refer to sections 270000 and 271300. B. Storage temperature range: -40°F to 149°F (-40°C to 65°C) 1.6 PROJECT/SITE CONDITIONS A. Refer to section 270000. 1.7 WARRANTY A. Refer to section 270000. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Labeling 1. Refer to section 270000. B. Firestopping 1. Refer to section 270000. 2.2 ACCEPTABLE COPPER MANUFACTURERS A. UTP Plenum Rated Cable 1. Ber-tek 2. Owner approved alternate B. Data/Voice Outlet Components CONFORMED BID SET 02/02/2026 1. Leviton 2. Owner approved alternate C. Patch Panels Fully Loaded (24 or 48 port) 1. Leviton 2. Owner approved alternate D. Copper Patch Cords 1. Leviton 2. Owner approved alternate E. Wall and/or Rack Mount 110 Termination Blocks 1. Leviton 2. Owner approved alternate F. Faceplate for wall-mount telephones 1. Leviton 4108W-1SP 2. Owner approved alternate 2.3 ACCESSORIES A. Mount one laminated full-size hard copy in color of an as-built floor plan designating workstation locations, pathways, and communications room locations. Confirm hard copy size with Owner. B. Provide clear plastic lamination serving each communication room. C. Install the laminated drawings within a protective Plexiglas encasement on the wall of the servicing communications rooms. To ease accessibility the Plexiglas encasement shall be in either flip-down format or file folder format. 2.4 HORIZONTAL COPPER CABLING A. Recognized cabling for providing the signal medium from the work area to the communications room shall include the following: 1. Category 6 UTP cable B. Category 6 UTP Cable Requirements 1. 23/24 AWG solid bare copper 2. Cable jacket shall comply with NEC Article 800 for use as a plenum cable and shall be UL and c (UL) Listed Type CMP (communications multipurpose plenum) CONFORMED BID SET 02/02/2026 3. Cable shall terminate on an eight-pin modular jack at each outlet. All horizontal cabling shall meet or exceed the ANSI/TIA-568.2-D Commercial Building Telecommunications Cabling Standard, Part 2: Balanced Twisted Pair Cabling Components 4. Cables shall be marked as UL verified with a minimum of Category 6 rating 5. The cable shall support Voice,Analog Base band Video/Audio, Fax, Modem, Switched-56, T-1, ISDN, RS-232, RS-422, RS-485, 10BASE-T Ethernet, Token Ring, 100Mbps TP-PMD, 100BASE-T Ethernet, 155 Mbps ATM,AES/EBU Digital Audio, 270 Mbps Digital Video, 622 Mbps 64-CAP ATM and emerging high-bandwidth applications, including 1 Gbps Ethernet, gigabit ATM, as well as all 77 channels (550 Mhz) of analog broadband video 6. The maximum horizontal cable length for Category 6 copper cable from the termination of the cable in the communications room to the outlet is 295'-0". 7. Cable shall meet or exceed the following electrical characteristics: 8. Cable shall be specified to 250 MHz and shall meet the manufacturer's guaranteed electrical performance and physical specifications. 2.5 TERMINATION HARDWARE A. Patch panels 1. Patch panels shall be fully loaded. 2. Patch panels shall be rated to match installed cable plant. 3. The wiring block shall accommodate#23 AWG cable conductors. 4. All modular cross connect panels shall be UL-listed. B. Work Area Outlet 1. Universal eight-position jack pin/pair assignments 2. Jack Color: a) Data: Blue/White/Ivory(Confirm with Owner) C. Work Area Outlet Faceplates: 1. White or ivory to match electrical outlets. 2.6 PATCH CABLES A. Verify exact quantities and lengths with Owner prior to purchase B. Patch Cable requirements: 1. Category 6, stranded UTP cable 2. Standard modular non-keyed, 8-position 8-conductor plug 3. 94V-0 rated 4. UL listed 5. Meets FCC Part 68 CONFORMED BID SET 02/02/2026 C. Provide either 6" or 12" Patch Cords at the communications room for each installed port. 1. Coordinate with Owner on the active equipment layout prior to purchase to ensure correct sizing of patch cords from patch panels to switching equipment. 2. When connecting voice ports to a copper riser, provide a one-pair stranded 8P8C connector on one end and 110GS on the other end and shall be of appropriate length for application. D. Provide a 10'-0" Station Cord for each work area outlet port. E. Place each size/length patch cord in a separate container,and mark the containers that hold the patch cords with the length of patch cords contained within. F. All cords shall conform to the requirements of ANSI/TIA-568.2-D Commercial Building Telecommunications Cabling Standard, Horizontal Cabling Section, and be part of the UL LAN Certification and Follow-up Program. G. Cords shall be equipped with an eight-pin modular connector on each end, wired straight through and shall be of appropriate length for application. H. All rated patch cords shall be round, and consist of #23 AWG copper, stranded conductors, tightly twisted into individual pairs. I. Patch cords shall be made and warranted by the manufacturer of the cabling system installed in this project and shall meet or exceed patch cord specifications as outlined in TIA standards. 2.7 IDENTIFICATION (LABELING)SYSTEM A. Refer to sections 270000. PART 3- EXECUTION 3.1 EXAMINATION A. Refer to Section 270000. 3.2 PREPARATION A. Refer to section 270000. B. The Contractor shall check pathways, raceways, and other elements for compliance with space allocations, installation tolerances, debris, hazards to cable installation, and other conditions affecting installation prior to installation. 3.3 INSTALLATION REQUIREMENTS CONFORMED BID SET 02/02/2026 A. Refer to section 270000. B. All installation shall be done in conformance with ANSI/TIA-568-D standards, BICSI methods, industry standards and manufacturer's installation guidelines. 1. The Contractor shall ensure that the maximum pulling tensions of the specified distribution cables are not exceeded and cable bends maintain the proper radius during the placement of the facilities. 2. Failure to follow the appropriate guidelines shall require the Contractor to provide in a timely fashion the additional material and labor necessary to properly rectify the situation. 3. This shall also apply to any and all damages sustained to the cables by the Contractor during the implementation. C. Install cable using techniques, practices, and methods that are consistent with specified data cabling and the installed components and that ensure specified performance levels of completed and linked signal paths, end to end. 1. Pull cables in smooth and regular motions using methods that prevent cable kinking. 2. Pull cables simultaneously if more than one is being installed in the same raceway/pathway. 3. If necessary, use approved cable pulling lubricant 4. Use fish tape, cable, rope, basket weave wire/cable grips, and other tools that will ensure no damage to the media or raceway. 5. Install open cabling parallel and perpendicular to surfaces or structural members following surface contours where possible. 6. Do not bend cable greater than a bend radius of 0'-1". D. Provide a 10'-0"service loop at the communications room and shall provide a 3'-0" service loop above the access ceiling or cable trays unless specified otherwise. 1. All service loops shall be a minimum of 1'-6" (18") in diameter and be accessible for maintenance. E. Coordinate loop placement and orientation with the technology consultant. 1. This allows for future changes or expansion without installing new cables. F. Install cables in continuous "home run" lengths from work station outlet to specified patch panel. 1. No intermediate punch down blocks or splices may be installed or utilized between the communications rooms and the workstation outlet without written Owner permission. G. All cable must be handled with care during installation so as not to change performance specifications. 1. Factory twists of each individual pair must be maintained up to the connection points at both ends of the cable. CONFORMED BID SET 02/02/2026 2. There shall never be more than 0'-%" of unsheathed cable at either the wiring closet or the workstation termination locations. H. All cabling and associated hardware shall be placed so as to make efficient use of available space. 1. All cabling and associated hardware shall be placed so as not to impair equipment's efficient use of their full capacity. 3.4 CABLING METHODS A. The Contractor shall provide cabling in accessible spaces, cable tray, (surface and/or enclosed raceway), conduits, and/or J-Hook cable support system. 1. Within consoles, racks, cabinets, desks, and counters, in accessible ceilings spaces and in gypsum board partitions where open cable method may be used. 2. Use UL or ETL listed plenum rated cable in all spaces. 3. Provide all necessary installation materials, hardware, tools and equipment to perform insulation displacement type terminations at all data outlets, patch panels, and voice termination materials. B. Conceal raceway and cabling except in unfinished spaces as is practical. C. Exposed Cable 1. All station cabling shall be installed inside walls or ceiling spaces whenever possible. 2. Exposed station cable will only be run where indicated on the drawings and will only be allowed when no other options exist. a) Owner must approve all exceptions. D. The Contractor shall utilize conduits/cable tray as indicated on the drawings. E. All cabling placed above drop ceilings must be supported by cable tray, J-hooks, caddy bags or conduit. 1. The Contractor shall permanently affix cable supports to the building structure or substrates and provide attachment hardware and anchors designed for the structure to which attached and are suitably sized to sustain the weight of the cables to be supported. a) Attaching cable to pipes or other mechanical items is not permitted. b) Cabling shall not be attached to ceiling grid wires. 2. Multiple cables are to be dressed every Y-0"to 7'-0". a) Maximum cable sag between cable hooks is 3"-6". F. The Contractor shall route data and voice cables separately in a neat and orderly fashion. CONFORMED BID SET 02/02/2026 1. No cable ties or wraps shall be used to secure the cables in the runway outside of the communications rooms. Cable ties shall be rated for the environment. G. Keep all items protected before and after installation with dust and moisture proof barrier materials/envelopes. H. If wiring is terminated on patch panels, data, voice jacks prior to painting, carpet installation, and general finish clean up, these jacks shall be placed in a protective envelope to ensure dust, debris, moisture, and other foreign material do not settle onto jacks' contacts. 1. Envelope will be removed on final trim out after other trades have completed their finish work. 2. It shall be the Contractor's responsibility to ensure the integrity of these protective measures throughout the life/installation of the project. a) Cable bundles brought into the communications rooms shall be routed and dressed in such a manner that prior to termination the cables are not subject to damage and misuse such as installers walking on the bundles that are on the floor. b) Cable pulling force shall not exceed 25 Ibs of pulling tension or cable manufacturer's recommended pulling tensions. c) Do not leave cables on the floor unprotected or cable bundles hanging from the ceilings. Coil them up in a temporary manner and protect them from damage. I. Communications room cables shall be combed and dressed in a manner as to prevent twists, "braiding" and crossed cables in the cable bundle from the communication room entrance to the termination point at the rear of the patch panel. 1. Behind the patch panel,the cable bundle shall be attached to the rear cable support bar, and shall drop out each cable in a neat, cascading manner to prevent crossed and/or interwoven cables to each patch panel port termination point. a) Use Velcro wraps instead of cables ties for all bundling in the communications rooms. b) Plastic/nylon tie-wraps are not allowed to permanently secure cables inside the communications room. 3.5 CABLING SEPARATION A. Comply with TIA rules for separating unshielded copper communication and data-processing equipment cables from potential EMI sources, including electrical power lines and equipment. B. Maintain a minimum spacing of 1'-6" (18") from electrical feeders and/or branch circuit wiring including, but not limited to, light fixtures, sources of heat and EMI sources. C. Maintain a minimum spacing of 1'-0"from auxiliary systems cabling. D. Maintain a 1'-0" separation where cables must pass perpendicularly to electrical, plumbing, or other wiring, conduit, or piping systems. CONFORMED BID SET 02/02/2026 1. Use non-conduit bushings, if necessary to maintain separation, which allow for the addition of a reasonable number of cables in the future. E. Maintain communications pathways away from electrical apparatus such as motor driven equipment and transformers, minimum separation distance of 10'-0" is recommended. 3.6 CABLING TERMINATION A. Terminate cables in consistent consecutive order. B. Terminate cables onto 8P8C modular patch panels without damaging twisted pairs or jacket. C. Arrange cables on patch panels and voice termination hardware in ascending order of room numbers and outlet numbers within rooms. D. Provide a 10'-0" service loop for horizontal cables at each rack in communications rooms. 1. Locate loop at ceiling deck or on bottom of cable runway in minimum 1'-6" (18") diameter. E. Provide a 3'-6"service loop for horizontal cables at work area outlets. Locate service loop above or below data/voice outlet were vertical cable run transitions to horizontal run. F. Maintain twists in cable pairs to within 0'-%" of termination. G. Building Systems Cabling (BAS, FA, elevator line, etc) 1. Coordinate exact placement and connectivity requirements with applicable trade prior to installation. 2. Group all building systems cables in one group. 3. Clearly label cable number and function, in the last positions on the horizontal cabling blocks in each communications room. H. Limit cable-bending radius to 20X the cable diameter during installation, and 15X the cable diameter after installation. I. Start numbering at the left of the main door to the room and continue in a clockwise direction around the room. 1. The cables within the room will be terminated starting with the cables located to the left of the main door to the room and continue around the room in a clockwise direction. 3.7 TERMINATION HARDWARE A. Station Hardware 1. Flush mount jacks shall be mounted in a faceplate with back box. CONFORMED BID SET 02/02/2026 2. Outlets shall not be mounted on temporary, movable, or removable surfaces, doors, or access hatches without prior Owner approval. 3. 8138C Jack Pin Assignments for work area outlets shall match the T-568B wiring scheme. B. Patch panels 1. Copper cables shall be terminated in eight position/eight conductor(8P8C)modular patch panels. 2. All Modular jack panels shall match the T-568B wiring scheme. C. Work Area Outlet 1. 8P8C non-keyed modular outlets for applications up to one Gbps and ANSI/TIA-568-D compliant for the specified transmission requirements. D. Work Area Outlet Faceplates: 1. Furnish and install blank plates in all unused ports. 3.8 SPECIAL CIRCUITS A. The Contractor shall coordinate with the Owner on the cable termination plan for special circuits, including cables to wireless access point locations, security, elevators,fire alarms, etc. B. Wireless Access Points 1. Install one (1) cable from dedicated wireless patch panel(s) in communications room to outlets having 8138C connectors within a secure metal enclosure. a) Blue patch cord, no boot 2. Enclosures shall be NEMA rated for the environment to which they are exposed. CONFORMED BID SET 02/02/2026 3.9 IDENTIFICATION AND LABELING A. Labeling system shall consist of a hand-held portable printer and labels appropriate to the application. Handwritten labels are not acceptable. B. Fiber termination hardware (designation strip) shall have a 0'-%" x 0'-%" thermal transfer printable label with a permanent acrylic adhesive. C. 110-type copper termination hardware shall have a laser printable, non-adhesive label designed for 110 terminal block marking. D. All labels shall be permanent and shall not fade,peel,or deteriorate due to environment or time. E. The Contractor shall provide a copy of the finalized plan in writing to the Owner representative and DataCom Design Group for review and authorization to proceed. 1. Coordinate with Owner for specifications on labeling of all hardware, cabling, and related equipment prior to any testing. F. Labeling requirements: 1. Label cable terminations on designation strips. 2. Label all cable at each terminating point. 3. Label each port of the work area outlet. 4. Cable identification numbers shall not be duplicated. 5. Label patch panels and wall mounted termination blocks in the communications rooms to match those on the corresponding voice and data outlets. a) The font shall be at least 0'-1/8" in height. 6. Where a wireless access point is installed above an acoustical ceiling, label the ceiling grid frame below the access point, displaying the data port number and, if applicable, the access point identification number. Coordinate labeling of grid with Owner and Architect prior to application of labels. 7. Label each distribution rack, block and other terminating equipment unit and field within that unit within 0'-4"from the block or patch panel termination. Keep labels in a neat and orderly lineup. 8. Label each connector and each discrete unit of cable-terminating and connecting hardware within connector fields, in wiring closets and equipment rooms. a) Where similar jacks and plugs are used for both communication and data- processing equipment, use a different color for jacks and plugs of each service. 9. Post the cable schedule in a prominent location in each wiring closet and equipment room. List incoming and outgoing cables and their designations, origins, and destinations. G. Location and termination field description 1. Room location CONFORMED BID SET 02/02/2026 2. Rack-mount or Wall mount 3. Termination field type a) Specific patch panel ports versus a separate dedicated patch panel b) 110-type or M66 blocks H. Unique identifiers 1. Segregation and position on equipment rack 2. Port color-coding 3. Unique labeling I. Documentation 1. Provide electronic copy of final comprehensive schedules for project in software and format selected by Owner. a) All labels shall correspond to as-built drawings and to final test reports. 2. All cable inventory data documentation shall be submitted in format coordinated with and approved by Owner so that data can be incorporated into existing databases. 3. Documentation shall include cable identification number, source and destination,type of cable, length of cable and number of pairs or fibers. 4. Complete cross connect documentation is required. 3.10 FIELD QUALITY CONTROL A. Refer to section 270000. 3.11 POST-INSTALLATION TESTING A. Contractor shall test each pair or strand of every cable prior to acceptance. (100% PASS) B. Contractor shall submit acceptance documentation as defined below. No cabling installation is considered complete until test results have been completed, submitted and approved. C. Standards Compliance and Test Requirements: 1. Cabling shall meet ANSI/TIA-568.2-D Category 6 Horizontal cabling requirements. D. Attenuation, NEXT, PSNEXT, Return Loss, ELFEXT,and PSELFEXT data that indicate the worst case result,the frequency at which it occurs,the limit at that point, and the margin. 1. These tests shall be performed in a swept frequency manner from 1 MHz to highest relevant frequency, using a swept frequency interval that is consistent with TIA and ISO requirements. 2. Information shall be provided for all pairs or pair combinations and in both directions when required by the appropriate standards. CONFORMED BID SET 02/02/2026 3. Length, propagation delay, and delay skew relative to the relevant limit. a) Length, propagation delay, and delay skew shall be tested relative to the relevant limit. b) Test shall also include mutual capacitance and characteristic impedance. 1) Any individual test that fails the relevant performance specification shall be marked as a 'FAIL". E. Cable Test Documentation: 1. Cable test documentation shall be submitted in hard copy and electronic formats. a) If proprietary software is used, disk or CD shall contain any necessary software application required to view test results. b) Electronic reports shall be accompanied by a Certificate signed by an authorized representative of the Contractor warranting the truth and accuracy of the electronic report. c) Certificate shall reference traceable circuit numbers that match the electronic record. 2. Each test record shall contain the cable ID as follows: a) "MEDIATYPE—SOURCE ROOM—DESTINATION ROOM—STRAND/PAIR#",e.g. MM- MC-HC23-001. 3. Test results saved within the field-test instrument shall be transferred into an accessible database utility that allows for the maintenance, inspection and archiving of the test records. a) These test records shall be uploaded to the PC unaltered, i.e., "as saved in the field- test instrument". b) The file format, CSV (comma separated value), does not provide adequate protection of these records and shall not be used. 4. Test reports shall include the following information for each cabling element: a) Wire map results that indicate that 100%of the cabling has been tested for shorts, opens, miss-wires, splits, polarity reversals,transpositions, presence of AC voltage and end-to-end connectivity. b) Length, propagation delay, and delay skew relative to the relevant limit. Any individual test that fails the relevant performance specification shall be marked as a FAIL. c) Cable manufacturer, cable model number/type, and NVP d) Tester make & model, serial number, hardware version, and software version. e) Cable ID and project name f) Auto-test specification used g) Overall pass/fail indication h) Date of test CONFORMED BID SET 02/02/2026 F. Cable Test Equipment 1. Contractor shall supply all of the required test equipment used to conduct acceptance tests. 2. Test equipment used under this contract shall be from manufacturers that have a minimum of 5 years experience in producing field test equipment. Manufacturers shall be ISO 9001 certified. 3. Testing equipment shall be UL-verified to meet Level III accuracy. a) The cable installers shall have a copy of this reference in their possession and be familiar with the contents. 4. Testing equipment shall be within the calibration period recommended by the manufacturer. 5. Testing equipment shall have the latest software and firmware installed. 6. Testing equipment of a given type shall be from the same manufacturer, and have compatible electronic results output. 7. Test adapter cables shall be approved by the manufacturer of the test equipment. a) Adapter cables from other sources are not acceptable. b) Adapter cables must be replaced after 1000 tests to ensure accuracy. 8. Test equipment must have a dynamic range of at least 100 d6 to minimize measurement uncertainty. 9. Test equipment must be capable of storing full frequency sweep data for all tests and printing color graphical reports for all swept measurements. 10. Test equipment must include S-Band time domain diagnostics for NEXT and return loss (TDNXT and TDRL)for accurate and efficient troubleshooting. 11. Test equipment must be capable of running individual NEXT, return loss, etc measurements in addition to auto tests. Individual tests increase productivity when diagnosing faults. 12. Test equipment must include a library of cable types, sorted by major manufacturer. 13. Test equipment must be able to internally group auto tests and cables in project folders for good records management. a) Test equipment must store at least 1000 auto tests in internal memory. 14. Test equipment must include DSP technology for support of advanced measurements. 15. Test equipment must make swept frequency measurements in compliance with TIA standards. 16. The measurement reference plane of the test equipment shall start immediately at the output of the test equipment interface connector. 17. There shall not be a time domain dead zone of any distance that excludes any part of the link from the measurement. 18. Acceptable testers: a) Fluke DTX CableAnalyzer b) Owner approved equivalent CONFORMED BID SET 02/02/2026 3.12 FIBER TESTING A. Refer to Section 271300. 3.13 CLEANING A. Refer to section 270000. 3.14 ACCEPTANCE A. Once all work has been completed,test documentation has been submitted and approved, and the Owner is satisfied that all work has been completed in accordance with contract documents, the Owner will notify Contractor in writing of formal acceptance of the system. B. Contractor's RCDD shall warrant in writing that 100%of the installation meets the requirements specified herein. C. Acceptance shall be subject to completion of all work, successful post-installation testing which yields 100% PASS rating, and submittal and approval of full documentation as described above. Tests with the "* PASS" (asterisk)will not be acceptable. 1. These circuits must be repaired to meet "PASS". END OF SECTION 27 15 00 CONFORMED BID SET 02/02/2026 SECTION 27 4116-AUDIO VISUAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. This document covers the general requirements for the installation of audiovisual (AV)systems. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. Other Specification Sections throughout all Divisions of the Project Manual are directly applicable to this Section. The Contractor shall examine all the items which make up the Contract Documents and shall coordinate them with the work on the project. Refer also to Section 01 11 13—Work Covered by Contract Documents for an expanded and explanatory version of the "RELATED DOCUMENTS" and for additional Project requirements. B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.3 CODES A. Execute work in accordance with best AV system installation practices, National Electrical Code, and applicable state and local codes. 1.4 REGULATIONS A. Comply with terms and conditions of Americans with Disabilities Act, especially regarding provisions for hearing impaired and wheelchair access in control areas. 1.5 SUBMITTALS A. General 1. Refer to Division 1. 2. Submit in quantities, format and timetable as required by General Conditions. 3. Anyone providing contract documentation shall use the word "Contractor" throughout the construction documents to identify the entity under contract to construct this project. Do not use the terms"General Contractor" (GC), "Construction Manager at Risk" (CMAR), "Design-Builder" (D-B), or similar, or variations thereof. Use of any of these other terms, variations, and/or similar text shall be replaced by the word "Contractor" in every part of these construction documents (drawings, specifications, and related documents). B. Product Data Binders 1. Minimum number of Sets:four(4). 2. Timetable a. Submit within thirty(30) days after award of contract. CONFORMED BID SET 02/02/2026 b. Submit simultaneously with Shop Drawings. C. Allow minimum of ten (10) business days for review. All sets minus one (1) will be returned with review comments. If a resubmit is required, resubmit total quantity of complete sets. If second resubmit is required, Contractor shall reimburse Owner for expenses incurred during additional review process. d. Review and approval of Product Data is required before equipment purchase and installation. e. Bind all product data sheets together in electronic format and include Table Of Contents with quantities listed. C. Shop Drawings 1. Minimum Number of Sets: four(4). 2. Timetable a. Submit within thirty(30) days after award of contract. b. Submit simultaneously with Product Data Binders. C. Allow minimum of ten (10) business days for review. All sets minus one (1) will be returned with review comments. If a resubmit is required, resubmit total quantity of complete sets. If second resubmit is required, Contract shall reimburse Owner for expenses incurred during additional review process. 3. Description: a. Shop Drawings shall be used for coordination between trades and updated as final record drawings. b. Bind all Shop Drawings together in PDF format as a set. C. Each drawing shall include: Project, Building, Location,Contractor Name,Architect, AV Consultant, Date and Revision Number. d. Number and title each drawing in logical manner as a set. e. Include cover sheet with listing of all drawings included in bound set. f. Ensure that labeling on Shop Drawings match labeling on equipment. g. Minimum Scale: 1) Floor Plans: 1/8 inch = 1 foot. 2) Rack Elevations: 1-% inch = 1 foot. 3) Plate/Panel Details: 6 inches = 1 foot. 4) Loudspeaker Details: 1 inch = 1 foot. h. Include as a minimum: 1) Floor plans indicating locations of all AV devices,vertical risers, pull boxes, and exposed wiring. Include Device ID (PRJ, SCREEN, FRK, FB,AVID, etc., as referenced in design contract documents), as appropriate for projectors, screens, racks,floor boxes,AV plates in walls, etc. CONFORMED BID SET 02/02/2026 2) Schematic diagram showing all primary and secondary devices, interconnectivity and signal flow. 3) Plate details showing size, material,finish, connectors, engraving, etc. 4) Mounting detail drawings of loudspeakers, racks, and overhead equipment. Hire services of professional structural engineer, licensed by the appropriate governing authority, to review shop drawings, building structural drawings, and any existing structures from which equipment is to be suspended. Include Structural Engineer's stamped report with shop drawing submittal. Report shall include: i. Itemization of items reviewed by the Structural Engineer. ii. Confirmation that proposed methods of suspending equipment as shown on the shop drawings conform to required safety factors. iii. Confirmation that building structure from which equipment is to be suspended will support equipment including required safety factors. 5) Rack elevations. b) Complete schematic diagram. One-line diagram with detailed descriptions of product inputs and outputs is acceptable. Include terminal strip details and cable label information. If wiring diagram spans more than three (3) sheets, additionally provide simplified block diagram of entire system on one (1) sheet. ) Electrical power wiring diagram. Include circuit, switching, and control details. ) Wiring diagram of grounding and shielding scheme. ) Drawings for custom-fabricated items (i.e., plates, panels, cables, and assemblies). 1 ) General construction drawings necessary for completion of work. D. Operation and Maintenance Manuals 1. Minimum number of Sets:four(4). 2. Bind Operation and Maintenance Manuals in electronic format, separated by page dividers/indexes. 3. Format and Minimum Information below: a. Section 1 -System Operation. 1) Introduction/overview to system components and their functions and locations. Include a brief listing of basic system functions. 2) Complete but simple system operating instructions to accomplish basic system functions,written for non-technical personnel. 3) Certificate indicating names of Owner personnel trained by AV Contactor, date of training, name of AV Contractor representative that provided training, and name of project. b. Section 2 -System Documentation. 1) Simplified system one-line schematic diagram showing changes made during construction. 2) Complete inventory of system components including serial numbers. Identify location (equipment rack,over stage,stored in control room,etc.) of each component. CONFORMED BID SET 02/02/2026 ) Cable and terminal strip documentation including cable numbers, functions, originating locations, terminating locations, and signal levels. 4) All Shop Drawings corrected to reflect as-built conditions. 5) Other data and drawings required during construction. 6) Initial Tests and Adjustments data. ) Final Tests and Adjustments data. Portable electronic USB storage device including all utilized manufacturer's software and saved copies of software configurations (configurations as established during Final Tests and Adjustments). C. Section 3 - Manufacturer's Documentation. 1) For each equipment model at no additional costs to Owner, even if manufacturer does not include costs of such documentation with purchase of equipment item. 2) Manufacturer's Product Data. ) Operating instructions. 4) Installation instructions. 5) Service information. 6) Schematic diagrams. 2) Replacement parts list. d. Section 4- Maintenance Information. 1) Preventive maintenance schedule letter clearly stating target dates of six month and end-of-warranty preventative maintenance inspections, and list of maintenance tasks performed. 2) Maintenance instructions including manufacturer's recommended maintenance, recommended maintenance schedule and information concerning proper inspection,testing, and replacement of components. 3) Troubleshooting information complete with instructions for procedures during equipment failure. e. Section 5—Warranty Information 1) System warranty letter. 4. Provide all five (5) Sections of Documentation on portable electronic storage device that include all material in Operation and Maintenance Manuals in PDF format except for copyrighted material 5. Submit one (1) set of Operation and Maintenance Manuals at least ten (10) days before Final Tests and Adjustments procedures (minus data from Final Tests and Adjustments). This set will be reviewed by Owner and returned to Contractor. Re-submit after Final Tests and Adjustments and include data. NOTE: Do not schedule Final Tests and Adjustments or perform training of Owner personnel before submitting Operation and Maintenance Manual. 6. Submit remaining number of complete manuals as required by General Conditions within ten (10) days after return of reviewed set(s). Include Final Tests and Adjustment data, warranty period letter, and any other data not included in first submission. E. Samples CONFORMED BID SET 02/02/2026 1. Request for Samples - Upon request, furnish samples (at no additional cost) to Owner and/or General Contractor of submitted items proposed as substitutes for specified items. Products will be reviewed to determine if proposed substitute items meet required function and quality. 2. Product Tests a. Products submitted as samples may require testing by independent laboratory. Testing at expense of Contractor. b. Obtain written approval of tested products before incorporating into system. 1.6 QUALITY ASSURANCE A. AV Contractor Qualifications 1. Be established AV System Contractor, regularly engaged in furnishing and installing AV systems. NOTE: Electrical or general contracting firms responsible for completion of this work, but not meeting above requirement, shall employ services of approved AV Contractor as subcontractor to perform work described herein. 2. Be experienced in installations of similar size and scope within last five (5) years. Submit list of four (4) (minimum) installed jobs of similar magnitude, completed within last five years. For verification, submit complete information, including project name, project address, contact person, daytime telephone number plus month and year of project completion. At Owner's request, accompany Owner or Owner's representative on visit to any or all example completed projects submitted. 3. Be Authorized Dealer for all major lines of equipment listed in Part 2 (Denon, Asly, Samsung, JBL, Crestron, etc.) Must have at least one permanent staff member who is factory trained in the installation and maintenance of each major product line offered. 4. Employ personnel (at all levels of work) experienced in projects of similar size and scope. Provide list of key personnel to be responsible for each of the following aspects of work: Project Management, Technical Documentation, Control System programming, DSP programming and Leadership of Field Work (one who is present for all field work). For each identified employee, indicate number of years employed by contractor, number of years' experience in assigned responsibilities, and list of previously completed projects where similar responsibilities were required. 5. Project manager assigned to this project must have a minimum of five (5) years' experience in installing and integrating AV systems of similar scale. Project Manager shall also have either an INFOCOMM CTS-1 or CTS-D certification. PART 2- PRODUCTS 2.1 GUIDELINES A. All active AV equipment shall be furnished by an AV Contractor. All active electronics shall be contractor furnished, contractor installed (CFCI). CONFORMED BID SET 02/02/2026 B. Infrastructure Products —All conduits, basket tray/cable tray, pull boxes and associated parts required for infrastructure shall be installed by the electrical contractor unless specifically excluded in these specifications or drawings. C. Performance - Regardless of completeness of descriptive paragraphs herein, each device shall meet its manufacturer's published specifications. Verify performance. D. Contract Documents - Drawings and specifications are to be used in conjunction with one another and to supplement one another. In general, the specifications determine the nature and quality of the materials, and the drawings establish the quantities, details, and give characteristics of performance that should be adhered to in the installation of the AV system components. If there is an apparent conflict between the drawings and specifications,the items with the greater quantity or quality shall be provided and installed. Clarification with the owner about these items shall be made prior to the ordering and installation. E. Quantities—All quantities are indicated on AV drawings or in Part 2.3 AV Products list. Confirm quantities on final Contract Documents. If Contract Documents do not include quantities necessary to deliver complete working system, provide notification of disparity, and install required quantity of devices for complete working system. F. Small Parts - Systems are described in terms of major products. Even if not specifically mentioned, provide and install patch cables, connectors, hardware, converters, power supplies, labels, terminals, mounting accessories etc. necessary for complete and working system meeting design intent of specifications. G. Balanced Lines — Unless specifically directed otherwise, wire all line and microphone level circuits as balanced with respect to signal ground. For products without balanced inputs or outputs, provide high quality balancing transformers with proper level, shielding, and impedance characteristics. Assure all audio levels arriving and leaving matrix and routing switchers are equal to the manufacturer's recommended input audio level. If required, use Radio Design Labs, Inc. products or equivalent for level matching. H. Keys- Provide two (2) sets of keys for any AV system product requiring keys. I. Condition — Provide and install products listed in this section in factory new condition, conforming to applicable provisions of American National Standards Institute. J. Security Screws - Use Bryce Security Penta-Plus buttin-head screws and bits to secure rack components, LCD mounts, Projector mounts and any other location deemed necessary by Owner. Use nylon washers (not provided by Bryce) to protect equipment surfaces. Account for appropriate tip wear when ordering quantity and do no use a bit beyond the manufacturer's recommendations. Provide ten (10) additional unused driver bits and deliver to the customer after completion. K. AV Electrical Power - Ensure that "Star" ground configuration is properly implemented by the Electrical Contractor. Ensure that ground wires from each outlet are isolated from conduit, neutrals, and each other and are each home-run back to the dedicated breaker panel for AV systems. L. Control System Programming: 1. Programmer shall be a Certified Crestron Control Programmer. CONFORMED BID SET 02/02/2026 2. The EDID strategy for this project is 1920x1080. 3. Program each panel to provide simple, intuitive control of all basic AV functions including: per zone program volume levels,destination routing,AV system power,and media player transport functions. Following the existing control panel design and layout is highly recommended. 4. After programming is approved (after the initial test results are submitted, prior to end user training), all control system code and programming, including touch panel code and graphics, will become property of Owner. AV Contractor shall provide Owner both raw and compiled code on CD-R disc. M. Audio System Programming: 1. After AV system is approved,all audio control system code and programming will become property of Owner. AV Contractor shall provide Owner both raw and compiled code on CD-R disc or USB drive. N. AV Racks: 1. Provide blank faceplate in any area marked BLANK in drawings. 2. Provide shelf for mounting of any device for which rack mount kit is not available. 3. Provide one Panelcrafters DATCO-XXXXX-RHIM-01 designer/integrator information plate or approved alternate per rack. Install information plate at the top of each rack unless 1RU space is not available. Contact Panelcrafters sales department to add AV Contractor graphic to the "integrator"section (approximately 8.5"x 1.75" of the right-hand side).All alternates must include AV Consultant graphic.Submit to AV designer for approval of final plate design prior to purchasing and installation. O. AV Design Bid &Substitutions: 1. System design is around products listed in Part 2. Intent of product specification is to provide standard of quality and function for installed materials. Certain performance specifications are given to clarify job requirements. 2. Bid AV system with products specified in section below unless noted otherwise from Owner. 3. No substitutions will be allowed without prior approval from Owner specific to proposed manufacturer and model numbers. 4. Equipment listed in Part 2 is based on performance criteria to meet Owner design requirements. 5. All requested substitutions need to meet or exceed performance of devices listed in Part 2. For each request provide manufacturer's published specifications to verify performance and explain functional and cost impact. 6. Evaluation and approval of substitution requests will be performed by Owner. CONFORMED BID SET 02/02/2026 2.2 ROOM DESCRIPTIONS A. CONTROL 104 1. Two (2) 86" wall mounted Flat Panel Displays 2. Computer connectivity at wall below each display B. CONFERENCE 120 1. 86" wall mounted Flat Panel Display 2. All-in-one unified communications device that contains a camera, microphone, and loudspeakers 3. Wireless presentation device. 4. Computer connectivity and touch interactive control panel presented at monolithic tabletop via floor penetration C. CUBICLES 119 1. Two (2) 75" wall mounted Flat Panel Displays 2. Owner provided/managed Digital Signage D. SUPER 116 1. 65" wall mounted Flat Panel Display 2. Computer connectivity at wall near occupants' desk 2.3 AV PRODUCTS A. The following are major active products for this project.All active electronic devices are OFOL 1. CAM (All-in-one Web conferencing Device) a. Logitech Rally Bar 1.) Provide Logitech display mount 2) Provide Logitech microphone pods. Coordinate finish with architect and Owner. Quantity per drawings. 3) Provide Logitech Rally Mic Pod Extension Cable or Mic Pod CAT Coupler as required. 2. CP (Control Processor) a. Crestron RMC4 3. FPD (Flat Panel Display) a. Type 1: LG 65UH5J-H 65" UHD Flat Panel Display 1) Provide Chief RMF3 medium Fit wall mount b. Type 2: LG 75UH5J-M 75" UHD Flat Panel Display 1) Provide Chief LSM1U large wall mount C. Type 3: LG 86 UH5J-M 86" UHD Flat Panel Display CONFORMED BID SET 02/02/2026 1) Provide Chief XSM1U extra-large wall mount 4. SW (HDMI Switch) a. Extron SW2 HD 4K 5. TP (Touch Panel Control) a. Crestron TX-770-B-S 6. TPRX(HDMI Twisted Pair Receiver) a. Extron DTP HDMI 4K 230 Rx 7. TPTX (HDMI Twisted Pair Transmitter) a. Extron DTP T HWP 4K 231 D 8. USBRX (USB Twisted Pair Receiver) a. Extron USB Extender Plus R 9. USBTX(USB Twisted Pair Transmitter) a. Extron USB Extender Plus D T 10. WP (Wall Plate) a. 2-gang Decorator style wall plate with one(1) HDMI pass-through and one(1)blank 11. WPS (Wireless Presentation System) a. Crestron AirMedia AM3-111 KIT 2.4 CABLES A. Interconnect Wiring—AII AV cables will be plenum rated per NEC. 1. All HDMI cables will be Crestron or Extron Certified or Owner approved equivalent (at appropriate lengths). B. Connectors — All AV (including microphone) connectors shall be made by Canare or Neutrik. Connectors shall be of the quantity and type as required for proper and durable operation, and signal transmission of the electrical characteristics for associated circuitry. 1. Composite video and RGBHV connectors: BNC dual crimp true 75 ohm BCP-C. 2. BNC shall be made by ADC or Kings and be HD-SDI compliant to 3 GHz. 3. Loudspeaker shall be Neutrik Speakon type. 4. Provide strain relief for each and every connector. PART 3- EXECUTION 3.1 INSTALLATION A. General Guidelines 1. Quality of Work-Perform labor to accepted industry standards and state and local codes to accomplish complete and working system. CONFORMED BID SET 02/02/2026 2. Material and Labor - Provide specified products and other incidental materials, appliances, tools, and transportation required for complete and functioning systems. Provide personnel to perform labor who are skilled in techniques and can demonstrate technical knowledge AV infrastructure system installations. 3. Documents at Job Site - Keep following documents at job site during entire construction period: a. Complete Specifications and Drawings. b. Approved Shop Drawings. C. Approved Product Data. d. Progress Set of Project Record Documents. 4. Mounting - Mount equipment and enclosures plumb and square. Ensure that permanently installed equipment is firmly and safely held in place. Design equipment supports to support loads imposed with project safety factor of five (S) or greater. For devices hung overhead, obtain review by Structural Engineer licensed by the appropriate governing authority prior to installation. S. Dimension Verification-Verify dimensions and space requirements to assure that proper mounting, clearance, and maintenance access space is available for system components. 6. Clean-Up - Leave project clean each day. Place debris where designated by General Contractor. Debris includes but not limited to: solder splatter, cable ends, stripped insulation, spent crimp connectors, gypsum board and ceiling tile dust, and product wrappings and cartons. After completion of installation, thoroughly clean areas worked, including non-visible areas such as equipment rack interiors, rack top panels, and inside lockable floor and wall boxes. 7. Coordinate installation of AV infrastructure and equipment with other trades in order to follow project schedule. 8. Maintain any licensing required by the appropriate governing authority to install and terminate low voltage systems. B. Labeling 1. Equipment Labels-AV Contractor shall provide engraved lamicoid labels on front and rear of rack-mounted equipment. Mount labels plumb and square. Include schematic reference design, item name, and system or area controlled by labeled component. On program preamps and mixers, provide label for each input indicating which source is controlled by labeled channel. Unless otherwise indicated, provide permanently- mounted black labels engraved with 1/8-inch white block characters. Handwritten, self- laminating, or embossed plastic (Dymo) labels are not acceptable. Provide labels for major equipment with two (2) lines (minimum) of engraving, coded as follows: a. Line 1: Generic name of device, such as MIXER AMPLIFIER. b. Line 2: Schematic designation of device, such as AV-MSW-1. CONFORMED BID SET 02/02/2026 2. Control Labels — AV Contractor shall provide engraved label over each user-operated control that describes the function or purpose of control. Provide label of proper size to fit available space. 3. Terminal Strip Labels - AV Contractor shall label each terminal strip with unique identification code in addition to numerical label (Cinch MS series) for each terminal. Show terminal strip codes on system schematic drawings included with Project Record Documents. 4. Rear Equipment Labels-AV Contractor shall provide adhesive label on rear of equipment where cables attach,to indicate designation of cable connected at each point. 5. Cable and Wire Labels- Label cables and wiring logically, legibly and permanently for easy identification. Labels on cables shall be adhesive strip type,covered with clear heat shrink tubing. Factory stamped heat shrink tubing maybe used. Hand-written or self-laminating type labels are not acceptable. 6. Cable Label Codes and Locations - Label each cable with unique alpha-numeric code. Locate cable designation at start and end of each cable run, within three (3) inches of termination point. For cable runs that have intermediate splice points, label cable with same designation throughout, with additional suffix to indicate each segment of run. Provide cable designation codes to schematic drawings included with Project Record Documents and Operation and Maintenance Manuals. C. Power and Grounding 1. Power Coordination — Coordinate final connection of power and ground wiring to rack. Electrical contractor will provide power to audio visual systems. Before installation,verify load requirements for systems as accepted. 2. Bus Bars-Install 1-inch by%-inch copper ground bus bar,top to bottom in floor mounted AV racks. Ground and bond equipment chassis of each rack-mounted component without three-pin grounding plug to bus bars with #12 AWG insulated green wire using 6-32 or larger nuts, bolts, lock-washers, and appropriate NEMA connectors. Electrical Contractor (Division 16) shall provide and connect #4 AWG green insulated wire from Bus Bars to ground point in AV technical electrical panel. D. Equipment Racks 1. Ventilation - Provide ventilation adequate to keep temperature in rack below 85 degrees Fahrenheit. Use "whisper" type ventilation fans in racks, adjusted to come on when temperature in rack rises above 85 degrees Fahrenheit, only if adequate cooling cannot be provided by Owner. E. Wiring 1. Wiring Standards- Execute wiring in strict adherence to best AV engineering practices. CONFORMED BID SET 02/02/2026 2. Field Connection Devices - Connect cable to active components through screw terminal connections and spade lugs when appropriate. For BNC connections use three-piece,dual crimp BNC properly sized for cable with insulating bushings. Wire nut or "Skotchlock" connectors are not acceptable. Do not wrap audio cable splices or connections with adhesive backed tape. Punch connectors or telephone-style punch blocks are not acceptable anywhere in the installation unless specifically authorized by Owner. 3. Run cable in ceiling plenums neatly parallel to building walls, supported every three feet to structure with plenum rated ties. 4. Raceways-Run vertical wiring inside rack in Panduit(or equivalent) plastic raceways with snap-on covers, sized to allow at least 50%future wiring. Mount raceways on full length -inch flat black plywood backboards, attached to rack sides. If between-rack wiring chases are provided, Panduit raceways are not required. Horizontal wiring in rack shall be neatly tied in manageable bundles with cable lengths cut to minimize excess cable slack, but still allow for service and testing. Provide horizontal support bars if cable bundles sag. Individually bundle excess AC power cable away from rack mounted equipment with plastic cable ties. Electrical tape and adhesive backed cable tie anchors are not acceptable. 5. Accessibility - Ensure that wiring and connections are completely visible and labeled in rack. Mount termination resistors, if required, on terminal strips, fully visible and not concealed within equipment or connectors. 6. Loudspeaker Polarity- Connect loudspeakers electrically in phase, using same wire color for loudspeaker wiring throughout project. 7. Physical Damage Prevention -Take necessary precautions to prevent physical damage to cables and equipment. Damaged cables or equipment will not be accepted. Separate, organize, and route cables to restrict channel crosstalk and feedback oscillation. 8. Racks - Looking into the rack from the rear, locate AC power, control, data and speaker wiring on the left; line level audio, control,video, and RF wiring on the right. Keep several inches of space between power cables and other signals. 9. Hum Prevention-Ensure that electromagnetic and electrostatic hum is at inaudible levels. For line level signals,float cable shields at the output of the source device. Do not cut or remove shield conductors;fold back unconnected shields over cable jacket and cover with clear heat-shrink tubing. Do not obstruct cable labels. 10. Other Connections - Make connections using rosin core solder or approved mechanical connectors. Where spade lugs are used, crimp properly with ratchet type crimping tool. Solder spade lugs mounted on#22 AWG or smaller cable after crimping. 3.2 STORAGE AND HANDLING A. Power up any electronic equipment to ensure its proper functioning before its arrival onsite. B. Ensure that materials (especially electronic and electro-acoustic devices) are protected against physical, environmental, and electronic damage until final acceptance by Owner. C. Schedule delivery to minimize delays in the project. CONFORMED BID SET 02/02/2026 D. Provide storage protection against temperature and humidity extremes, theft, vandalism, physical damage, and environmental damage. 3.3 WARRANTY A. Refer to Division 1. B. Warranty - Submit letter providing warranty covering labor and materials supplied under this contract. Bind in Operation and Maintenance Manuals. Terms as described in General Conditions. Minimum terms as follows: 1. System - Systems shall be free of manufacturing or installation defects for a minimum period of one(1)year from the date of final acceptance. Clearly designate begin and end dates of system warranty period. 2. Parts and Labor- Provide parts and labor to repair defects in materials and workmanship during system warranty period. 3. Response Time - Within system warranty period, provide initial on-site service response within one(1) business day of service call. Provide resolution to any system defects within 72 hours or within 48 hours of receipt of repaired or replaced product from manufacturer. 4. Replacement Products - If any item must be removed for repair during system warranty period, provide replacement item of similar quality at no charge. 5. Repair Limit- Do not repair any piece of equipment found defective during installation or system warranty period more than two (2) times. After second repair, replace defective item with similar approved item at no additional cost to Owner. 6. Extended Manufacturer's Warranties—Identify products with manufacturer's warranties extending beyond one (1)year. Provide terms and conditions of such warranties. 7. Service Personnel Information - Provide name(s) and telephone number(s) of service personnel to be contacted regarding repair and maintenance. C. Extended Warranty- Provide cost to extend complete AV system warranty from one (1)year to three (3)years. Included a list of all provided services including maintenance schedules. 3.4 INITIAL TESTS A. Purpose—These tests are to ensure that the AV system is installed and functioning as specified, and to ensure the system is ready for Final Tests and Adjustments (described later). B. Testing Standards—Perform testing in accordance with ANSI standards. C. Inspection -Verify prior to beginning actual tests and adjustments on systems: 1. Proper grounding of all electronic components (through third prong of power connector or separate connection between component chassis and ground bus bar). 2. Cables dressed, routed, and labeled, connected with proper polarity. 3. Insulation and shrink tubing in place. 4. Dust, debris, solder splatter, etc. removed. CONFORMED BID SET 02/02/2026 5. Proper frequency settings (or modules) at crossovers and controllers. 6. All equalizer bands and tone controls set for flat frequency response. 7. Survey temperatures of each piece of equipment after four (4) hours use (minimum). Note and report any hot equipment. D. Electrical Power Quality - While all sound and AV system components are unplugged from electrical power outlets, AV Contractor shall turn on power to outlets, and confirm proper voltages at each outlet across the following pairs of terminals: hot and neutral, hot and ground, and neutral and ground (zero volts across neutral and ground). AV Contractor to document measurements. E. General Function Tests -Test each piece of equipment to ensure that it performs its intended function. Include all portable equipment in tests. Intent of initial tests is to verify complete, functioning system before Final Tests and Adjustments. Correct problems found during initial testing before beginning Final Tests and Adjustments. Document whether all pieces performed intended functions; note any unresolved malfunctions. F. Initial Tests and Adjustments Data -Submit written report of Initial Tests and Adjustments data upon completion to Owner. Include printed name(s) of technician(s) performing tests, date(s) and time(s) of tests, model and serial numbers of test equipment, results of each initial test, descriptions of problems encountered and their solutions, and statement that system is ready for Final Tests and Adjustments. Initial Tests and Adjustments Data to include signatures of technician(s) performing tests. 3.5 FINAL TESTS AND ADJUSTMENTS A. Purpose—These tests are to be witnessed by AV Consultant to determine if system is complete and functioning as designed and specified. Also, AV Consultant will perform listening and viewing tests and witness adjustments of all images for optimum clarity. B. Timetable - Coordinate with Owner, General Contractor, and AV Consultant to schedule Final Tests and Adjustments after submittal of Initial Tests and Adjustments data. C. System and Site Conditions — AV Consultant will witness Final Tests and Adjustments. Have systems fully functional and ready for observation and testing upon AV Consultant's arrival. Coordinate with all trades for quiet conditions throughout the listening areas and for the duration of the test schedule. If upon AV Consultant's arrival, systems do not meet criteria, site is not sufficiently quiet, or if Owner or AV Consultant is required to make additional trips to job site to witness additional testing or perform additional reviews of installed equipment, Contractor shall reimburse Owner for labor and expenses incurred by having incurred costs deducted from payments to contractor. D. Test Labor - Provide technician familiar with this project's AV systems and operation of test equipment to perform testing. Provide additional technician to assist in the tests and to perform troubleshooting, repairs, and adjustments. Include labor for these technicians to be present for one (1), eight (8)-hour day during Final Tests and Adjustments. E. Tools - Provide standard hand tools including screwdrivers, pliers, wire strippers, nut drivers, soldering iron, and other tools appropriate for troubleshooting system problems. CONFORMED BID SET 02/02/2026 F. Ladders and Scaffolds-Provide ladders and scaffolds to inspect/adjust loudspeakers and rigging points. G. Verification of Initial Tests and Adjustments-Verify that Initial Tests and Adjustments have been performed and meet criteria. During Final Tests and Adjustments, AV Consultant may require portions of the Initial Tests and Adjustments to be repeated. Repeat measurements as requested without claim for additional payment. 3.6 FINAL ACCEPTANCE BY OWNER A. Certificate — Submit Certificate of Final Acceptance form signed by Owner verifying complete installation and proper operation of systems upon fulfillment of all requirements and upon recommendation by Owner. B. General Adjustments — Adjust, balance, and align equipment for optimum quality, meeting manufacturers published specifications. C. Input/Output Jack Demonstration—Demonstrate proper performance and phase of each system input and output jack (all audio input and output jacks) as received at AV and network systems. D. Inventory—Inventory all installed and portable equipment for correct quantities. E. Functional Demonstration — Demonstrate operation of each function of each major piece of equipment. F. Other Tests- Perform any other tests on any part of the AV system as requested by Owner. G. Final Equipment Settings — Record final settings of all equalizer bands, tone controls, filters, delays, limiters, etc., including those established through computer software settings. Include descriptions of settings (including software settings) in Operation and Maintenance Manual. Include software copy of configuration file(s) in Operation and Maintenance Manual. H. Security Inspection—Inspect equipment for security from tampering (covers, shaft-locks, etc.). I. Review of Labels—Review installed labels on cables, equipment, controls, and terminal strips. 3.7 OWNER TRAINING A. Provide Owner training as described in General Conditions. As a minimum, provide four (4) hours instruction (within two (2) trips to site) regarding AV Systems operation to Owner- designated personnel. Schedule instruction time(s) with Owner to occur after completion of Final Tests and Adjustments. Coordinate with Owner in advance to schedule instruction time. Document date, time, and attendees of the training session and include documentation in Operation and Maintenance Manuals to serve as record of trained personnel. CONFORMED BID SET 02/02/2026 3.8 SUPPORT DURING OWNER'S FIRST USE OF COMPLETED SYSTEM A. Provide personnel familiar with design, installation, and operation of each system to be present at Owner's first use of each completed system(up to four(4) hours total in two sessions). During first use of each system, respond to Owner requests for troubleshooting, adjustments, and additional training. If no one contractor employee or representative can provide expertise in all aspects of the system, provide multiple personnel for the four(4) hours per session as required. Schedule presence of personnel in advance with Owner. Should significant elements of the new system be operational prior to final completion, Owner may elect to schedule contractor presence for Owner function prior to final completion of system. Should Owner exercise this option, contractor presence will not be required at first use following final completion. END OF SECTION 27 4116 CONFORMED BID SET 02/02/2026 28 00 00 ELECTRONIC SECURITY PART 1 - GENERAL 1.1 PROJECT SUMMARY/OVERVIEW A. This document covers the general requirements for work to be performed to provide electronic security and surveillance. B. The contents of this document, along with related drawings and other documentary material, are critical to the security of this project and Owner and shall remain secure and confidential. 1. Confidential information shall not be deliberately or inadvertently disclosed to anyone other than the Contractor's personnel and subcontractors who require disclosure to perform their portion of the work. 2. This confidential information shall be tracked to ensure that copies are accounted for and properly destroyed when no longer needed to perform the work. C. The security systems shall consist of the following integrated subsystems as specified herein: 1. Electronic Access Control 2. Video Surveillance 3. Wire and Cable D. One electronic security systems integrator (security subcontractor) will provide the work specified in sections 280000, 281000, and 282300. This work in these sections require subsystem integration,will not be subcontracted, and will be provided by one contractor. E. Provide complete turnkey systems with the exception of those items noted within this specification as being provided by others. F. Related Sections include: 1. Section 087100 Door Hardware 2. Section 260000 Electrical (including related sub-sections) 3. Section 270000 Communications (including related sub-sections) 4. Section 281000 Electronic Access Control 5. Section 282300 Video Surveillance 6. Section 283100 Fire Alarm and Smoke Detection 1.2 GENERAL REQUIREMENTS A. Upon completion of commissioning testing and Owner acceptance, DataCom Design Group bears no liability or responsibility for the continued proper operation of the installed systems. CONFORMED BID SET 02/02/2026 B. The Items described herein shall not be modified or substituted without consent of DataCom Design Group and/or the Owner. C. Security subcontractor's manager/supervisor shall attend meetings arranged by the Contractor, Architect, Owner or other parties affected by the work of this Section 280000. D. If the manufacturer of security devices or connecting hardware has supplied post manufacture performance data, copies of such are to be kept for inclusion in the documentation and made available to the Owner upon request. E. All materials are to be new unused and of the latest series of model number, unless otherwise indicated by the Owner or security system designer. F. All materials shall be rated for the environment they are installed. 1. All materials shall be UL-and/or ETL-approved and labeled in accordance with NEC for all products where labeling service normally applies. 2. Materials and equipment requiring UL 94, 149 or 1863 listing shall be so labeled. 3. Modification of products that nullifies UL labels is not permitted. G. All security integrator personnel must be manufacturer certified and capable of an installation that falls under the manufacturer's guidelines necessary to obtain a manufacturer warranty. 1. The integrator shall provide all components/materials essential for a complete and functional security access and surveillance system. H. Security integrator shall issue a two (2)year warranty on installation and workmanship. I. These Specifications and Drawings are intended for bidding purposes only, No part shall be copied or used for any purpose other than bidding on this project. 1. This package shall be contractual upon bid award. J. Drawings and Specifications are to be used in conjunction with one another and to supplement one another. 1. In general Specifications determine the nature and quality of the materials and tests, and drawings establish the quantities, details and give characteristics of performance that should be adhered to in the installation of the security system components. 2. If there is an apparent conflict between the drawings and specifications, or within the specifications themselves, the items with greater quantity or quality shall be estimated and installed. 3. Clarification with the Owner/Designer about these items shall be made prior to purchase and installation. 4. Questions regarding the Specification or system requirements should be directed in writing to DataCom Design Group or the Owner. K. Security integrator shall adhere to Division 1 general requirements and written security Specifications and Drawings within this construction package and shall be responsible for CONFORMED BID SET 02/02/2026 complying with all local, state and federal laws or regulations applicable to the work being performed, even though said law, rule or regulation is not identified herein. L. Security integrator shall arrange and pay for any inspections required by the public agencies having jurisdiction in the area. M. The security contractor shall procure and maintain for the duration of this agreement,insurance against claims for injuries to persons or damages to property which may arise from, or conjunction with,the performance of the work hereunder by the security integrator, his agents, representatives, or employees. 1. The security integrator shall pay the cost of such insurance. N. The security integrator will respect and protect the privacy and confidentiality of the Owner, his employees, processes, products, and intellectual property to the extent necessary, consistent with the legal responsibilities of the State of Texas and the Owner. O. If required the security integrator shall sign a non-disclosure agreement and abide by its requirements to keep confidential all information concerning bid documents and this Project. P. Furnish submittals and manuals in accordance with Division 1. Q. Furnish a detailed material list complete with suppliers (distributors) list of components and distributors name, address, and phone number. R. Refer to Specifications issued by Architect, Division 1,for Project and cost payments. 1.3 REFERENCES A. The publications listed below form a part of this Specification. The publications are referred to in the text by basic designation only. B. Specific reference in Specifications to codes, rules, regulations, standards, manufacturer's instructions,or requirements of regulatory agencies shall mean the latest printed edition of each in effect at the date of contract unless the document is shown dated. C. For conflicts between referenced requirements and contract documents comply with the one that is more stringent. 1. Federal, State, and Local codes, regulations and ordinances 2. NFPA 101: Life Safety Code 3. NFPA 72: National Fire Alarm Code 4. NFPA 730: Guide for Premises Security 5. NFPA 731: Standard for the Installation of Electronic Premises Security 6. National Electric Code (NEC), latest edition 7. Building Codes (UBC) (IBC), latest editions 8. Occupational Health and Safety Act (OSHA) 9. Americans with Disabilities Act(ADA) CONFORMED BID SET 02/02/2026 10. Local Governing Authorities Having Jurisdiction 11. Underwriters Laboratory(UL)Applicable Standards for Safety and Security 12. Institute of Electrical and Electronics Engineers (IEEE)Applicable Standards 13. Telecommunications Industry Association (TIA) Applicable Standards D. Related Documents 1. Security Drawings 2. General provisions of contract 3. Uniform general conditions 4. Supplementary general conditions 5. Architectural plans &specifications 6. Requirements of Division 1 7. Electrical/Mechanical/Telecommunications specifications and plans. 1.4 DESCRIPTION OF SYSTEM WORK A. Furnish and install all materials, tools, equipment, and services for all electronic security/surveillance devices to provide functioning systems in accordance with performance requirements specified and any modifications resulting from reviewed shop and field coordinated drawings. 1. Access Control System a) This system replaces the typical mechanical key controlled door lock with a door locking system that uses an access card as the access credential. b) The system includes an electric door-locking mechanisms, card reader located adjacent the door,door status sensor,door prop alarm and a request to exit device. c) Typical system configuration is card or schedule controlled entry with free exiting. 2. Video Surveillance System a) This system is used to provide video surveillance through the use of cameras of security sensitive areas and target items. b) The system shall allow for the viewing and recording of images. B. Provide all supplementary or miscellaneous items and devices incidental to or necessary for a sound and complete installation. C. Drawings are representative and show general arrangement of systems and equipment, except when dimensioned or detailed. 1. For exact locations refer to dimensioned architectural drawings. a) Field measurements take precedence over dimensioned drawings. b) Field verify locations and arrangement of all systems and equipment. c) Coordinate all work with other trades and Contractor. CONFORMED BID SET 02/02/2026 D. Circuit Supervision 1. Supervise all signal and data transmission lines, links with other systems, and sensors. a) Indicate circuit and detection device faults with both protected zone and trouble signals. b) Initiate an alarm in response to opening, closing, or shorting of a signal or data transmission line. E. RACKS AND ENCLOSURES 1. Wall mounted enclosures, data gathering panels, and power supply panels shall be installed as per manufacturer's requirements. a) Coordinate pathways and power with Electrical and Telecommunications Contractors b) Furnish all labor, materials,tools, equipment, and services for all control consoles, equipment racks, cabinets, and enclosures not provided by others in accordance with contract documents. c) Completely coordinate with work of other trades to avoid duplication in purchasing. d) Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, and devices incidental to or necessary for a sound, secure and complete installation. 2. The installation of the relay racks/cabinets for Electronic Surveillance shall be by the Telecommunications Contractor. 3. The designated security space will provide an area reserved for rack and wall mounted security equipment. a) The rack area allows for vertical relay rack(s). b) Backboard wall area of 8'-0" X 8'-0" shall be reserved for wall-mounted components. c) Cable tray/ ladder shall be by the telecommunications contractor and is provided to facilitate cable access into both wall and rack mounted equipment. F. Electronics systems work as specified in this Section and Sections 281000, 282300, 282600 shall include: 1. Preparation of pre-installation submittals, including point-to-point wiring information for security equipment to interface to work by others prior to start of any installation work. Include lock permit requests in submittals for review. 2. Furnishing and installation of all security devices, components and accessories. 3. The furnishing and coordination on installation of special back boxes for security equipment and field devices as required. 4. Furnishing, installation and termination of all copper wiring and cabling including any special purpose wire and cable for electronic security systems. CONFORMED BID SET 02/02/2026 a) Coordinate all network and fiber optic cable interface provided by telecommunications subcontractor. 5. Coordinate raceway and power distribution systems provided by Division 26. 6. Provide and install 12/24 VAC/DC input power to all field devices as required. 7. Coordination with other trades and Owner required to facilitate the installation of the security equipment including: a) Division 08 (doors) b) Division 26 (power, raceways, and fire alarms) c) Division 27 (telecommunications network interface). 8. Wiring and termination of electrified door hardware by security subcontractor shall be concurrent with the installation of these electrified components by the door hardware subcontractor. 9. Programming of all security control equipment and prior coordination with the Owner's security and telecommunications personnel. 10. Preparation of"As-Built" documentation. 11. Warranty service for completed work. 1.5 SUBMITTALS A. Refer to Requirements of Division 1. B. Pre-Installation Submittal Requirements 1. Submittals for electronic security shall be complete and submitted at the same time. a) No partial submittals will be accepted for review. b) Allow 2 weeks for consultant review of submittals. 2. General Requirements a) A functional description of each system. b) All cable and wiring types for each device type used. c) Written confirmation that lock wiring and access control systems requirements have been coordinated with electrified door hardware, fire alarm systems, automatic door controls, and overhead door controls specified in other sections and other packages. d) Power supply points listing with devices and maximum loads to prevent overloading. e) Battery backup calculations to show load and back-up times for UPS and power supplies with batteries. f) Equipment schedules listing all system components, manufacturer, model number and quantities of each. g) Qualifications and proof of work history(with references). 3. Product Data Cut-sheets CONFORMED BID SET 02/02/2026 a) Complete manufacturer's technical data including manufacturer warranty information, descriptive literature, illustrations, and installation instructions for all components included within this project indicating compliance with applicable referenced standards, size, dimensions, model number, electrical characteristics, support requirements, connection requirements and all applicable information verifying that submitted components comply with Contract Documents. 4. Shop Drawings a) Floor plans necessary to identify specific device locations, cable routes and quantities, cable types, riser locations, and references to installation details and diagrams. b) Riser diagram showing routes between floors or other areas that are not easily identified on the floor plans. c) Security One-line diagrams showing all input and output points of the system. 1) The Contractor shall make any corrections required by the consultant team, file with him two corrected copies and furnish such other copies as may be needed. 2) The consultant's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Architect's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. d) Release of CAD Files 1) Contractor may request to utilize DataCom's AutoCAD floor plan files for assistance in producing shop drawings. 2) Request shall be made by signing DataCom's"Agreement for Release of CAD Files" letter. 5. Warranty a) The Contractor shall provide the appropriate documentation to comply with the requirements described in the WARRANTY section. 6. Qualifications a) The Contractor shall provide the appropriate documentation to comply with the requirements described in the QUALITY ASSURANCE section. C. Product Substitution 1. All product substitution requests require written Owner acceptance. a) Document substitution requests with complete data substantiating compliance of proposed substitution with Contract Documents b) An alternate product must be equal to or exceed specified requirements. CONFORMED BID SET 02/02/2026 c) Include in each request for substitution: 1) Product identification, manufacturer's name and address. 2) Product Data: 2. 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. 3. No substitute shall be ordered, installed or utilized without prior written verification of acceptance from the Owner. D. As-Built drawings shall be in current AutoCAD format, same version as used by the Architect. 1. Dimensions and scale of the drawing sheets submitted shall match the size of the drawing used for the contract documents, and shall include the following. a) Utilize normally recognized drafting procedures that match AutoCAD standards, Architect, and Designer guidelines and methodology. b) The As-Built drawings shall incorporate all changes made to the building identified in, but not limited to, Addenda, contemplated change notices, Site Instructions or deviations resulting from site conditions. c) Dimensioned plan and elevation views of all security components. d) Cable routing paths of security cables to identified infrastructure pathways. e) All rack, cabinet, and enclosure locations and labeling thereof. f) One-line diagrams of equipment/device interconnecting cabling of the security systems. g) Standard or typical installation details of installations unique to Owner's requirements. h) Submit one soft and one hard copy with project deliverables within 30 days of project completion. E. Security integrator shall provide three(3) paper copies and one(1) electronic copy(PDF format) of a properly indexed O&M Manual at the conclusion of the project, which will include, but not be limited to the following requirements: 1. Ring binder with project title, properly indexed,and contractor's name on cover and spine including: a) Sequence of operations, design philosophy, and specific functions b) System block diagram c) Equipment list including: 1) A brief description 2) Model 3) Total number of each item used in the project. d) Camera schedule including: 1) Number CONFORMED BID SET 02/02/2026 2) Location 3) Camera model/manufacturer 4) View 5) Lens 6) Power source 7) Multiplexer/input 8) Settings entered on site e) Manufacturers' data sheet and O&M manual for associated equipment. f) Maintenance requirements for equipment, inspections and preventative maintenance schedules. g) As-built drawings for each floor plan layout and rack and wall elevation layouts. Each drawing shall show: 1) Cable type and identifier 2) Actual cable routing pathway 3) Device number(camera, etc.), 4) Device input/output number. h) Final test data (measured video levels, day & night camera snapshots in JPEG format and other significant operating parameters). i) List of system associated mechanical locking keys with key codes and tamper resistant hardware types. F. Additional Closeout Documentation: 1. The Security Contractor shall provide written confirmation that all camera manufacturer default admin passwords have been removed. 1.6 QUALITY ASSURANCE A. Electronic security systems integrator (security subcontractor) shall meet the following minimum requirements. 1. Maintain a valid Type B license from the Texas Private Security Bureau. 2. Maintain a valid UL 2050 certification for electronic security systems. 3. Have successfully completed three (3) projects of similar size and complexity that have been in proper operation for a period of one (1)year. 4. Technicians shall be factory trained and certified in specified systems. 5. The Project manager and supervising/lead technician shall have been regularly engaged in the installation and testing of the products specified for not less than five(5)years and maintain manufacturer certification. 6. The security integrator must maintain an operating facility in the local area (50 mile radius) of the Project location to provide service to the Owner for the warranty period. a) At the Owners request for service, the security integrator shall dispatch a service technician to the location to affect the required repairs or adjustments. CONFORMED BID SET 02/02/2026 7. The contractor shall maintain a spare parts inventory necessary to resolve component failures of the system. a) Refer to individual specification section for a list of specifically required parts provided to the owner and stored on site. These parts will become the property of the owner. 1) At the end of the warranty period the security integrator shall test the owner's spare parts and repair or replace as needed to bring the parts up to proper operation. 8. A BICSI RCDD shall approve all on-site work as a recognized member of the Contractor's installation team. a) All installation team members must demonstrate knowledge and compliance with all BICSI,TIA/EIA, UL, and NEC methods, standards and codes. B. Security integrators desiring approval must comply with Division 1 requirements. C. Security integrator must be cognizant of site conditions, verify locations of new and existing equipment, and determine exact requirements for connection and interface. 1.7 PRE-INSTALLATION MEETINGS A. Attend and/or arrange a scheduled pre-installation conference prior to beginning any work of this section. 1. Agenda a) This venue is to ask and clarify questions in writing related to work to be performed, scheduling, and coordination with the Project manager/Owner representative and consultant. 2. Attendance a) The security project manager/supervisor shall attend meetings arranged by General Contractor, Owner's representatives, and other parties affected by work of this document. b) All individuals who will be installers of the electronic security system and equipment in an on-site supervisory capacity, including project managers and lead installers, shall be required to attend the pre-installation conference. c) Individuals who do not attend the conference will not be permitted to install, or supervise the installation of, any component of the security system. 1) This includes supervisors, project managers, and lead installers of this project. CONFORMED BID SET 02/02/2026 1.8 POST INSTALLATION MEETINGS A. At the time of substantial completion the contractor shall call and arrange for a post installation meeting to present and review all submittal documents to include but not be limited to As-Built Drawings,Warranty paperwork, etc. 1. Attendees to be invited shall include: a) Project manager/Owner representative b) DataCom Design Group c) General Contractor d) Other trades that the GC deems appropriate. 2. At this meeting the contractor shall present and explain all documentation, asking for feedback on its completeness. 3. Any discrepancies or deviations noted by and agreed to by participants shall be remedied by the contractor and resubmitted within one week of the meeting. 1.9 DELIVERY,STORAGE AND HANDLING A. Equipment and components shall be delivered properly protected and undamaged with original containers, packaging, and labels intact. B. Store, handle, and protect all related materials and equipment in accordance with Manufacturer's recommendations. C. Provide additional protection during handling as necessary to prevent breaking, scraping, marring, or otherwise damaging products or surrounding areas. D. Equipment and components shall be protected from the weather, humidity, temperature variations, dirt, dust, or other contaminants. 1. Equipment damaged prior to system acceptance shall be replaced at no cost to the owner. E. Protect all equipment and components that are to be installed from theft,vandalism, or use by unauthorized persons. 1.10 PROJECT/SITE CONDITIONS A. Security integrator is responsible for conducting a site survey prior to the commencement of work to determine locations of all existing security devices and verify the proposed locations of the new components to be installed. B. Security integrator will coordinate all work through the Contractor and schedule work to cause as little interference or interruption of existing services as possible. C. Security integrator will arrange and pay for all necessary permits, licenses, and inspections. CONFORMED BID SET 02/02/2026 1. Security integrator shall prepare all information necessary to obtain a permit for Electronic Locking Mechanisms in compliance with the Owner requirements. D. Verify with Division 26 installer all conduits and special back box requirements in a timely manner. 1.11 WARRANTY A. See requirements in Division 1 Specifications. B. The Security Integrator shall warrant all completed work, including all materials and labor,to be free from defects in design, workmanship, and/or materials for a period of two (2) years from final acceptance date. 1. System acceptance is defined as the completion of all functional performance testing and the resolution of all punch list items. C. Warranty Service 1. In the event that defects in the materials and/or workmanship are identified during the warranty period, the contractor shall provide all labor and materials to correct the deficiency. 2. All service work shall be performed by factory certified technicians. 3. All warranty service shall include the replacement of all parts and or components as required to restore normal system operation. a) If parts or components need to be repaired, a loaner will be supplied and installed until the part or component can be repaired and reinstalled. 4. Immediately following a warranty service request, the Contractor shall provide written documentation to Owner which details the service work completed,cause of trouble,and any outstanding work required to restore a complete and normal system. D. Warranty service requests shall be responded to within 4 hours of notification with a qualified service technician on site. E. All repairs shall be completed within 48 hours upon site arrival. 1. If the failure exceeds 48 hours, the Owner reserves the right to require the contractor provide on-site manufacturer support at no additional cost to Owner. F. Extended warranties on equipment components offered by the manufacturer shall be passed through to the Owner. 1. Warranty provisions shall be fully transferable only at the direction of the Owner, in the event that ownership of the installed security systems is transferred. 1.12 SYSTEMS STARTUP AND TRAINING CONFORMED BID SET 02/02/2026 A. After all systems have been tested, accepted and turned on for operation, the Security integrator shall provide "User Training"to Owner personnel. 1. The onsite training shall cover all newly installed electronic security components, devices and systems. The training classes shall total a minimum of twenty (20) hours for up to eight(8) people of the Owner's choosing. 2. Two (2) separate training sessions will be conducted, one for system operators and one for system administrators. 3. The contents of the manuals will include: a) Title page with subject, system name, owner's name, and an owner approved confidentiality notice. b) Table of contents. c) Manual that details system and sub-system operation. d) Manuals that details system administration procedures and tasks. e) Manuals that fully detail all programming commands. 4. Provide ten (10) Bound hardcopy System Operation training manuals and one electronic copy(PDF format). 5. Provide two (2) Bound hardcopy System Administration training manuals and one electronic copy(PDF format). PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers are shown in individual specification sections. B. Equipment manufacturers and model numbers indicated in individual specification sections are identified as minimum equipment requirements. C. All substitutions shall meet or exceed these minimum requirements and must be approved by the Owner/Architect prior to purchase. D. All manufacturers' equipment shall be available through a nationally recognized supplier network. 2.2 EQUIPMENT A. Provide security fasteners on all equipment, device plates, etc. within public areas. 1. Allen head with center pin, hardened steel. 2. Provide four(4) fastener tools to Owner. CONFORMED BID SET 02/02/2026 B. Equipment installed in exterior applications shall be fitted with fasteners and exposed surfaces of stainless steel or other corrosion resistant material. C. All materials and equipment used must be new and unused, prime quality products. D. All equipment or components installed on the exterior of a building where the equipment is subject to adverse weather/elements shall be enclosed in weatherproof enclosures. 2.3 WIRE AND CABLE A. All wire and cable shall be U.L. approved for its intended application and shall meet or exceed manufacturer's recommendations for the components connected. B. All conductors and cable shall meet individual security system manufacturer specifications. 1. Provide shielded conductors and cable as required by the manufacturer or as required to provide for interference-free signals. 2. Color coding shall be accomplished by using solidly colored insulation. a) Grounding conductors, where insulated, shall be colored solid green or identified with green color as required by NEC. C. Increase conductor sizes on cables as required to be consistent with circuit current ratings, length of wire runs, and manufacturers' recommendations. 1. Alarm device field wiring shall be in accordance with the equipment manufacturer's specifications. 2. Low voltage power circuits shall use conductors as required by the equipment manufacturer's specifications. 3. Plenum rated cable shall be used as required by code. D. UTP Structured Cabling Systems for IP cameras and intercoms (including pulling, terminating, and testing) by Division 27 Telecommunications contractor. 1. Intra-building data communications circuits shall utilize UTP cable as specified in Telecommunications specifications. E. Fiber Optic Structured Cabling Systems for IP cameras and intercoms (including pulling, terminating, and testing) by Division 27 Telecommunications contractor. 1. Inter-building and building exterior data communications circuits shall utilize fiber optic cable as specified in Telecommunications specifications. F. Patch Cables 1. Provide pre-manufactured patch cables (cable, connectors, boots, etc.) as required to connect security systems to voice and data communication outlets. CONFORMED BID SET 02/02/2026 2. Patch cables shall be certified for their specific use to meet or exceed applicable industry specifications. 3. Provide cable lengths as necessary to neatly route cables through cable management systems and other cable organization systems. 4. Provide connectors as required for proper termination. a) Provide boots for connectors where applicable to prevent snagging. G. The minimum conductor sizes are for distances as per the manufacturer's specifications from security device to security panel. 1. The contractor shall size the conductor accordingly for longer runs. 2. Minimum Conductor and Cable Types and Sizes. a) Alarm device field wiring shall be 18/20 AWG stranded copper conductors. b) Low voltage power circuits will use 18 AWG stranded copper conductors. 1) Increase conductor gauge consistent with circuit current requirements. H. Wire and Cable size and type 1. Typical interior Card Reader door a) Min 4-Element Composite Plenum OSDP cable comprised of: 1) Card Reader: 22 AWG, 2-Twisted Pair, Shielded OSDP cable 2) Lock Power: 18 AWG,4-Conductor, Non-Shielded cable 3) REX: 22 AWG,4-Conductor, Non-Shielded cable 4) Door Position: 22 AWG, 2-Conductor, Non-Shielded cable b) Additional Card Reader for Read In/Read Out: 1) Min 22 AWG, 2-Twisted pair, Plenum Shielded OSDP cable c) Door Operator Interface: 1) Min 18 AWG 6-Conductor, Plenum Shielded cable 2. Exterior Card Reader a) CR: Min 18 AWG, 2-Twisted Pair, Direct Burial Shielded OSDP cable b) Lock Power: Min 18 AWG,4-Conductor, Direct Burial, Non-Shielded cable c) REX: Min 18 AWG,4-Conductor, Direct Burial, Non-Shielded cable d) DP: Min 18 AWG, 2-Conductor, Direct Burial Non-Shielded cable e) Gate Interface: Min 18 AWG, 2-Conductor, Direct Burial Non-Shielded cable 3. Duress Buttons/Door Release Buttons a) Under Desk: Min 18 AWG, 2-Conductor, Plenum Non-Shielded with Metal-Clad Armored Cable CONFORMED BID SET 02/02/2026 b) Wall Mount: Min 18 AWG, 2-Conductor, Plenum Non-Shielded Cable 4. Tamper Switch/Alarm/ Motion/Glass Break a) Min 22 AWG, 2-Conductor, Plenum Non-Shielded Cable PART 3 - EXECUTION 3.1 INSTALLATION A. All personnel working on this project shall be experienced, highly skilled installers with a minimum of three (3) years work on similar type projects. B. Changes in location of any work require the written approval of the Architect/Owner prior to initiation. C. Changes in indicated sizes shall not be made without the written approval of the Owner/Architect. D. Install all equipment in accordance with manufacturer's recommendations. E. All systems shall be designed and installed to provide 24 hour a day, 7 days a week operation. F. Primary pathways 1. All security cabling run from rack/enclosure head-end equipment to security devices shall follow primary telecom routing pathways. 2. Security wire non-UTP cabling shall be kept separated from the data cabling 3. Security wire non-UTP cabling shall be routed in bridle rings secured to the outside of the telecom tray where applicable. a) Arlington loops or J hooks shall be used where telecom pathways are not present 4. Provide all necessary anchoring devices and supports. a) Use structural supports suitable for equipment, or as indicated. b) Check loading and dimensions of equipment with shop drawings. c) Do not cut or weld to, building structural members. G. Secondary pathways 1. Arlington loops or J hooks shall be used for secondary pathways 2. Security wire non-UTP cabling shall be kept separated from the data cabling 3. Provide all necessary anchoring devices and supports. a) Use structural supports suitable for equipment, or as indicated. b) Check loading and dimensions of equipment with shop drawings. c) Do not cut or weld to, building structural members. CONFORMED BID SET 02/02/2026 H. Conduits 1. All conduits shall be UL listed and comply with NEC requirements. 2. Routing a) Conduits shall be routed in the most direct route possible,with the fewest number of bends possible. b) There shall be no continuous conduit sections longer than 100'-0" for premises conduits. For runs that total more than 100'-0", insert junction or pull boxes so that no continuous run between pull boxes is greater than 100'-0". 3. Fill and Bend Radius a) Conduit fill shall comply with NEC requirements. b) There shall be no more than two 90'bends(180'total)between conduit pull boxes. c) Unless otherwise noted in the drawings, conduits entering pull boxes shall be aligned with exiting conduits. 4. Penetrations a) All conduit penetrations shall comply with all applicable fire codes. b) All conduit penetrations in fire-rated walls or floors shall be sealed and fire-proofed to meet or exceed the designed rating of the penetration area. 5. Conduit Fittings a) All fittings shall be compression or threaded. b) Fittings shall provide a secure connection for pulling cables. c) Setscrew fittings are not permitted. 6. Measured Pull Tape a) Pre-lubricated, woven polyester, low friction,and high abrasion resistant yarn with footage markers printed on the tape. b) Minimum average tensile strength shall be 1130 lbs. for 0'-1.5" and smaller conduits and innerduct. c) Minimum average tensile strength shall be 1800 lbs. for conduits larger than 0'- 1.5". I. Junction Boxes and Back Boxes 1. Junction boxes and back boxes shall be UL listed and comply with NEC requirements. 2. Junction box and back box installations shall comply with all applicable fire codes. 3. All junction box and back box installations in fire-rated walls or floors shall be sealed and fire-proofed to meet or exceed the designed rating of the wall the box is installed in. J. Coordinate extension and connection to commercial, emergency/UPS power circuits provided by Division 26. CONFORMED BID SET 02/02/2026 1. Make power connections in accordance with Division 26. K. Shielded and/or screened cables shall be grounded per the hardware manufacturer's instruction. 1. Single point shield grounds shall be grounded at the field panel feeding the device or sub panel and insulated from ground at the termination end of the cable. L. All installation of security systems shall be complete at least thirty calendar days prior to occupancy. 3.2 RACK AND CABINET INSTALLATION A. Rack/cabinet installation by Telecommunications contractor. B. After racks are installed, install all required components to support rack mounted security equipment. 1. Extend UPS/emergency power to rack mounted equipment as required. C. Install all conduits, back boxes, wire and cable management as required for interconnection of security equipment, data gathering panels, power supply enclosures, and distribution panels in the Security room. D. Extend commercial/emergency/UPS power circuits as required to security components as required. E. Neatly lace and dress all cables in each rack. 1. All wiring and cable shall be properly supported. 2. Utilize suitable cable management devices, no tie-wraps for UTP structured cabling allowed. 3.3 GROUNDING AND BONDING A. Equipment Cabinets and Racks 1. To provide electrical continuity between rack elements,paint-piercing grounding washers shall be used where rack sections bolt together, on both sides, under the head of the bolt and between the nut and rack. 2. A horizontal busbar shall be installed at the top and back of each rack for floor fed cabinets/racks. 3. A vertical busbar shall be installed to the rear of the right-hand side rail with thread- forming screws to ensure metal-to-metal contact. 4. Each rack shall be provided with a minimum#6 AWG insulated ground wire. 5. Do not bond racks serially(loop from rack to rack). 6. Each rack bay against a wall shall be bottom/side ground feeds from the wall. CONFORMED BID SET 02/02/2026 a) Wall ground feeds/raceways to racks shall not be exposed on the walls. b) Exception 1) Some rack bays will require the ground to be fed from the ceiling raceway. Refer to drawings for details. 7. The Contractor shall provide a ground strap for each equipment rack and bond to the nearest Telecommunications Bonding Backbone (TBB) connection, Furnish all required bonding materials and hardware manufactured for this purpose. a) Follow NEC bonding procedures/specifications. 8. All ground raceways within each rack shall be an insulated metallic flex type raceway and shall not interfere with equipment mounting frames or equipment mounting brackets. 9. Each ground feed shall provide proper installation allowances and penetration depths to provide conversion fittings from solid metallic to insulated metallic flex conduit raceways. 10. To bond each rack to ground, burnish clean a one square inch area, drill, tap, apply an adequate amount of antioxidant joint compound mixed for the metal surface types affected, and bolt connectorized conductor to burnished and compounded area. a) Ensure proper conductivity. B. Cable Runway, Cable Raceway and Support System Grounding 1. The Contractor shall provide communications cable tray and cable runway systems with a communications isolated ground from the TBB. 2. All cable tray needs to be electrically continuous per NEC 250.96. a) Metal raceways, wire-mesh cable trays, cable armor, cable sheath, enclosures, frames,fittings, and other metal non-current-carrying parts that are to serve as an alternate grounding path, with or without the use of supplementary equipment grounding conductors, shall be effectively bonded where necessary to ensure electrical continuity and the capacity to conduct safely any fault current likely to be imposed on them. b) Any nonconductive paint, enamel, or similar coating shall be removed at threads, contact points, and contact surfaces, and be connected by means of fittings designed so as to make good bonding points. 3. The Contractor shall provide and install #6 AWG insulated ground wire to bond one end of each cable tray/runway system to the#2/0 TBB. 4. For electrically non-continuous conduits that contain only grounding conductor, the Contractor shall bond the conduit and conductor together at both ends to ground to nearest TGB with grounding bushings or ground clamps. 3.4 LABELING A. Provide labeling for all security equipment components using waterproof, self-adhesive computer printed labels. CONFORMED BID SET 02/02/2026 1. Coordinate with Owner on numbering/labeling scheme. B. Provide labeling for all security cable/wiring using waterproof, self-adhesive computer printed labels. 1. Coordinate with Owner on numbering/labeling scheme. 2. Label all cables/wiring on both ends. 3. At multi conductor cable terminations label each conductor. 4. At a minimum, each cable/wire label shall designate: a) Origination Point b) Alarm point description c) Opening description (if applicable) C. Provide a complete cable/wire identification plan/list with project completion submittal. D. Conduit and junction box exteriors may be identified with unique color paint, but shall not be identified with written words that easily identify the function of the conduit and boxes. 3.5 POWER REQUIREMENTS A. Back-up power for all equipment and devices shall be for at least 4 hours unless otherwise specified. 1. When generator backup power is available, provide a UPS, rated to maintain the load for a minimum of 15 minutes for all 120VAC equipment. B. Rack-mounted Uninterruptible Power Supply(UPS) 1. Provide a UPS to support 120% of the required load to allow for future load expansion and age related deterioration of the battery performance. 2. The UPS interface port shall have an RS-232 communications port and a 10 Base-T Ethernet for LAN management. a) Provide the necessary data connection, hardware and software to remotely monitor the UPS b) Provide user configurable computer operating system shutdown capability 3. The control panel shall have a LED status display for load and battery bar graphs in addition to replace battery and overload indicators. a) Rack-mounted surge suppression shall be vertically mounted and made for this orientation. C. All electronic locks shall be 12/24VDC(By Division 08) D. Connect to AC power and provide UL listed power supplies and transformers to distribute low voltage power to the system components as required. CONFORMED BID SET 02/02/2026 1. Provide uninterrupted battery backup power for the duration required above. E. All equipment connected to AC circuits shall be protected from power surges. 1. The devices shall be installed and grounded per manufacturer instructions. 2. Equipment protection shall meet requirements of ANSI C62.41. 3. Fuses shall not be used for surge protection. F. All non-fiber optic data circuits that serve devices exterior to the buildings will be protected by surge protectors at the device and the termination. 1. The devices shall be installed and grounded per manufacturer instructions. 2. Equipment protection shall meet requirements of ANSI C62.41. 3. Fuses shall not be used for surge protection. 3.6 TESTING A. Ensure that all provisions and requirements of this specification are met. 1. Verify through inspections, demonstrations and tests. B. Perform required tests to demonstrate workmanship, operation, and performance. 1. Conduct tests with Architect/Owner and if required, inspectors of agencies having jurisdiction present. 2. Arrange test dates in advance and give all parties a minimum of 48 hours notice. C. Repair or replace equipment or systems found defective or inoperative and re-test until 100% satisfactory results are obtained. D. Verification inspections will be made of all equipment components and installations for proper functioning of locking hardware and lock controls, mounting/placement of sensors, and cameras, etc. to guarantee requirements of the Contract Documents are complied with. 1. The Owner's quality control representative shall have the opportunity to witness all inspections, or to conduct installation inspections of his own. 3.7 FUNCTIONAL PERFORMANCE TEST A. The Functional Performance Test (FPT) will be conducted at the end of the project and prior to system acceptance by the Owner. 1. The security integrator will provide all necessary staff and communications needed to fully test all functions of the system. 2. The contractor will submit for approval by the Architect and Owner,a comprehensive test plan that will include testing of every function on every door and security device thirty (30) days prior to the scheduled start of the test. CONFORMED BID SET 02/02/2026 3. The system will not be considered for acceptance prior to the successful completion of the FPT and completion of punch list items. B. Pre-Testing 1. Following installation and prior to the FPT, the security integrator shall individually test each component and field device and verify the proper functioning of each component within a particular sub-system. a) The contractor shall also test each sub-system until all detection zones, alarm assessment components, alarm reporting, surveillance and display components; along with access control functions have been verified. b) Prior to the FPT all deficiencies must be corrected. c) After sub-system verification is complete, test the entire system to assure that all elements and subsystems are compatible and function properly as a complete system. C. Upon completion of the outlined tasks and tests the security integrator shall schedule the FPT with the Architect and Owner. 1. The security contractor must demonstrate that the security system components and sub- systems operate together as a system and meet specification requirements in the "As- Installed" operating environment. 2. On conclusion of the FPT the test report document will be submitted to the architect for approval. 3. The FPT will be observed by the architect's and Owner's representatives. 4. The FPT may be stopped at any time by these representatives if they believe the failure rate is too high or the system is not performing to contract document requirements. 5. The FPT will only resume when all deficiencies have been corrected. 6. Retesting will be required of all failed tests. 3.8 SYSTEM OPERATIONAL TEST A. Upon completion of the FPT, conduct a formal test to be known as the System Operational Test (SOT), in which all components and sub-systems of the security system are demonstrated to operate error and failure free together as a system. 1. This test is to be performed over a continuous seventy-two (72) hour period. 2. A formal test plan and test procedures shall be prepared by the security subcontractor and submitted to the Owner/Architect for approval. 3. The Security integrator must demonstrate that the system components and sub-systems meet specification requirements in the"As-Installed"operating environment and operate error and failure free for the duration of the test. 4. If a system failure does occur,the failure must be documented and repaired, after which the seventy-two hour SOT period will restart. B. In the event that the Owner, Architect, or Contractor are required to witness a retest at a later date because the Security integrator is not properly prepared to conduct the acceptance tests CONFORMED BID SET 02/02/2026 or because the systems being tested have failed such tests,which shall be solely determined by the Architect or Owner witnessing the tests,the cost of witnessing additional tests shall be borne exclusively by the Security integrator. 1. Costs are to be based on time and materials at the established rates of the Architect or Owner. END OF SECTION 28 00 00 CONFORMED BID SET 02/02/2026 28 10 00 ELECTRONIC ACCESS CONTROL PART 1 - GENERAL 1.1 SUMMARY/OVERVIEW A. This section provides specifications for the installation of the Electronic Access Control (AC) and related components. B. Related Sections 1. Section 087100 Door hardware 2. Section 260000 Electrical (including related sub-sections) 3. Section 270000 Communications (including related sub-sections) 4. Section 280000 Electronic Security 5. Section 282300 Video Surveillance 6. Section 283100 Fire Alarm and Smoke Detection 1.2 REFERENCES A. See Section 280000 Electronic Security. 1.3 GENERAL SYSTEM DESCRIPTION A. The project shall be equipped with a system that is an extension of an existing system maintained by The City of Corpus Christi. 1. All work required within the project for the extension of the AC system to the existing system head end shall be furnished and installed by the project security contractor. B. General Requirements 1. Furnish all labor, materials,tools, equipment, and services for a complete security system as indicated and in accordance with provisions of the contract documents. 2. Although such work is not specifically indicated,furnish and install all supplementary or miscellaneous items, and devices incidental to or necessary for a sound, secure and complete installation. 3. Comply with the provisions of Division 1 for General Requirements. a) In the event of a conflict between the provisions of this Section and Division 1, the more stringent provisions shall apply. 4. All system devices and components included shall be compatible. C. The AC system will support the needs of the project in accordance with these specifications. CONFORMED BID SET 02/02/2026 1. The AC system shall have the capability for future expansion to support the security needs of the completed complex. 2. The expanded AC system will be connected via the owner's Local Area Network(LAN)to control and monitor equipment in the new locations. 3. The security subcontractor is responsible to coordinate setup and programming to ensure that all systems and alarm points report correctly at the remote location. 4. Refer to Section 282300 for additional requirements. D. The AC system shall be interfaced with the Fire Alarm system (by others) as required to comply with all building code requirements. E. Emergency/APS power will be utilized to power the AC system's Data Gathering Panels and control components as required throughout the facility. 1.4 SYSTEM COORDINATION A. The Security Integrator shall completely coordinate all relevant work of other trades/systems including, but not limited to: 1. Door hardware 2. Fire Alarm System 3. Electrical Systems(s) 4. Telecommunications System(s) B. Electric Locking Mechanisms 1. The security integrator and door hardware contractor shall coordinate all door hardware, door and door frame design. 2. The security contractor shall verify all specified door hardware is appropriate for the security application and verify the sequence of operations for each access controlled opening. C. Fire Alarm and Life Safety 1. The security integrator shall coordinate the access control system design with the life safety consultant to ensure compliance with applicable codes and requirements. 2. This includes, but is not limited to: a) Fire alarm interface b) Fail safe/fail secure locking mechanisms c) Delayed egress 1.5 ACCESS CONTROL SYSTEM A. The AC system will consist of card readers, door position switches, and request-to-exit sensors operating in conjunction with associated electric door hardware. CONFORMED BID SET 02/02/2026 1. Card readers and adjunct devices shall be provided as shown on the drawings. a) Provide card readers, Data Gathering Panels<DGP>, and alarm input and output devices connected to the security management system via Local Area Network (LAN). b) The security integrator shall coordinate network and IP address requirements with Owner to identify the Media Access Control (MAC) address (Layer 2) of each provided device,the location to be installed, and the port configuration needed for communication. c) Furnish all labor, materials,tools, equipment, and services for a complete system as indicated and in accordance with provisions of the contract documents. d) Although such work is not specifically indicated,furnish and install all supplementary or miscellaneous items, and devices incidental to or necessary for a sound, secure and complete installation. B. Card readers will work such that upon presentation of a valid AC card, the unique card data shall be transmitted to an associated control panel where the data is compared to an authorized user database and access is approved or rejected accordingly. 1. A valid authorization will activate operation of the electric lock and shunt the door position switch.The alarm shunt will not affect supervision of the detection circuit. 2. Coordinate with owner on card format and other pertinent details. C. Card readers shall support both 125 KHz proximity and 13.56 MHz smart card technologies D. Door position switches at card reader controlled location serve to indicate the open/closed status of the associated door and shall establish the basis for reporting a door-propped or unauthorized entry condition. 1. Provide door position switches as indicated on drawings. 2. Security contractor is responsible for coordinating the contact configuration (SPDT) (DPDT) and rating for door position switches, and for connection of switches with the AC. E. Electrified door hardware for card reader controlled doors will include electrified locksets, electric exit devices, and electric power transfer as shown on the drawings. 1. All electrified door hardware shall be provided under the work of Division 08 unless otherwise noted. 2. Security subcontractor shall provide security cables/conductors and low voltage power supplies for security system controlled electric door hardware. F. Request-to-exit (REX) devices at designated card reader-controlled doors shall cause the associated door position switches to be shunted. 1. The alarm shunt shall not affect the supervision of the alarm detection circuit. 2. Electrified Lockset shall have an integral REX switch. 3. Electrified Exit devices shall have an integral REX switch. CONFORMED BID SET 02/02/2026 1.6 SUBMITTALS A. Follow provisions of Section 280000 additional requirements. B. Field Test Reports 1. Upon completion and testing of the installed system,test reports shall be submitted in booklet form and electronic media showing all field tests performed on, and adjustments made to each/any component and all field tests performed to prove compliance with the specified performance criteria. 2. Indicate and interpret test results in written form and verbally to owner/DataCom for compliance with performance requirements at a pre-scheduled meeting. C. Battery calculations to show the expected loads and backup duration for power supplies and UPS devices for all active AC/ID equipment. D. Security Contractor is responsible to prepare and submit as required to the Authority Having Jurisdiction (AHJ) any and all information to obtain an Electronic Locking Mechanisms permit. 1.7 QUALITY ASSURANCE A. Follow provisions of Section 280000. B. Spare Parts: 1. Provide the following spare parts: a) One (1) of each type of surface mounted door position sensor b) Two (2) concealed door position sensor c) One (1) of each type of card reader and card reader/keypad d) Access control data gathering panel 1) One (1) network controller 2) Two (2) card reader interface board 2. The security integrator will turn over the new and unused components and devices to the owner at project closeout. 1.8 DELIVERY,STORAGE AND HANDLING A. Follow provisions of Section 280000. 1.9 PROJECT/SITE CONDITIONS A. Follow provisions of Section 280000. CONFORMED BID SET 02/02/2026 1.10 WARRANTY A. Follow provisions of Section 280000. B. All devices and components shall comply with applicable U.L. standards. PART 2 - PRODUCTS 2.1 ACCEPTABLE SYSTEM MANUFACTURERS A. AC System Platform Software 1. RS2 Technologies' Access It! B. System Platform Server(Existing By Owner) 2.2 ACCEPTABLE ACCESS CONTROL MANUFACTURERS A. Access Control Data Gathering Panels<DGP> 1. AC/ID System compatible 2. Owner Approved Equivalent B. Proximity Card Readers<CR> 1. HID 2. XceedlD 3. Owner Approved Equivalent C. Door Position Switches<DP> 1. Concealed Magnetic Door Position Switch a) George Risk Industries (GRI) 199-12 b) Sentrol1076D c) Owner Approved Equivalent 2. Overhead Door Position Switch a) Floor mounted 1) GRI 230-36 2) Sentrol2200 D. Request-to-Exit Motion Sensor 1. Bosch DS160 series 2. Kantech T.REX series CONFORMED BID SET 02/02/2026 3. Securitron XMS series 4. Owner Approved Equivalent E. Electric Locking Mechanism Power Supply 1. Altronix 2. Alarm-Saf 3. LifeSafety Power 4. Owner Approved Equivalent F. Electric Locking Mechanisms (By Division 08) 1. Sargent 2. Schlage 3. Von Duprin 4. Locknetics 5. Owner Approved Equivalent G. Electric Power Transfer(By Division 08) 1. Security Door Controls (SDC) 2. Schlage 3. Von Duprin 4. Owner Approved Equivalent H. Wire& Cable 1. Belden 2. Windy City 3. General Cable 4. Owner Approved Equivalent I. End of Line (EoL) Resistor Terminators 1. Device End a) BASE Electronics 200796 Dual EOL 1000 Ohm Resistor 2. Panel End a) GRI 6644T Standard Series Parallel Resistor Packs 3. Owner Approved Equivalent PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS CONFORMED BID SET 02/02/2026 A. Power Supplies 1. Power supply requirements a) A switch and on/off indicator within the power supply cabinet. b) Four hours of sealed gel battery backup to provide continuous operation during power failure. 1) Provide batteries as required to provide specified battery backup time for a fully loaded power supply, regardless of the connected load. c) A battery charger to maintain the battery. d) Low battery and power fail contacts to monitor the status of the input power and the battery. 1) Connect each power supply low battery and power fail alarm as a separate alarm input into DGP. e) Key lockable wall mount metal enclosure with tamper switch. 2. Additional DGP Power Supply Requirements a) The DGP power supply provides power only to DGP's and shall not provide power for locks or any other low voltage device. 3. Additional Electric Locking Mechanism Power Supply Requirements a) Fail secure electric locking mechanisms shall remain locked during power failure and fire alarm conditions. b) Connect fail safe locking devices in accordance with applicable life safety codes to unlock automatically under the following conditions: 1) Loss of power to the power supply 2) Failure of the power supply 3) Fire alarm activation c) Provide power distribution boards with independently fused output relays and fire alarm control panel interface. 4. Additional Device Power Supply Requirements a) Provide device power supplies for other security system devices requiring power (e.g. card readers, local alarms, motion sensors, etc.) b) Provide power distribution boards with independently fused outputs. B. Video Surveillance System Integration 1. Automatic Video Call-up CONFORMED BID SET 02/02/2026 a) All alarms shall call up all cameras in the area of alarm to the screen of the ACID alarm operator workstation to allow for operator assessment of the alarm. 2. Pre and Post Alarm Video a) The operator shall be able to view up to 10 seconds of video before the alarm and 30 seconds after the alarm for all cameras associated with the alarm. b) This feature is to be integrated with the operator alarm notification to assist in alarm assessment. c) This feature shall be displayed as an option on the alarm notification screen and will not require operator to make a manual video search. 3. Recording a) All cameras whose field of view that include images of the area affected by the alarm, shall be recorded when an alarm is detected for use in forensic analysis, including the pre and post alarm video. C. Tamper Resistant Screws 1. Provide appropriate screw heads for each application (e.g. countersunk heads for recessed cover plate screws,flat head screws for standard junction box covers, etc.). 2. The security integrator shall provide Torx°tamper resistant screws for: a) Junction boxes located above doors b) Junction boxes located below ceiling height and/or within reach of hatch ladders c) Security device cover plates d) Surface mounted door position switches and armored cable 3.2 ENCLOSURE INSTALLATION A. Enclosures shall be lockable with a tamper switch and installed in a manner to be accessible with clearance to fully open enclosure door. B. All security panels shall be wired through a dedicated power supply with battery backup. 1. Power to the data gathering panels is to be hardwired utilizing EMT or rigid conduit in accordance with the Electrical specifications. 2. A circuit from the Fire Alarm panel must be installed to each lock power distribution panel. C. Enclosures shall be installed on designated wall fields in a neat and compact manner to allow for future growth. D. Enclosures shall be sized to allow for 20%growth in each panel. E. All panels and boards shall be installed in enclosure(s) suitable to their environment and have sufficient size and orientation to include all system components. CONFORMED BID SET 02/02/2026 F. Each panel shall be labeled accordance with Owner standards. The label for each panel shall be posted on the exterior of the panel door. a) Each panel shall have a list of devices connected to it located on the inside cover. b) A detailed device layout drawing will be located on the inside of the panel door in an appropriate sleeve and keeper. 3.3 FURTHER REQUIREMENTS A. Refer to provisions of Section 280000. B. Furnish and coordinate installation of all special device back boxes and ACID field devices as shown on the security drawings and as specified in this section. C. The exact installation locations of all equipment shall be coordinated and verified with the Contractor prior to installation. 1. Subcontractor shall notify the Contractor if any location appears to be unsuitable. D. Provide low voltage power supplies for electric locking devices and ACID devices and components as shown on the security drawings and specified in this Section. E. Coordinate with the Telecommunications Subcontractor for data network connections, IP address requirements, and telephone circuits as required. F. Prepare all systems for user operation. 1. The security system must be complete and ready to operate prior to Owner final acceptance of the system. G. Coordinate with the Owner for all system programming requirements. H. Perform database programming as required to support the card reader, alarm point, surveillance system integration, and control panel configuration as required. END OF SECTION 28 10 00 CONFORMED BID SET 02/02/2026 28 23 00 VIDEO SURVEILLANCE PART 1 - GENERAL 1.1 OVERVIEW A. This section provides specifications for the installation of an IP based Video Surveillance System and related components. B. Related Sections 1. Section 260000 Electrical (including related sub-sections) 2. Section 270000 Communications (including related sub-sections) 3. Section 280000 Electronic Security 4. Section 281000 Electronic Access Control 1.2 REFERENCES A. See Section 280000 Electronic Security. 1.3 SYSTEM DESCRIPTION A. The project will be equipped with a Video Management System (VMS) that is an extension of the existing VMS maintained by the City of Corpus Christi. 1. The new Video Management System (VMS) shall facilitate interface with the existing security head end equipment. 2. All work required to make available an extension to existing equipment shall be furnished and installed by the security subcontractor. 3. The Local Area Network (LAN) shall be used to make available the viewing of live and recorded signals from the local PC based NVR to other locations. B. The security integrator shall furnish and install the surveillance system, consisting of camera assemblies, NVRs and Video Surveillance workstation. 1. All active surveillance equipment and communication devices shall be on emergency/UPS power. C. Camera assemblies include camera, lens, housing, and mount. D. Coordinate all work that must be performed in security head end spaces with the General Contractor, the Electrical Contractor, and the Telecommunications contractor. (if applicable) E. Camera images shall support H.264 compression formats. CONFORMED BID SET 02/02/2026 F. Camera lenses for fixed cameras shall be varifocal and sized to provide the owner approved field of view. The lens shall be IR corrected and have megapixel resolution. G. Surveillance camera audio functions shall not be installed and/or disabled unless specifically requested by Owner. 1.4 SUBMITTALS A. Follow provisions of Section 280000 for additional requirements. B. Project Data 1. Provide a description of system operation indicating the purpose and capability of each device/component of the system with a functional diagram indicating all interfaces to other systems. C. Video Quality test reports shall be provided for all cameras to confirm an optimum high definition video signal. D. Shop drawings shall reflect all requirements associated with Owner provided or existing equipment and materials that will be used as part of this system. E. Video Storage calculations to show the system capacity can accommodate the specified video retention. F. Battery calculations to show the expected loads and backup duration for camera power supplies and UPS devices for all active surveillance equipment. G. System programming, camera titles, descriptions, camera images and database 1. Camera titles and descriptions prior to system programming 2. Programming/database prior to performance testing 3. Provide a cross reference between specified camera numbers and programmed camera numbers 4. Final programming, camera images and system documentation on electronic media to Owner H. Product Data 1. Manufacturer's technical data sheets and specifications 1.5 QUALITY ASSURANCE A. Follow provisions of Section 280000. B. Spare Parts: 1. Provide the following spare parts: CONFORMED BID SET 02/02/2026 a) One (1) of each type of surveillance camera 2. The security integrator will turn over the new and unused components and devices to the owner at project closeout. 1.6 DELIVERY,STORAGE AND HANDLING A. See Section 280000. 1.7 PROJECT/SITE CONDITIONS A. See Section 280000. 1.8 WARRANTY A. See Section 280000. PART 2 - PRODUCTS 2.1 CAMERA SPECIFICATIONS A. All cameras shall be a Dome Camera unless otherwise specified 1. Compatible with the VMS 2. Vandal resistant with polycarbonate dome 3. Wide Dynamic Range Feature: All exterior cameras and interior cameras that have exterior lighting or headlights in their field of view shall have a Wide Dynamic Range feature to improve picture quality in situations with strong backlighting. 4. Multi-stream so that recording and viewing can be at different frame rate and compression. 5. Day-night Color/B&W camera with cut filter 6. Exterior cameras: a) Include a heater to permit fog-free viewing in low temperatures b) Fan to prevent overheating in high temperatures (as required) B. Interior Fixed Dome Camera: 1. Resolution shall be a minimum of 2MP (1080p) at 30 FPS 2. Shall be IP, PoE IEEE 802.3af 3. Smoked lower dome 4. Varifocal auto-iris fixed lens sized to provide the owner approved field of view 5. Size camera and lens for facial recognition at a minimum of 60 pixels per foot at the target location 6. Shall have a minimum sensitivity of 0.05 Lux at 30 IRE CONFORMED BID SET 02/02/2026 C. Interior Single Sensor Panoramic 1802 and 3602 Camera: 1. Resolution shall be a minimum of 12MP at 20 FPS 2. Shall be IP, PoE IEEE 802.3af 3. Smoked lower dome 4. Native edge processing to allow for multiple views including: a) 1802/3602 overview b) Up to 4 individually cropped out and de-warped views 5. Fixed Iris/Fixed Focus 6. Horizontal/Vertical FoV: min 1809 7. Size camera and lens for facial recognition at a minimum of 60 pixels per foot at the target location 8. Shall have a minimum sensitivity of 0.19 Lux at 50 IRE D. Interior Multi Sensor 1802, 2702, and 3602 Camera: 1. Resolution shall be a minimum of 8MP at 30 FPS (4x 1080p) 2. Shall be IP, PoE IEEE 802.3af 3. Smoked lower dome 4. Allows for up to 4 multiple views 5. Varifocal auto-iris fixed lens sized to provide the owner approved field of view. 6. Size camera and lens for facial recognition at a minimum of 60 pixels per foot at the target location 7. Shall have a minimum sensitivity of 0.17 Lux at 50 IRE E. Exterior Fixed Dome Camera: 1. Resolution shall be a minimum of 2MP (1080p) at 30 FPS 2. Shall be IP, PoE IEEE 802.3af 3. Clear lower dome, unless otherwise specified 4. Vari-focal auto-iris fixed lens sized to provide the owner approved field of view. 5. Outdoor rated to meet International Protection Rating (IP) 66 6. Shall have a minimum sensitivity of 0.05 Lux at 30 IRE F. Exterior Single Sensor Panoramic 1802 and 360° Camera: 1. Resolution shall be a minimum of 12MP at 20 FPS 2. Shall be IP, PoE IEEE 802.3af 3. Clear lower dome, unless otherwise specified 4. Native edge processing to allow for multiple views including: a) 1802/3602 overview b) Up to 4 individually cropped out and de-warped views 5. Fixed Iris/Fixed Focus 6. Horizontal/Vertical FoV: min 1802 CONFORMED BID SET 02/02/2026 7. Size camera and lens for facial recognition at a minimum of 60 pixels per foot at the target location 8. Outdoor rated to meet IP66 9. Shall have a minimum sensitivity of 0.19 Lux at 50 IRE G. Exterior Multi Sensor 1802, 2702, and 3602 Camera: 1. Resolution shall be a minimum of 81VIP at 30 FPS (4x 1080p) 2. Shall be IP, PoE IEEE 802.3af 3. Clear lower dome, unless otherwise specified 4. Allows for up to 4 multiple views 5. Varifocal auto-iris fixed lens sized to provide the owner approved field of view. 6. Size camera and lens for facial recognition at a minimum of 60 pixels per foot at the target location 7. Outdoor rated to meet IP66 8. Shall have a minimum sensitivity of 0.17 Lux at 50 IRE 2.2 MIDSPAN PoE POWER INJECTORS A. Provide rack mounted power injectors when PoE camera power exceeds capacity of owner provided Network Switch port power. 2.3 ACCEPTABLE MANUFACTURERS A. Video Management System (VMS) Platform Software 1. VIVOTEK's VAST 2 2. Owner approve equivalent B. NVR Server: Compatible with VMS Requirements 1. NVR specification compliant hardware C. Interior Standard Fixed Camera 1. Vivotek 2. Owner Approved Equivalent D. Interior Single Sensor Panoramic 1802 and 3602 Camera 1. Vivotek 2. Owner Approved Equivalent E. Interior Multi Sensor 1802, 2702, and 3602 Camera 1. Vivotek 2. Owner Approved Equivalent CONFORMED BID SET 02/02/2026 F. Exterior Standard Fixed Camera 1. Vivotek 2. Owner Approved Equivalent G. Exterior Single Sensor Panoramic 1802 and 3602 Camera 1. Vivotek 2. Owner Approved Equivalent H. Exterior Multi Sensor 1802, 2702, and 3602 Camera 1. Vivotek 2. Owner Approved Equivalent I. Camera Mount 1. Vivotek 2. Axis Communications 3. American Dynamics 4. Pelco 5. Owner Approved Equivalent J. Wide Angle Megapixel Camera Lens 1. Computar 2. Theia 3. Owner Approved Equivalent K. Mid-span PoE Injector 1. Leviton 2. Panduit 3. Owner Approved Equivalent L. Uninterruptible Power Supply(UPS) 1. Eaton UPS a) 5S series for workstations b) 9170 for rack mounted equipment 2. APC Smart-UPS Series a) SMT series for workstations b) Smart-UPS on-Line series for rack mounted equipment 3. MinuteMan a) Pro series for workstations CONFORMED BID SET 02/02/2026 b) Enterprise Plus series for rack mounted equipment 4. Owner Approved Equivalent M. Surge Protection 1. Ditek 2. Owner Approved Equivalent PART 3 - EXECUTION 3.1 CONFIGURATION A. Video Cameras 1. Provide day/night cameras in exterior locations 2. Lenses shall be field tested with Owner present to verify clear, crisp images and desired field of view a) Substitute camera lenses as necessary to obtain required field of view at no additional cost b) Provide spot filters for exterior lenses as required to reduce picture washout caused by sunlight B. IP PoE Cameras 1. The security integrator shall coordinate network and IP address requirements with Owner to identify the Media Access Control (MAC) address (Layer 2) of each provided camera, the location to be installed, and the port configuration needed for communication. 2. Make all necessary adjustments to camera lenses to obtain clear,crisp images and desired field of view to the Owners satisfaction. a) Substitute camera lenses as necessary to obtain required field of view at no additional cost. 1) Adjust all cameras to produce high-definition images with no blooming, streaking or noticeable lag. 2) Provide and install in-line PoE injectors as required when non PoE network switches are used or when manufacturer specified power is not available to the camera. 3) All camera power shall comply with the specified power requirements. 3.2 POWER REQUIREMENTS A. Provide uninterruptible power supplies for all active surveillance equipment CONFORMED BID SET 02/02/2026 1. Rack mounted components, including all active network communication hardware, shall be on an Uninterruptible Power Supply<UPS>system. 2. Refer to Section 280000 for UPS and power requirements 3. Camera power supplies shall be on an Auxiliary Power Supply<APS>, system as required, with a battery backup. a) The Auxiliary power supply shall be furnished with a power distribution panel with each camera individually fused or protected with an over-current protector. B. Power supplies shall provide: 1. 120 VAC input and output voltage as required 2. UL Listed 3. Power fail contacts to monitor the status of the input power a) Connect each power supply power fail alarm as a separate alarm input into AC/ID system 4. Key lockable wall mount metal enclosure with tamper switch 5. Independently fused outputs 3.3 INSTALLATION A. Refer to provisions of Section 280000 B. All surveillance system devices and components shall be compatible. C. Review landscape drawings, Building Information Model (BIM) files, and field verify landscape and adjacent architectural structures to ensure that video surveillance camera views are on target and unobstructed. D. Camera Housings and Mounts 1. Cameras shall include housings and mounts as indicated in the Drawings. a) Provide the smallest available housing for each camera application. 1) Integrated miniature dome cameras are preferred 2. Wiring to cameras shall pass from the back-box through the mount and into the housing. Exposed wiring or conduit shall not be acceptable. 3. Provide sun shields for camera housings in outdoor locations exposed directly to sunlight. 4. Provide surge protection for power and copper video cables for exterior cameras at the camera and at the point of termination (security rack). 5. Field verify the exact camera location, position, and mounting prior to installation. 6. Roof mounted cameras shall use roof deck brackets. E. Video Management Control System CONFORMED BID SET 02/02/2026 1. System platform software shall be 'open architecture' allowing for compatibility and integration with other building automated systems. 2. The system shall allow for secure remote viewing of live and recorded video as required. F. Provide labeling suitable to Owner for all major equipment components. Coordinate with Owner on numbering scheme to match existing. Major equipment components: 1. Video monitors, IP camera Patch Panels, and Network Video Recorders (NVR) G. Coordinate with Telecommunication subcontractor for network and patch panel provisions for security connections in the IT room. (If applicable) H. Coordinate with Owner for all system programming and database requirements. 1. Provide all programming, setup, camera and device titling and data entry 2. Camera and device title and descriptions shall be consistent for all components I. Install all Point-to-Point wiring with appropriate terminal connections for every wire and component termination so that all connections are mechanically and electrically secure. J. Install field wiring in continuous lengths, without splices. K. Verify upon job completion that all wiring and terminations are clearly labeled to identify the wire and terminal. L. Testing of the surveillance system includes checkout of installed cameras back to the Security head end equipment to confirm proper operation of camera assemblies. Security integrator shall provide all necessary test equipment to fully demonstrate proper performance of field devices. Copies of test results shall be included in the project completion submittals given to the Owner. END OF SECTION 28 23 00 CONFORMED BID SET 02/02/2026 SECTION 28 3100 FIRE DETECTION AND ALARM SYSTEM PART 1-GENERAL 1.01 DESCRIPTION A. Scope of work shall include new stand-alone system. B. This section of the specification includes the furnishing, installation,connection and testing of the microprocessor controlled, intelligent reporting fire alarm equipment required to form a complete,operative,coordinated system. It shall include,but not be limited to,alarm initiating devices, alarm notification appliances, Fire Alarm Control Panel (FACP), auxiliary control devices, annunciators, and wiring as shown on the drawings and specified herein. C. The fire alarm system shall comply with requirements of NFPA Standard 72 for Protected Premises Signaling Systems except as modified and supplemented by this specification. The system shall be electrically supervised and monitor the integrity of all conductors. D. The fire alarm system shall be manufactured by an ISO 9001 certified company and meet the requirements of BS EN9001: ANSI/ASQC Q9001-1994. E. The FACP and peripheral devices shall be manufactured 100% by a single U.S. manufacturer (or division thereof). F. The system and its components shall be Underwriters Laboratories, Inc. listed under the appropriate UL testing standard as listed herein for fire alarm applications and the installation shall be in compliance with the UL listing. G. The installing company shall employ NICET (minimum Level II Fire Alarm Technology) technicians on site to guide the final checkout and to ensure the systems integrity. 1.02 SCOPE A. A new intelligent reporting, microprocessor controlled fire detection system shall be installed in accordance to the project specifications and drawings. B. A microprocessor-controlled control panel shall be installed in accordance with the project specifications and drawings. C. Basic Performance: 1. Alarm, trouble and supervisory signals from all intelligent reporting devices shall be encoded on NFPA Style 4 (Class B) Signaling Line Circuits (SLC). 2. Initiation Device Circuits (IDC) shall be wired Class B (NFPA Style A) as part of an addressable device connected by the SLC Circuit. 3. Notification Appliance Circuits (NAC) shall be wired Class B (NFPA Style Y) as part of an addressable device connected by the SLC Circuit. FIRE DETECTION AND ALARM SYSTEM 28 3100- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 4. On Style 6 or 7(Class A) configurations a single ground fault or open circuit on the system Signaling Line Circuit shall not cause system malfunction, loss of operating power or the ability to report an alarm. S. Alarm signals arriving at the FACP shall not be lost following a primary power failure (or outage) until the alarm signal is processed and recorded. 6. NAC circuits shall be arranged such that there is a minimum of one circuit per floor of the building or smoke zone whichever is greater. 7. NAC circuits and control equipment shall be arranged such that loss of anyone (1) circuit will not cause the loss of any other circuit in the system. 1.03 BASIC SYSTEM FUNCTIONAL OPERATION A. When a fire alarm condition is detected and reported by one of the systems initiating devices, the following functions shall immediately occur: 1. The system alarm LED on the system display shall flash. 2. A local piezo electric signal in the control panel shall sound. 3. A backlit LCD display shall indicate all information associated with the fire alarm condition, including the type of alarm point and its location within the protected premises. 4. Printing and history storage equipment shall log the information associated each new fire alarm control panel condition, along with time and date of occurrence. 5. All system output programs assigned via control-by-event interlock programming to be activated by the particular point in alarm shall be executed, and the associated system outputs (notification appliances and/or relays) shall be activated. 1.04 SUBMITTALS A. General: 1. Two copies of all submittals shall be submitted to the Architect/Engineer for review. 2. All references to manufacturer's model numbers and other pertinent information herein is intended to establish minimum standards of performance, function and quality. Equivalent compatible UL-listed equipment from other manufacturers may be substituted for the specified equipment as long as the minimum standards are met. 3. For equipment other than that specified, the contractor shall supply proof that such substitute equipment equals or exceeds the features,functions, performance, and quality of the specified equipment. B. Shop Drawings: 1. Sufficient information, clearly presented, shall be included to determine compliance with drawings and specifications. FIRE DETECTION AND ALARM SYSTEM 28 3100-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Include manufacturer's name(s), model numbers, ratings, power requirements, equipment layout, device arrangement, complete wiring point-to-point diagrams, and conduit layouts. 3. Show annunciator layout, configurations, and terminations. C. Manuals: 1. Submit simultaneously with the shop drawings, complete operating and maintenance manuals listing the manufacturer's name(s), including technical data sheets. 2. Wiring diagrams shall indicate internal wiring for each device and the interconnections between the items of equipment. 3. Provide a clear and concise description of operation that gives, in detail, the information required to properly operate the equipment and system. D. Software Modifications 1. Provide the services of a factory trained and authorized technician to perform all system software modifications, upgrades or changes. Response time of the technician to the site shall not exceed 4 hours. 2. Provide all hardware, software, programming tools and documentation necessary to modify the fire alarm system on site. Modification includes addition and deletion of devices, circuits, zones and changes to system operation and custom label changes for devices or zones. The system structure and software shall place no limit on the type or extent of software modifications on-site. E. Certifications: 1. Together with the shop drawing submittal, submit a certification from the major equipment manufacturer indicating that the proposed supervisor of the installation and the proposed performer of contract maintenance is an authorized representative of the major equipment manufacturer. Include names and addresses in the certification. 2. Submit copies of State licenses. 1.05 GUARANTY A. All work performed and all material and equipment furnished under this contract shall be free from defects and shall remain so for a period of at least one (1) year from the date of acceptance. The full cost of maintenance, labor and materials required to correct any defect during this one-year period shall be included in the submittal bid. 1.06 POST CONTRACT MAINTENANCE A. Complete maintenance and repair service for the fire alarm system shall be available from a factory trained authorized representative of the manufacturer of the major equipment for a period of five (5) years after expiration of the guaranty. FIRE DETECTION AND ALARM SYSTEM 28 3100-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. As part of the bid/proposal, include a quote for a maintenance contract to provide all maintenance, tests, and repairs described below. Include also a quote for unscheduled maintenance/repairs, including hourly rates for technicians trained on this equipment, and response travel costs for each year of the maintenance period. Submittals that do not identify all post contract maintenance costs will not be accepted. Rates and costs shall be valid for the period of five (5) years after expiration of the guaranty. C. Maintenance and testing shall be on a semiannual basis or as required by the AHJ. A preventive maintenance schedule shall be provided by the contractor describing the protocol for preventive maintenance.The schedule shall include: 1. Systematic examination, adjustment and cleaning of all detectors, manual fire alarm stations, control panels, power supplies, relays, waterflow switches and all accessories of the fire alarm system. 2. Each circuit in the fire alarm system shall be tested semiannually. 3. Each smoke detector shall be tested in accordance with the requirements of NFPA 72 Chapter 7. 1.07 POST CONTRACT EXPANSIONS A. The contractor shall have the ability to provide parts and labor to expand the system specified, if so requested, for a period of five (5)years from the date of acceptance. B. As part of the submittal, include a quotation for all parts and material, and all installation and test labor as needed to increase the number of intelligent or addressable devices by ten percent (10%). This quotation shall include intelligent smoke detectors, intelligent heat detectors, addressable manual stations, addressable monitor modules and addressable modules equal in number to one tenth of the number required to meet this specification (list actual quantity of each type). C. The quotation shall include installation,test labor, and labor to reprogram the system for this 10% expansion. If additional FACP hardware is required, include the material and labor necessary to install this hardware. D. Do not include cost of conduit or wire or the cost to install conduit or wire except for labor to make final connections at the FACP and at each intelligent addressable device. Do not include the cost of conventional peripherals or the cost of initiating devices or notification appliances connected to the addressable monitor/control modules. E. Submittals that do not include this estimate of post contract expansion cost will not be accepted. 1.08 APPLICABLE STANDARDS AND SPECIFICATIONS The specifications and standards listed below form a part of this specification. The system shall fully comply with the latest issue of these standards, if applicable: A. National Fire Protection Association (NFPA) - USA: FIRE DETECTION AND ALARM SYSTEM 28 3100-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. No. 12 CO2 Extinguishing Systems (low and high) 2. No. 12A Halon 1301 Extinguishing Systems 3. No. 13 Sprinkler Systems 4. No. 15 Water Spray Systems 5. No. 16 Foam/Water Deluge and Spray Systems 6. No. 17 Dry Chemical Extinguishing Systems 7. No. 17A Wet Chemical Extinguishing Systems 8. No. 2001 Clean Agent Extinguishing Systems 9. No. 72 National Fire Alarm Code 10. No. 101 Life Safety Code B. Underwriters Laboratories Inc. (UL) - USA: 1. No. 268 Smoke Detectors for Fire Protective Signaling Systems 2. No. 864 Control Units for Fire Protective Signaling Systems 3. No. 217 217 Smoke Detectors, Single and Multiple Station 4. No. 228 Door Closers- Holders for Fire Protective Signaling Systems 5. No. 864 Standard for Control Units for Fire Protective Signaling Systems 6. No. 268A Smoke Detectors for Duct Applications 7. No. 521 Heat Detectors for Fire Protective Signaling Systems 8. No. 464 Audible Signaling Appliances 9. No. 38 Manually Actuated Signaling Boxes 10. No. 1481 Power Supplies for Fire Protective Signaling Systems 11. No. 346 Waterflow Indicators for Fire Protective Signaling Systems 12. No. 1076 Control Units for Burglar Alarm Proprietary Protective Signaling Systems 13. No. 1971 Visual Notification Appliances 14. No. 2017 Standard for General-Purpose Signaling Devices and Systems 15. No. 60950 Safety of Information Technology Equipment C. Local and State Building Codes. D. All requirements of the Authority Having Jurisdiction (AHJ). 1.09 APPROVALS A. The system shall have proper listing and/or approval from the following nationally recognized agencies: FIRE DETECTION AND ALARM SYSTEM 28 3100-5 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. UL Underwriters Laboratories Inc. B. The fire alarm control panel shall meet UL Standard 864 Ninth Edition (Control Units) and UL Standard 1076 (Proprietary Burglar Alarm Systems). C. The system shall be listed by the national agencies as suitable for extinguishing release applications. The system shall support release of high and low pressure CO2. PART 2-PRODUCTS 2.01 EQUIPMENT AND MATERIAL,GENERAL A. All equipment and components shall be new, and the manufacturer's current model. The materials, appliances, equipment and devices shall be tested and listed by a nationally recognized approvals agency for use as part of a protective signaling system, meeting the National Fire Alarm Code. B. All equipment and components shall be installed in strict compliance with manufacturers' recommendations. Consult the manufacturer's installation manuals for all wiring diagrams, schematics, physical equipment sizes, etc., before beginning system installation. C. All equipment shall be attached to walls and ceiling/floor assemblies and shall be held firmly in place (e.g., detectors shall not be supported solely by suspended ceilings). Fasteners and supports shall be adequate to support the required load. 2.02 CONDUIT AND WIRE A. Conduit: 1. Conduit shall be in accordance with The National Electrical Code (NEC), local and state requirements. 2. Where required, all wiring shall be installed in conduit or raceway. Conduit fill shall not exceed 40 percent of interior cross-sectional area where three or more cables are contained within a single conduit. 3. Cable must be separated from any open conductors of power, or Class 1 circuits, and shall not be placed in any conduit, junction box or raceway containing these conductors, per NEC Article 760. 4. Wiring for 24-volt DC control, alarm notification, emergency communication and similar power-limited auxiliary functions may be run in the same conduit as initiating and signaling line circuits.All circuits shall be provided with transient suppression devices and the system shall be designed to permit simultaneous operation of all circuits without interference or loss of signals. 5. Conduit shall not enter the fire alarm control panel, or any other remotely mounted control panel equipment or backboxes, except where conduit entry is specified by the FACP manufacturer. 6. Conduit shall be 3/4-inch (19.1 mm) minimum. FIRE DETECTION AND ALARM SYSTEM 28 3100-6 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 B. Wire: 1. All fire alarm system wiring shall be new. 2. Wiring shall be in accordance with local, state and national codes (e.g., NEC Article 760) and as recommended by the manufacturer of the fire alarm system. Number and size of conductors shall be as recommended by the fire alarm system manufacturer, but not less than 18 AWG (1.02 mm) for Initiating Device Circuits, Signaling Line Circuits, and Notification Appliance Circuits. 3. All wire and cable shall be listed and/or approved by a recognized testing agency for use with a protective signaling system. 4. Wire and cable not installed in conduit shall have a fire resistance rating suitable for the installation as indicated in NFPA 70(e.g., FPLR). 5. Wiring used for the multiplex communication circuit(SLC)shall be twisted and unshielded and support a minimum wiring distance of 12,500 feet. The design of the system shall permit use of IDC and NAC wiring in the same conduit with the SLC communication circuit. 6. All field wiring shall be electrically supervised for open circuit and ground fault. C. The fire alarm control panel shall be capable of t-tapping Class B (NFPA Style 4) Signaling Line Circuits (SLCs). Systems that do not allow or have restrictions in, for example, the number of t-taps, length of t-taps etc., are not acceptable. D. Terminal Boxes,Junction Boxes and Cabinets: 1. All boxes and cabinets shall be UL listed for their use and purpose. E. Initiating circuits shall be arranged to serve like categories (manual,smoke,waterflow). Mixed category circuitry shall not be permitted except on signaling line circuits connected to intelligent reporting devices. F. The fire alarm control panel shall be connected to a separate dedicated branch circuit, maximum 20 amperes. This circuit shall be labeled at the main power distribution panel as FIRE ALARM. Fire alarm control panel primary power wiring shall be 12 AWG. The control panel cabinet shall be grounded securely to either a cold-water pipe or grounding rod. 2.03 MAIN FIRE ALARM CONTROL PANEL OR NETWORK NODE A. Main FACP or network node shall be manufactured by Silent Knight, Fire-Lite or approved equivalent and shall contain a microprocessor based Central Processing Unit(CPU) and power supply in an economical space saving single board design. The CPU shall communicate with and control the following types of equipment used to make up the system: intelligent addressable smoke and thermal (heat) detectors,addressable modules, printer, annunciators, and other system-controlled devices. B. Operator Control 1. Acknowledge Switch: FIRE DETECTION AND ALARM SYSTEM 28 3100-7 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. Activation of the control panel acknowledge switch in response to new alarms and/or troubles shall silence the local panel piezo electric signal and change the alarm and trouble LEDs from flashing mode to steady-ON mode. If multiple alarm or trouble conditions exist, depression of this switch shall advance the LCD display to the next alarm or trouble condition. b. Depression of the Acknowledge switch shall also silence all remote annunciator piezo sounders. 2. Alarm Silence Switch: Activation of the alarm silence switch shall cause all programmed alarm notification appliances and relays to return to the normal condition after an alarm condition. The selection of notification circuits and relays that are silence able by this switch shall be fully field programmable within the confines of all applicable standards. The FACP software shall include silence inhibit and auto-silence timers. 3. Alarm Activate (Drill) Switch: The Alarm Activate switch shall activate all notification appliance circuits.The drill function shall latch until the panel is silenced or reset. 4. System Reset Switch: Activation of the System Reset switch shall cause all electronically latched initiating devices, appliances or software zones, as well as all associated output devices and circuits,to return to their normal condition. 5. Lamp Test:The Lamp Test switch shall activate all local system LEDs, light each segment of the liquid crystal display and display the panel software revision for service personal. C. System Capacity and General Operation 1. The control panel or each network node shall provide or be capable of 318 intelligent/addressable devices. 2. The control panel or each network node shall include Form-C alarm,trouble, supervisory, and security relays rated at a minimum of 2.0 amps @ 30 VDC. 3. It shall also include four Class B (NFPA Style Y) or Class A (NFPA Style Z) programmable Notification Appliance Circuits. 4. The Notification Appliance Circuits shall be programmable to Synchronize with System Sensor, Gentex and Wheelock Notification Appliances. 5. The system shall include a full featured operator interface control and annunciation panel that shall include a backlit Liquid Crystal Display (LCD), individual color coded system status LEDs, and an alphanumeric keypad with easy touch rubber keys for the field programming and control of the fire alarm system. 6. The system shall be programmable, configurable, and expandable in the field without the need for special tools, PROM programmers or PC based programmers. It shall not require replacement of memory ICs to facilitate programming changes. 7. The system shall allow the programming of any input to activate any output or group of outputs. Systems that have limited programming (such as general alarm), have complicated programming(such as a diode matrix),or require a laptop personal computer are not considered suitable substitutes. FIRE DETECTION AND ALARM SYSTEM 28 3100-8 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 8. The FACP shall support up to 20 logic equations, including "and," "or," and "not," or time delay equations to be used for advanced programming. Logic equations shall require the use of a PC with a software utility designed for programming. 9. The FACP or each network node shall provide the following features: a. Drift compensation to extend detector accuracy over life. Drift compensation shall also include a smoothing feature, allowing transient noise signals to be filtered out. b. Detector sensitivity test, meeting requirements of NFPA 72. c. Maintenance alert,with two levels(maintenance alert/maintenance urgent),to warn of excessive smoke detector dirt or dust accumulation. d. Nine sensitivity levels for alarm, selected by detector. The alarm level range shall be .5 to 2.35 percent per foot for photoelectric detectors and 0.5 to 2.5 percent per foot for ionization detectors. The system shall also support sensitive advanced detection laser detectors with an alarm level range of .02 percent per foot to 2.0 percent per foot. The system shall also include up to nine levels of Prealarm,selected by detector, to indicate impending alarms to maintenance personnel. e. The ability to display or print system reports. f. Alarm verification, with counters and a trouble indication to alert maintenance personnel when a detector enters verification 20 times. g. PAS presignal, meeting NFPA 72 requirements. h. Rapid manual station reporting (under 3 seconds) and shall meet NFPA 72 requirements for activation of notification circuits within 10 seconds of initiating device activation. i. Periodic detector test, conducted automatically by the software. j. Self optimizing pre-alarm for advanced fire warning, which allows each detector to learn its particular environment and set its prealarm level to just above normal peaks. k. Cross zoning with the capability of counting: two detectors in alarm, two software zones in alarm, or one smoke detector and one thermal detector. I. Walk test, with a check for two detectors set to same address. m. Control-by-time for non-fire operations,with holiday schedules. n. Day/night automatic adjustment of detector sensitivity. o. Device blink control for sleeping areas. 10. The FACP shall be capable of coding main panel node notification circuits in March Time (120 PPM) and Temporal (NFPA 72 A-2-2.2.2) activates. The panel shall also provide a coding option that will synchronize specific strobe lights designed to accept a specific "sync pulse." 11. Network Communication FIRE DETECTION AND ALARM SYSTEM 28 3100-9 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. The FACP shall be capable of communicating on a Local Area Network (LAN), a firmware package that utilizes a peer-to-peer, inherently regenerative communication format and protocol. D. Central Microprocessor 1. The microprocessor shall be a state-of-the-art, high speed, 16-bit RISC device and it shall communicate with, monitor and control all external interfaces. It shall include an EPROM for system program storage, Flash memory for building-specific program storage, and a "watch dog" timer circuit to detect and report microprocessor failure. 2. The microprocessor shall contain and execute all control-by-event programs for specific action to be taken if an alarm condition is detected by the system. Control-by-event equations shall be held in non-volatile programmable memory, and shall not be lost even if system primary and secondary power failure occurs. 3. The microprocessor shall also provide a real-time clock for time annotation of system displays, printer, and history file. The time-of-day and date shall not be lost if system primary and secondary power supplies fail.The real time clock may also be used to control non-fire functions at programmed time-of-day, day-of-week, and day-of-year. 4. A special program check function shall be provided to detect common operator errors. 5. An auto-program (self-learn) function shall be provided to quickly install initial functions and make the system operational. 6. For flexibility and to ensure program validity, an optional Windows(TM) based program utility shall be available. This program shall be used to off-line program the system with batch upload/download, and have the ability to upgrade the manufacturers (FLASH) system code changes. This program shall also have a verification utility, which scans the program files, identifying possible errors. It shall also have the ability to compare old program files to new ones,identifying differences in the two files to allow complete testing of any system operating changes. This shall be in incompliance with the NFPA 72 requirements for testing after system modification. E. System Display 1. The system shall support an 80 character display. The display shall include an 80-character backlit alphanumeric Liquid Crystal Display(LCD) and a full PC style QWERTY keypad. 2. The display shall provide all the controls and indicators used by the system operator: a. The 80-character display shall include the following operator control switches: ACKNOWLEDGE, ALARM SILENCE, ALARM ACTIVATE (drill), SYSTEM RESET, and LAMP TEST. 3. The display shall annunciate status information and custom alphanumeric labels for all intelligent detectors, addressable modules, internal panel circuits, and software zones. 4. The display shall also provide Light-Emitting Diodes. FIRE DETECTION AND ALARM SYSTEM 28 31 00- 10 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 a. The 80-character display shall provide 12 Light-Emitting-Diodes (LEDs), that indicate the status of the following system parameters: AC POWER, FIRE ALARM, PREALARM WARNING, SECURITY ALARM, SUPERVISORY SIGNAL, SYSTEM TROUBLE, DISABLED POINTS, ALARM SILENCED, Controls Active, Pre-Discharge, Discharge and Abort. 5. The display shall provide a QWERTY type keypad a. The 80-character display keypad shall be an easy to use QWERTY type keypad, similar to a PC keyboard.This shall be part of the standard system and have the capability to command all system functions, entry of any alphabetic or numeric information, and field programming. Two different password levels shall be provided to prevent unauthorized system control or programming. 6. The system shall support the display of battery charging current and voltage on the 80- character LCD display. F. Signaling Line Circuits(SLC) 1. Each FACP or FACP network node shall support one SLC. Each SLC interface shall provide power to and communicate with up to 159 intelligent detectors (ionization, photoelectric or thermal) and 159 intelligent modules (monitor or control) for a loop capacity of 318 devices. SLC shall be capable of NFPA 72 Style 4, Style 6, or Style 7 (Class A or B)wiring. 2. CPU shall receive analog information from all intelligent detectors to be processed to determine whether normal, alarm, prealarm,ortrouble conditions exist for each detector. The software shall automatically maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the accumulation of dust in each detector. The analog information shall also be used for automatic detector testing and for the automatic determination of detector maintenance requirements. G. Serial Interfaces 1. The system shall include two serial EIA-232 interfaces. Each interface shall be a means of connecting UL Listed Information Technology Equipment (ITE) peripherals. a. The EIA-485 interface may be used for network connection to a proprietary-receiving unit. H. Enclosures: 1. The control panel shall be housed in a UL-listed cabinet suitable for surface or semi-flush mounting.The cabinet and front shall be corrosion protected,given a rust-resistant prime coat, and manufacturer's standard finish. 2. The back box and door shall be constructed of 0.060 steel with provisions for electrical conduit connections into the sides and top. 3. The door shall provide a key lock and shall include a glass or other transparent opening for viewing of all indicators. For convenience, the door may be site configured for either right-or left-hand hinging. I. Power Supply: FIRE DETECTION AND ALARM SYSTEM 28 31 00- 11 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. A high-tech off-line switching power supply shall be available for the fire alarm control panel or network node and provide 6.0 amps of available power for the control panel and peripheral devices. 2. Provisions will be made to allow the audio-visual power to be increased as required by adding modular expansion audio-visual power supplies. 3. Positive-Temperature-Coefficient(PTC)thermistors,circuit breakers,or other over-current protection shall be provided on all power outputs. The power supply shall provide an integral battery charger for use with batteries up to 200 AH or may be used with an external battery and charger system. Battery arrangement may be configured in the field. 4. The power supply shall continuously monitor all field wires for earth ground conditions, and shall have the following LED indicators: []Ground Fault LED []AC Power Fail LED []NAC on LED (4) 5. The main power supply shall operate on 120 VAC, 60 Hz, and shall provide all necessary power for the FACP. 6. The main power supply shall provide a battery charger using dual rate charging techniques for fast battery recharge and be capable of charging batteries up to 200 AH. 7. All circuits shall be power-limited, per UL864 requirements. J. Auxiliary Field Power Supply—Addressable 1. The auxiliary addressable power supply is a remote 24 VDC power supply used to power Notification Devices and field devices that require regulated 24VDC power. The power supply shall also include and charge backup batteries. 2. The addressable power supply for the fire alarm system shall provide up to a minimum of 6.0 amps of 24-volt DC regulated power for Notification Appliance Circuit (NAC) power or 10 amps of 24-volt DC general power. The power supply shall have an additional .5 amp of 24 VDC auxiliary power for use within the same cabinet as the power supply. It shall include an integral charger designed to charge 12.0-200.0-amp hour batteries. 3. The addressable power supply shall provide four individually addressable Notification Appliance Circuits that may be configured as two Class"A" and two Class"B" or four Class "B" only circuits. All circuits shall be power limited per UL 864 requirements. 4. The addressable power supply shall provide built-in synchronization for certain Notification Appliances on each circuit without the need for additional synchronization modules. The power supply's output circuits shall be individually selected for synchronization. A single addressable power supply shall be capable of supporting both synchronized and non-synchronized Notification Devices at the same time. 5. The addressable power supply shall operate on 120 or 240 VAC, 50/60 Hz. 6. The interface to the power supply from the Fire Alarm Control Panel (FACP) shall be via the Signaling Line Circuit(SLC)or other multiplexed means Power supplies that do not use an intelligent interface are not suitable substitutes. The required wiring from the FACP to FIRE DETECTION AND ALARM SYSTEM 28 31 00- 12 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 the addressable power supply shall be a single unshielded twisted pair wire. Data on the SLC shall be transmitted between 24 VDC, 5 VDC and 0 VDC at approximately 3.33k baud. 7. The addressable power supply shall supervise for battery charging failure,AC power loss, power brownout, battery failure, NAC loss, and optional ground fault detection. In the event of a trouble condition, the addressable power supply shall report the incident and the applicable address to the FACP via the SLC. 8. The addressable power supply shall have an AC Power Loss Delay option. If this option is utilized and the addressable power supply experiences an AC power loss, reporting of the incident to the FACP will be delayed.A delay time of zero,two,eight or sixteen hours shall be programmable. 9. The addressable power supply mounts in either the FACP backbox or it's own dedicated surface mounted backbox with cover. 10. Each of the power supply's four output circuits shall be programmed for Notification Appliance Circuit or General Purpose 24 VDC power. Any output circuit shall be able to provide up to 2.5 amps of 24 VDC power. 11. The addressable power supply's output circuits shall be individually supervised when they are selected to be either a Notification Appliance Circuit when wired Class "A" or by the use of and end-of-line resistor. When the power supply's output circuit is selected as General 24VDC power, the circuit shall be individually supervised when an end-of-line relay is used. 12. When selected for Notification Appliance Circuits,the output circuits shall be individually programmable for Steady, March Time, Dual Stage or Temporal. 13. When selected as a Notification Appliance Circuit, the output circuits of the addressable power supply shall have the option to be coded by the use of a universal zone coder. 14. The addressable power supply shall interface and synchronize with other power supplies of the same type. The required wiring to interface multiple addressable power supplies shall be a single unshielded, twisted pair wire. 15. An individual or multiple interfaced addressable power supplies shall have the option to use an external charger for battery charging. Interfaced power supplies shall have the option to share backup battery power. K. Field Charging Power Supply (FCPS): The FCPS is a device designed for use as either a remote 24-volt power supply or used to power Notification Appliances.2ul;' 1. The FCPS shall offer up to 6.0 amps (4.0 amps continuous) of regulated 24-volt power. It shall include an integral charger designed to charge 18.0-amp hour batteries and to support 60-hour standby. The FCPS shall offer up to 8.0 amps (6.0 amps continuous) of regulated 24-volt power. It shall include an integral charger designed to charge up to 18.0- amp hour batteries and to support 60 hour standby. 2. The Field Charging Power Supply shall have two input triggers.The input trigger shall be a Notification Appliance Circuit (from the fire alarm control panel) or a relay. Four outputs FIRE DETECTION AND ALARM SYSTEM 28 31 00- 13 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 (two Style Y or Z and two style Y) shall be available for connection to the Notification devices. 3. The FCPS shall include an attractive surface mount backbox. 4. The Field Charging Power Supply shall include the ability to delay the AC fail delay per NFPA requirements. 5. The FCPS include power limited circuitry, per UL standards. L. Specific System Operations 1. Smoke Detector Sensitivity Adjust: A means shall be provided for adjusting the sensitivity of any or all addressable intelligent detectors in the system from the system keypad. Sensitivity range shall be within the allowed UL window and have a minimum of 9 levels. 2. Alarm Verification: Each of the intelligent addressable smoke detectors in the system may be independently selected and enabled to be an alarm verified detector. The alarm verification delay shall be programmable from 0 to 60 seconds and each detector shall be able to be selected for verification. The FACP shall keep a count of the number of times that each detector has entered the verification cycle. These counters may be displayed and reset by the proper operator commands. 3. Point Disable: Any addressable device or conventional circuit in the system may be enabled or disabled through the system keypad. 4. Point Read: The system shall be able to display or print the following point status diagnostic functions: a. Device status b. Device type c. Custom device label d. View analog detector values e. Device zone assignments 5. All program parameters 6. System Status Reports: Upon command from an operator of the system, a status report will be generated and printed, listing all system status. 7. System History Recording and Reporting: The fire alarm control panel shall contain a history buffer that will be capable of storing up to 800 events. Up to 200 events shall be dedicated to alarm and the remaining events are general purpose. Systems that do not have dedicated alarm storage,where events are overridden by non-alarm type events,are not suitable substitutes. Each of these activations will be stored and time and date stamped with the actual time of the activation.The contents of the history buffer may be manually reviewed, one event at a time, or printed in its entirety. The history buffer shall use non-volatile memory. Systems that use volatile memory for history storage are not acceptable substitutes. FIRE DETECTION AND ALARM SYSTEM 28 31 00- 14 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 8. Automatic Detector Maintenance Alert: The fire alarm control panel shall automatically interrogate each intelligent detector and shall analyze the detector responses over a period of time. If any intelligent detector in the system responds with a reading that is above or below normal limits, then the system will enter the trouble mode, and the particular detector will be annunciated on the system display and printed on the optional printer. This feature shall in no way inhibit the receipt of alarm conditions in the system, nor shall it require any special hardware, special tools or computer expertise to perform. 9. Pre-Alarm Function: The system shall provide two levels of pre-alarm warning to give advance notice of a possible fire situation. Both pre-alarm levels shall be fully field adjustable. The first level shall give an audible indication at the panel. The second level shall give an audible indication and may also activate control relays.The system shall also have the ability to activate local detector sounder bases at the pre-alarm level,to assist in avoiding nuisance alarms. 10. Software Zones:The FACP shall provide 100 software zones, 10 additional special function zones, 10 releasing zones, and 20 logic zones. 11. The fire alarm control panel shall include a walk test feature. It shall include the ability to test initiating device circuits and notification appliance circuits from the field without returning to the panel to reset the system. Operation shall be as follows: a. Alarming an initiating device shall activate programmed outputs, which are selected to participate in walk test,for 3 seconds. b. Introducing a trouble into the initiating device shall activate the programmed outputs for 8 seconds. c. All devices tested in walk test shall be recorded in the history buffer. 12. Waterflow Operation: An alarm from a waterflow detection device shall activate the appropriate alarm message on the main panel display, turn on all programmed notification appliance circuits and shall not be affected by the signal silence switch. 13. Supervisory Operation: An alarm from a supervisory device shall cause the appropriate indication on the system display, light a common supervisory LED, but will not cause the system to enter the trouble mode. 14. Signal Silence Operation: The FACP shall have the ability to program each output circuit (notification, relay,speaker etc)to deactivate upon depression of the signal silence switch. 15. Non-Alarm Input Operation: Any addressable initiating device in the system may be used as a non-alarm input to monitor normally open contact type devices. Non-alarm functions are a lower priority than fire alarm initiating devices. 2.04 SYSTEM COMPONENTS A. Strobe lights shall meet the requirements of the ADA, UL Standard 1971,be fully synchronized, and shall meet the following criteria: 1. The maximum pulse duration shall be 2/10 of one second FIRE DETECTION AND ALARM SYSTEM 28 31 00- 15 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 2. Strobe intensity shall meet the requirements of UL 1971. 3. The flash rate shall meet the requirements of UL 1971. B. Horn/Strobes: 1. Operate on 24 VDC 2. Have two selectable tone options of temporal 3 and non-temporal continuous pattern. 3. Have at least 2 audibility options 4. Maximum Pulse Duration: 0.2 second. 5. Strobe Intensity: UL 1971. 6. Flash Rate: UL 1971. 7. Strobe Candela Rating: Determine by positioning selector switch on back of device. C. Alphanumeric LCD Type Annunciator: 1. The alphanumeric display annunciator shall be a supervised, remotely located back-lit LCD display containing a minimum of eighty (80) characters for alarm annunciation in clear English text. 2. The LCD annunciator shall display all alarm and trouble conditions in the system. 3. An audible indication of alarm shall be integral to the alphanumeric display. 4. The display shall be UL listed for fire alarm application. 5. It shall be possible to connect up to 32 LCD displays and be capable of wiring distances up to 6,000 feet from the control panel. 6. The annunciator shall connect to a separate, dedicated "terminal mode" EIA-485 interface. This is a two-wire loop connection and shall be capable of distances to 6,000 feet. Each terminal mode LCD display shall mimic the main control panel. 7. The system shall allow a minimum of 32 terminal mode LCD annunciators and shall be capable of the following system functions: Acknowledge, Signal Silence and Reset, which shall be protected from unauthorized use by a key switch or password. 8. The LED annunciator shall offer an interface to a graphic style annunciator and provide each of the features listed above. D. All interfaces and associated equipment are to be protected so that they will not be affected by voltage surges or line transients consistent with UL standard 864. E. Universal Digital Alarm Communicator Transmitter (UDACT). The UDACT is an interface for communicating digital information between a fire alarm control panel and an UL-Listed central station. 1. The UDACT shall be compact in size, mounting in a standard module position of the fire alarm control cabinet. Optionally, the UDACT shall have the ability for remote mounting, up to 6,000 feet from the fire alarm control panel. The wire connections between the UDACT and the control panel shall be supervised with one pair for power and one pair for FIRE DETECTION AND ALARM SYSTEM 28 31 00- 16 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 multiplexed communication of overall system status. Systems that utilize relay contact closures are not acceptable. 2. The UDACT shall include connections for dual telephone lines (with voltage detect), per UL/NFPA/FCC requirements. It shall include the ability for split reporting of panel events up to three different telephone numbers. 3. The UDACT shall be completely field programmable from a built-in keypad and 4 character red, seven segment display. 4. The UDACT shall be capable of transmitting events in at least 15 different formats. This ensures compatibility with existing and future transmission formats. 5. Communication shall include vital system status such as: a. Independent Zone (Alarm,trouble, non-alarm, supervisory) b. Independent Addressable Device Status c. AC(Mains) Power Loss d. Low Battery and Earth Fault e. System Off Normal f. 12 and 24 Hour Test Signal g. Abnormal Test Signal (per UL requirements) h. EIA-485 Communications Failure i. Phone Line Failure 6. The UDACT shall support independent zone/point reporting when used in the Contact ID format. In this format the UDACT shall support transmission of up to 2,040 points. This enables the central station to have exact details concerning the origin of the fire or response emergency. 7. AN IP Communicator option shall be available to interface to the UDACT and be capable of transmitting signals over the internet/intranet to a compatible receiver. F. Field Wiring Terminal Blocks: For ease of service all panel I/O wiring terminal blocks shall be removable, plug-in types and have sufficient capacity for #18 to #12 AWG wire. Terminal blocks that are permanently fixed are not acceptable. 2.05 SYSTEM COMPONENTS—ADDRESSABLE DEVICES A. Addressable Devices—General 1. Addressable devices shall use simple to install and maintain decade, decimal address switches. Devices shall be capable of being set to an address in a range of 001 to 159. 2. Addressable devices, which use a binary-coded address setting method, such as a DIP- switch, are not an allowable substitute. Addressable devices that require the address be programmed using a special tool or programming utility are not an allowable substitute. FIRE DETECTION AND ALARM SYSTEM 28 31 00- 17 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. Detectors shall be intelligent (analog) and addressable, and shall connect with two wires to the fire alarm control panel Signaling Line Circuits. 4. Addressable smoke and thermal detectors shall provide dual alarm and power/polling LEDs. Both LEDs shall flash green under normal conditions, indicating that the detector is operational and in regular communication with the control panel, and both LEDs shall be placed into steady red illumination by the control panel, indicating that an alarm condition has been detected. If required,the LED flash shall have the ability to be removed from the system program. An output connection shall also be provided in the base to connect an external remote alarm LED. 5. The fire alarm control panel shall permit detector sensitivity adjustment through field programming of the system. The panel on a time-of-day basis shall automatically adjust sensitivity. 6. Using software in the FACP, detectors shall automatically compensate for dust accumulation and other slow environmental changes that may affect their performance. The detectors shall be listed by UL as meeting the calibrated sensitivity test requirements of NFPA Standard 72. 7. The detectors shall be ceiling-mount and shall include a separate twist-lock base with tamper proof feature. Base options shall include a sounder base with a built-in (local) sounder rated at 85 DBA minimum, a relay base and an isolator base designed for Style 7 applications. 8. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel.Such a test may be initiated at the detector itself(by activating a magnetic switch)or initiated remotely on command from the control panel. 9. Detectors shall also store an internal identifying type code that the control panel shall use to identify the type of device (ION, PHOTO,THERMAL). 10. Detectors will operate in an analog fashion, where the detector simply measures its designed environment variable and transmits an analog value to the FACP based on real- time measured values.The FACP software, not the detector, shall make the alarm/normal decision, thereby allowing the sensitivity of each detector to be set in the FACP program and allowing the system operator to view the current analog value of each detector. 11. Addressable devices shall store an internal identifying code that the control panel shall use to identify the type of device. 12. A magnetic test switch shall be provided to test detectors and modules. Detectors shall report an indication of an analog value reaching 100%of the alarm threshold. 13. Addressable modules shall mount in a 4-inch square (101.6 mm square), 2-1/8 inch (54 mm) deep electrical box. An optional surface mount Lexan enclosure shall be available. B. Addressable Manual Fire Alarm Box (manual station) FIRE DETECTION AND ALARM SYSTEM 28 31 00- 18 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Addressable manual fire alarm boxes shall,on command from the control panel,send data to the panel representing the state of the manual switch and the addressable communication module status.They shall use a key operated test-reset lock, and shall be designed so that after actual emergency operation,they cannot be restored to normal use except by the use of a key. 2. All operated stations shall have a positive, visual indication of operation and utilize a key type reset. 3. Manual fire alarm boxes shall be constructed of Lexan with clearly visible operating instructions provided on the cover.The word FIRE shall appear on the front of the stations in raised letters, 1.75 inches (44 mm) or larger. C. Intelligent Photoelectric Smoke Detector 1. The detectors shall use the photoelectric (light-scattering) principal to measure smoke density and shall, on command from the control panel, send data to the panel representing the analog level of smoke density. D. Intelligent Ionization Smoke Detector 1. The detectors shall use the dual-chamber ionization principal to measure products of combustion and shall, on command from the control panel, send data to the panel representing the analog level of products of combustion. E. Intelligent Thermal Detectors 1. Thermal detectors shall be intelligent addressable devices rated at 135 degrees Fahrenheit (58 degrees Celsius) and have a rate-of-rise element rated at 15 degrees F (9.4 degrees C) per minute. It shall connect via two wires to the fire alarm control panel signaling line circuit. F. Intelligent Duct Smoke Detector 1. The smoke detector housing shall accommodate either an intelligent ionization detector or an intelligent photoelectric detector, of that provides continuous analog monitoring and alarm verification from the panel. 2. When sufficient smoke is sensed, an alarm signal is initiated at the FACP, and appropriate action taken to change over air handling systems to help prevent the rapid distribution of toxic smoke and fire gases throughout the areas served by the duct system. G. Two Wire Detector Monitor Module 1. Addressable monitor modules shall be provided to connect one supervised IDC zone of conventional 2-wire smoke detectors or alarm initiating devices (any N.O. dry contact device). 2. The IDC zone may be wired for Class A or B (Style D or Style B) operation. An LED shall be provided that shall flash under normal conditions, indicating that the monitor module is operational and in regular communication with the control panel. FIRE DETECTION AND ALARM SYSTEM 28 31 00- 19 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 3. For multiple 2-wire smoke detector circuit monitoring a module shall be available that provides 6 Style B or 3 Style D input circuits. H. Addressable Control Module 1. Addressable control modules shall be provided to supervise and control the operation of one conventional NACs of compatible, 24 VDC powered, polarized audio/visual notification appliances. 2. The control module NAC may be wired for Style Z or Style Y (Class A/B) with a current rating of 2 Amps for Style Z and 3 Amps for Style Y. 3. Audio/visual power shall be provided by a separate supervised circuit from the main fire alarm control panel or from a supervised UL listed remote supply. 4. For multiple circuit control a module shall be available that provides 6 Style B or 3 Style D control circuits. I. Addressable Releasing Control Module 1. An addressable FlashScan releasing module shall be available to supervise and control compatible releasing agent solenoids. 2. The module shall operate on a redundant protocol for added protection. 3. The module shall be configurable for Style Z or Style Y(Class A/B) and support one 24 volt or two 12 volt solenoids. J. Addressable Relay Module 1. Addressable Relay Modules shall be available for HVAC control and other network building functions. The module shall provide two form C relays rated at up to 3 Amps resistive and up to 2.0 Amps inductive. The relay coil shall be magnetically latched to reduce wiring connection requirements, and to insure that 100% of all auxiliary devices energize at the same time on the same pair of wires. 2. For multiple relay control a module shall be available that provides 6 programmable Form- C relays. 2.06 BATTERIES A. The battery shall have sufficient capacity to power the fire alarm system for not less than twenty-four hours plus 5 minutes of alarm upon a normal AC power failure. B. The batteries are to be completely maintenance free. No liquids are required. Fluid level checks for refilling, spills, and leakage shall not be required. C. If necessary to meet standby requirements, external battery and charger systems may be used. FIRE DETECTION AND ALARM SYSTEM 28 31 00-20 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 PART 3-EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the NEC, NFPA 72, local and state codes, as shown on the drawings, and as recommended by the major equipment manufacturer. B. All conduit,junction boxes, conduit supports and hangers shall be concealed in finished areas and may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system programming and test period. If construction is ongoing during this period, measures shall be taken to protect smoke detectors from contamination and physical damage. All cabling in finished areas with open structure shall be installed in conduit. C. All fire detection and alarm system devices, control panels and remote annunciators shall be flush mounted when located in finished areas and may be surface mounted when located in unfinished areas. D. Manual fire alarm boxes shall be suitable for surface mounting or semi-flush mounting as shown on the plans, and shall be installed not less than 42 inches (1067 mm), nor more than 48 inches (122 mm) above the finished floor. 3.02 TEST A. The service of a competent, factory-trained engineer or technician authorized by the manufacturer of the fire alarm equipment shall be provided to technically supervise and participate during all of the adjustments and tests for the system. All testing shall be in accordance with NFPA 72, Chapter 7. B. Before energizing the cables and wires, check for correct connections and test for short circuits, ground faults, continuity, and insulation. C. Close each sprinkler system flow valve and verify proper supervisory alarm at the FACR D. Verify activation of all waterflow switches. E. Open initiating device circuits and verify that the trouble signal actuates. F. Open and short signaling line circuits and verify that the trouble signal actuates. G. Open and short notification appliance circuits and verify that trouble signal actuates. H. Ground all circuits and verify response of trouble signals. I. Check presence and audibility of tone at all alarm notification devices. J. Check installation,supervision, and operation of all intelligent smoke detectors using the walk test. K. Each of the alarm conditions that the system is required to detect should be introduced on the system.Verify the proper receipt and the proper processing of the signal at the FACP and the correct activation of the control points. FIRE DETECTION AND ALARM SYSTEM 28 31 00-21 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 L. When the system is equipped with optional features, the manufacturer's manual shall be consulted to determine the proper testing procedures.This is intended to address such items as verifying controls performed by individually addressed or grouped devices, sensitivity monitoring,verification functionality and similar. 3.03 FINAL INSPECTION A. At the final inspection, a factory-trained representative of the manufacturer of the major equipment shall demonstrate that the system functions properly in every respect. 3.04 INSTRUCTION A. Instruction shall be provided as required for operating the system. Hands-on demonstrations of the operation of all system components and the entire system including program changes and functions shall be provided. B. The contractor and/or the system manufacturer's representatives shall provide a typewritten "Sequence of Operation". END OF SECTION 28 3100 FIRE DETECTION AND ALARM SYSTEM 28 31 00-22 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 3110 00- SITE CLEARING PART 1 GENERAL 1.01 SECTION INCLUDES A. Clearing and protection of vegetation. B. Removal of existing debris. 1.02 RELATED REQUIREMENTS A. Section 0157 13-Temporary Erosion and Sediment Control. B. Section 02 4100.10-Site Demolition. C. Section 31 1000.10-Tree Protection. D. Section 312200-Grading. E. Section 312323 - Fill. 1.03 REFERENCE STANDARDS-- NOT USED 1.04 SUBMITTALS-- NOT USED 1.05 QUALITY ASSURANCE A. Clearing Firm: Company specializing in the type of work required. B. State and local laws and code requirements shall govern the hauling and disposal of trees, shrubs, stumps, roots, rubbish, debris and other matter. C. Contractor shall not clear site until a permit is obtained from the authorized regulatory agency. D. Air pollution caused by dust and dirt shall be controlled and comply with governing regulations. PART 2 PRODUCTS-- NOT USED PART 3 EXECUTION 3.01 SITE CLEARING A. Remove from site and satisfactorily dispose of all trees, shrubs, stumps, roots, brush, masonry, rubbish, scrap, debris, pavement, curbs, fences and miscellaneous other structures required to permit construction of new work. B. Minimize production of dust due to clearing operations; do not use water if that will result in ice,flooding, sedimentation of public waterways or storm sewers, or other pollution. 3.02 EXISTING UTILITIES AND BUILT ELEMENTS A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain and pay for required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Protect existing structures and other elements that are not to be removed. 3.03 VEGETATION A. Scope: Remove trees, shrubs, brush, and stumps in areas to be covered by building structure, paving, landscape areas, and planting beds. CONFORMED BID SET 02/02/2026 B. Do not begin clearing until vegetation to be relocated has been removed. C. Do not remove or damage vegetation beyond the limits indicated on drawings. D. Install substantial, highly visible chain link or orange mesh fences at least 4 feet high to prevent inadvertent damage to vegetation at the removal limits. Reference tree protection detail in drawings. E. In areas where vegetation must be removed but no construction will occur, remove vegetation with minimum disturbance of the subsoil. F. Vegetation Removed: Do not burn, bury, landfill, or leave on site, unless indicated on drawings. 1. Chip,grind, crush, or shred vegetation for mulching, composting, or other purposes; preference should be given to on-site uses. 2. Trees: Sell if marketable; if not,treat as specified for other vegetation removed. 3. Existing Stumps: Treat as specified for other vegetation removed; completely remove stumps and roots to depth of 6 inches below subgrade. 4. Fill holes left by removal of stumps and roots, using suitable fill material, with top surface neat in appearance and smooth enough not to constitute a hazard to pedestrians. G. Dead Wood: Remove all dead trees (standing or down), limbs, and dry brush on entire site; treat as specified for vegetation removed. H. Restoration: If vegetation outside removal limits or within specified protective fences is damaged or destroyed due to subsequent construction operations, replace at no cost to Owner. Contractor shall warrant damaged vegetation for 18 months. 3.04 DEBRIS A. Remove debris,junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION 3110 00 CONFORMED BID SET 02/02/2026 SECTION 3122 00- GRADING PART 1 GENERAL 1.01 SECTION INCLUDES A. Removal of topsoil. B. Rough grading the site. C. Finish grading. 1.02 RELATED REQUIREMENTS A. Section 3110 00-Site Clearing. B. Section 31 1000.10-Tree Protection. C. Section 3123 16- Excavation. D. Section 312323 - Fill. E. Project Geotechnical Report. 1.03 PRICE AND PAYMENT PROCEDURES A. Topsoil: 1. Measurement Method: By the cubic yard. 2. Includes: scarifying substrate surface, placing where required, and compacting. 1.04 SUBMITTALS A. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with available geotechnical engineering and landscape specifications. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Topsoil excavated on-site; friable loam, imported borrow; local borrow. 1. Graded. 2. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. B. Other Fill Materials: See Section 3123 23. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench mark and intended elevations for the Work are as indicated. B. Verify the absence of standing or ponding water. 3.02 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities. C. Locate, identify, and protect from damage above-and below-grade utilities to remain. D. Notify utility company to remove and relocate utilities. CONFORMED BID SET 02/02/2026 E. Provide temporary means and methods to remove all standing or ponding water from areas prior to grading. F. Protect site features to remain, including but not limited to bench marks, survey control points, existing structures,fences, sidewalks, paving, and curbs,from damage by grading equipment and vehicular traffic. G. Protect trees to remain. Reference Section 31 1000.10. H. Protect features to remain as a portion of final landscaping. 3.03 ROUGH GRADING A. Remove topsoil from areas to be further excavated, without mixing with foreign materials. B. Do not remove topsoil when wet. C. Remove subsoil from areas to be further excavated. D. Do not remove wet subsoil, unless it is subsequently processed to obtain optimum moisture content. E. When excavating through roots, perform work by hand and cut roots with sharp axe. F. See Section 3123 23 for filling procedures. G. Benching Slopes: Horizontally bench slopes greater than 4:1 to key fill material to slope for firm bearing. H. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. I. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack surface water control. 3.04 SOIL REMOVAL A. Stockpile topsoil to be re-used on site; remove remainder from site. B. Stockpile subsoil to be re-used on site; remove remainder from site. C. Stockpiles: Use areas designated on site; pile depth not to exceed 8 feet; protect from erosion. 3.05 FINISH GRADING A. Before Finish Grading: 1. Verify building and trench backfilling have been inspected. 2. Verify subgrade has been contoured and compacted. B. Remove debris, roots, branches, stones, in excess of 1-1/2 inch in size. Remove soil contaminated with petroleum products. C. Where topsoil is to be placed, scarify surface to depth of 3 inches. D. In areas where vehicles or equipment have compacted soil, scarify surface to depth of 3 inches. E. Place topsoil in areas indicated on drawings. F. If not otherwise indicated, place topsoil to the following compacted thicknesses: 1. Areas to be Seeded with Grass: 4 inches. 2. Areas to be Sodded: 4 inches. G. Place topsoil during dry weather. H. Remove roots,weeds, rocks, and foreign material while spreading. CONFORMED BID SET 02/02/2026 I. Near plants, buildings, and curbs spread topsoil manually to prevent damage. J. Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and contour of subgrade. K. Lightly compact placed topsoil. L. Maintain stability of topsoil during inclement weather. Replace topsoil in areas where surface water has eroded thickness below specifications. 3.06 TOLERANCES A. Top Surface of Subgrade: Plus or minus 0.10 foot(1-3/16 inches)from required elevation. B. Top Surface of Finish Grade: Plus or minus 0.04 foot (1/2 inch). 3.07 REPAIR AND RESTORATION A. Existing Facilities, Utilities, and Site Features to Remain: If damaged due to this work, repair or replace to original condition. B. Trees to Remain: If damaged due to this work, trim broken branches and repair bark wounds; if root damage has occurred, obtain instructions from Engineer as to remedy. C. Other Existing Vegetation to Remain: If damaged due to this work, replace with vegetation of equivalent species and size. 3.08 FIELD QUALITY CONTROL A. See Section 3123 23 for compaction density testing. 3.09 CLEANING A. Remove unused stockpiled topsoil and subsoil. Grade stockpile area to prevent standing water. B. Leave site clean and raked, ready to receive landscaping. END OF SECTION 3122 00 CONFORMED BID SET 02/02/2026 SECTION 3123 16- EXCAVATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Excavating for site grading, paving, structures. B. Trenching for utilities from 5 feet outside the building to utility main connections. 1.02 RELATED REQUIREMENTS A. Section 015713 -Temporary Erosion and Sediment Control. B. Section 312200-Grading. C. Section 312323 - Fill. D. Section 31 2316.13 -Trenching. E. Section 31 2316.14-Trench Excavation Protection. F. Project Geotechnical Report. 1.03 PRICE AND PAYMENT PROCEDURES A. Excavating Soil Materials: 1. Measurement method: By the cubic yard measured before removal. PART 2 PRODUCTS PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench mark and intended elevations for the work are as indicated. B. Verify that existing topography is as shown in the plans. Coordinate with the engineer for any discrepancies prior to start of excavation. 3.02 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Excavate and backfill, in advance of construction,test pits to determine conditions or location of existing utilities. C. Locate, identify, and protect utilities that remain and protect from damage. D. Notify utility company to remove and relocate utilities. E. Protect bench marks, survey control points, existing structures,fences, sidewalks, paving, curbs, and existing utilities from excavating equipment and vehicular traffic. Repair damage at no additional charge to Owner, including utility company charges. F. Protect plants, lawns, rock outcroppings, and other features to remain. G. Grade top perimeter of excavation to prevent surface water from draining into excavation. Provide temporary means and methods, as required,to maintain surface water diversion until no longer needed, or as directed by Engineer. 3.03 EXCAVATING A. Excavate to accommodate construction operations and to lines and grades indicated on the drawings. B. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. CONFORMED BID SET 02/02/2026 C. Excavate to provide adequate work space and clearance for concrete forms. Do not undercut excavation face for extended footings. D. Steep slope and trench excavations shall conform with OHSA standards for shoring and safety protection. E. Do not interfere with 45 degree bearing splay of foundations. F. Cut utility trenches wide enough to allow inspection of installed utilities. Reference Sections 31 2316.13 and . G. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume. H. Provide temporary means and methods, as required,to remove all water from excavations until directed by Engineer. Remove and replace soils deemed suitable by classification and which are excessively moist due to lack of dewatering or surface water control. I. Stockpile excavated material to be re-used in area designated on site. J. Remove excess excavated material from site. Transport and place in accordance with all applicable regulations. Do not dispose of excess material in any stream or watercourse. Do not dump excess material on public property. Do not dispose of excess material on private property unless authorized by Owner. K. Structure and Roadway Excavations: 1. Subgrade shall be firm, dense, and compacted to 95 percent maximum density at a moisture content between optimum and optimum plus or minus 4 percent unless otherwise indicated in the Project Geotechnical Report. 2. Bottom of excavations for footings and slabs shall be level, clean, dry, and clear of loose material. 3. Remove unsuitable material and replace with suitable material as required or directed by Testing Laboratory. 4. Refill over-excavated areas with properly compacted select backfill material. 5. Extend excavation 5 feet minimum on each side of structure or footing unless otherwise indicated on drawings. 6. Proof roll exposed design subgrade using a 25 ton pneumatic tire roller, maintaining a minimum tire pressure of 75 psi. Proof rolling operation shall be inspected by Testing Laboratory. Any soft or unconsolidated zones or areas detected by proof rolling operations shall be undercut as directed by the Engineer or the Testing Laboratory. Undercut subgrade shall be scarified to a minimum depth of six inches and compacted to a minimum of 95 percent maximum density at a moisture content between optimum and optimum plus 4 percent unless otherwise indicated in the Project Geotechnical Report. After the undercut subgrade has been scarified and compacted,the undercut shall be backfilled with select backfill to the design subgrade elevation. The final subgrade shall be reviewed by the Engineer or the Testing Laboratory. 7. The surface of the subgrade for street excavations shall be finished to the lines and grades as established, and be in conformity with the typical sections shown on the plans. Any deviation in excess of one-half inch in cross section, and in a length of sixteen feet, measured longitudinally, shall be corrected by loosening, adding, or removing material, reshaping and compacting by sprinkling and rolling. 3.04 FIELD QUALITY CONTROL A. Provide for visual inspection of load-bearing excavated surfaces by Engineer before placement of foundations. CONFORMED BID SET 02/02/2026 3.05 PROTECTION A. Divert surface flow from rains or water discharges from the excavation. B. Prevent displacement of banks and keep loose soil from falling into excavation; maintain soil stability. C. Protect open excavations from rainfall, runoff,freezing groundwater, or excessive drying so as to maintain foundation subgrade in satisfactory, undisturbed condition. D. Protect bottom of excavations and exposed soil against physical disturbance, rain, and freeze. E. Keep excavations free of standing water and completely free of water during concrete placement. F. Protect footing excavations; construct concrete footings same day excavation is made wherever possible. END OF SECTION 3123 16 CONFORMED BID SET 02/02/2026 SECTION 3123 16.13 -TRENCHING PART 1 GENERAL 1.01 SECTION INCLUDES A. Excavating, backfilling and compacting for utilities outside of any structure to utility main connections or storm drainage outfalls. 1.02 RELATED REQUIREMENTS A. Project Geotechnical Report. B. Section 03 3000.10-Controlled Low Strength Backfill. C. Section 312200-Grading. D. Section 312316- Excavation. E. Section 312323 - Fill. F. Section 31 2316.14-Trench Excavation Protection. G. Section 33 4600-Subdrainage. 1.03 PRICE AND PAYMENT PROCEDURES A. Excavating Soil Materials: 1. Measurement method: By the cubic yard. 2. Includes: Excavating to required elevations, loading and placing materials in stockpile or removing from site. 3. Does Not Include Over-Excavation: Payment will not be made for over-excavated work nor for replacement materials. B. General Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing soil, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. C. Structural Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing soil, stockpiling, scarifying substrate surface, placing where required, and compacting. D. Granular Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing material, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. E. Aggregates: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing material, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. 1.04 DEFINITIONS A. Finish Grade Elevations: Top of paving or proposed contours indicated on drawings. B. Subgrade Elevations: Bottom of paving section indicated on drawings. CONFORMED BID SET 02/02/2026 1.05 REFERENCE STANDARDS A. AASHTO T 180-Standard Specification for Moisture-Density Relations of Soils Using a 4.54 kg (10-Ib) Rammer and a 457 mm (18 in.) Drop; 2010. B. ASTM C136/C136M -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2014. C. ASTM D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2012. D. ASTM D1556-Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method; 2007. E. ASTM D1557-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-Ibf/ft3 (2,700 kN m/m3)); 2012. F. ASTM D2167-Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method; 2008. G. ASTM D2487-Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2011. H. ASTM D 2922-Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth); 2005. I. ASTM D4318-Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils; 2010. J. TxDOT TEX-113-E- Laboratory Compaction Characteristics and Moisture-Density Relationship of Base Materials; 2010. K. TxDOT TEX-114-E- Laboratory Compaction Characteristics and Moisture-Density Relationship of Subgrade, Embankment Soils, and Backfill Material; 2005. L. NFPA 24- Installation of Private Fire Service Mains and their appurtenances. 1.06 SUBMITTALS A. Samples: sample of each type of fill; submit each material sample in three 5-gallon air-tight containers to testing laboratory. B. Materials Sources: Submit name of imported materials source. C. Fill Composition Test Reports: Results of laboratory tests on proposed and actual materials used. D. Compaction Density Test Reports. 1.07 DELIVERY,STORAGE,AND HANDLING A. When necessary, store materials on site in advance of need. B. When fill materials need to be stored on site, locate stockpiles where designated. 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Protect stockpiles from erosion and deterioration of materials. 4. Provide positive drainage away from stockpiled material. 5. Install erosion control measures around stockpiles as needed. CONFORMED BID SET 02/02/2026 PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Subsoil excavated on-site or imported borrow. 1. For imported borrow, gradation less than 15 percent passing No. 200 sieve as determined by ASTM D 1140. 2. For imported borrow, plasticity index less than 20 percent as determined by ASTM D 4318. 3. No organic matter or debris. 4. For subsoil excavated onsite, reference Geotechnical Engineering Report. B. Structural Fill: 1. Reference Geotechnical Engineering Report. 2. If a Geotechnical Engineering Report is not available then comply with TxDOT Item 247 Type A Grade 2 Base. 3. Graded in accordance with the following limits unless otherwise indicated: a. 1-3/4 inch sieve: 90-100 percent passing. b. No. 4 sieve: 25-55 percent passing. c. No. 40 sieve: 15-40 percent passing. 4. Mixture shall be crushed stone and contain no clay lumps or organic matter. 5. Fraction passing No.40 sieve shall have a liquid limit less than 40 and a plasticity index less than 12 as determined by ASTM D 4318. C. Concrete for Fill: As specified in Section 03 3000.10-Controlled Low Strength Backfill. D. Granular Fill : Crushed limestone or pea gravel ;free of shale, clay,friable material and debris. 1. Graded in accordance with ASTM C136/C136M, within the following limits: a. 1/2 inch sieve: 95 percent passing. b. No. 4 sieve: 5 percent passing. E. Select Initial Backfill or Bedding Material: Clean, well graded crushed stone or gravels, crushed screenings or sand. 1. Modified Grade 5: a. 1/2 inch sieve: 100 percent passing. b. 3/8 inch sieve: 100 to 95 percent passing. c. No. 4 sieve: 80 to 20 percent passing. d. No. 10 sieve: less than 25 percent passing. e. No. 20 sieve: less than 2 percent passing. 2. Plasticity index 12 or less as determined by TxDOT Test Method TEX-106-E. 2.02 ACCESSORIES A. Geotextile Fabric: Non-biodegradable. 2.03 SOURCE QUALITY CONTROL A. Where fill materials are specified by reference to a specific standard,test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. CONFORMED BID SET 02/02/2026 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench marks and intended elevations for the work are as indicated. B. Identify required lines, levels, contours, and datum locations. 3.02 PREPARATION A. Locate, identify, and protect utilities that remain and protect from damage. B. Notify utility company to remove and relocate utilities as indicated on plans. C. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. D. Protect other features to remain. E. Grade top perimeter of trenching area to prevent surface water from draining into trench. Provide temporary means and methods, as required,to maintain surface water diversion until no longer needed, or as directed by the Engineer. 3.03 TRENCHING A. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. B. Banks of excavations may be cut back on slopes to angle of repose or less until shored. Slope shall not extend lower than 12 inches above top of pipe. C. Do not interfere with 45 degree bearing splay of foundations. D. Cut trenches wide enough to allow proper installation,jointing, embedment, and inspection of utilities. See drawing details for minimum trench width. E. Hand trim excavations. Remove loose matter. F. Remove large stones and other hard matter that could damage piping or impede consistent backfilling or compaction. G. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard measured by volume. See Section 3123 16.26 for removal of larger material. H. Excavate pipe trenches six inches (6") below the underside of the pipe to provide for the installation of a granular fill pipe foundation material except where otherwise required. I. Where in earth,trench bottoms for pipe six inches (6") or smaller, may be graded to provide uniform and continuous support (between bell holes or end joints) of the installed pipe. J. Remove excavated material that is unsuitable for re-use from site. K. Stockpile excavated material to be re-used in area designated on site. Stockpile material a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. L. Remove excess excavated material from site. M. Provide temporary means and methods, as required,to remove all water from trenching until directed by the Engineer. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack of dewatering or surface water control. N. Determine the prevailing groundwater level prior to trenching. If the proposed trench extends less than 1 foot into the prevailing groundwater, control groundwater intrusion with perimeter drains routed to sump pumps, or as directed by the Engineer. CONFORMED BID SET 02/02/2026 3.04 PREPARATION FOR UTILITY PLACEMENT A. Cut out soft areas of subgrade not capable of compaction in place. Backfill with properly compacted structural fill. B. Backfill over-depths in trench excavation with properly compacted structural fill. C. Compact subgrade to density equal to or greater than requirements for subsequent fill material. D. Provide adequate clearance at bell holes for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom,trench walls, or granular embedment when the pipe is jointed. E. Where existing piping constructed by others cross the new pipeline trench excavation,the existing piping or ductbank shall be adequately supported and protected from damage due to construction. All methods for supporting and maintaining these facilities shall be subject to review by the Engineer or the Testing Laboratory. Backfill between utility crossings shall meet the requirements of standard backfill compact. See Section 03 3000.10 for low strength flowable fill option. F. Until ready to backfill, maintain excavations and prevent loose soil from falling into excavation. Prevent surface water from flowing into trenches. Any water accumulating in trenches shall be removed by pumping or other approved methods. G. If this project is within the Edwards Aquifer Recharge Zone, follow all requirements and recommendations of approved Water Pollution Abatement Plan (WPAP) and Sewer Collection System (SCS), including, plans, reports, and TCEQ approval letters. If, during construction, any recharge features are found, all activities near the feature must be suspended immediately and the Engineer must be notified. No activities near the feature may proceed until TCEQ has approved a plan to address the feature. If any sanitary sewer lines cross geologic fault lines, as indicated in the SCS plans and report, contact the Engineer 48 hours prior to excavating in the vicinity of the fault. The Engineer's geologist is required to assess such faults during excavation. 3.05 BACKFILLING A. See Section 312323 for general backfill requirements. B. Backfill is divided into three (3) separate zones: 1. Bedding: The material in trench bottom in direct contact with the bottom of the pipe. 2. Initial backfill: The backfill zone extending from the surface of the bedding to a point one foot(1') above the top of the pipe. 3. Secondary backfill: The backfill zone extending from the initial backfill surface to the top of the trench. Placement of materials for each of the zones is described herein. C. Bedding 1. When unacceptable materials such as water, silt, muck, trash or debris, or rock boulder or coarse gravel (particle size greater than 1 % inch) exist at the bearing level or for pipes with a nominal inner diameter greater than six inches (6"), use a bedding of granular embedment material. 2. Unstable materials shall be removed at the direction of the Engineer and replaced to a minimum depth of four inches (4") or one-eighth (1/8) of the outside diameter of the pipe, whichever is greater,with granular embedment material. Extend this material up to the sides of the pipe sufficiently to embed the lower quadrant of the pipe. If stability CONFORMED BID SET 02/02/2026 is not accomplished by using the above procedure,the Engineer may require additional granular embedment. 3. Spread and grade granular embedment to provide a uniform and continuous bedding zone beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface to withdraw pipe slings or other lifting tackle. After each pipe has been graded, aligned, and shoved home, deposit and compact sufficient pipe embedment material under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. Deposit and compact embedment material uniformly and simultaneously on each side of the pipe to prevent lateral displacement. 4. Compact each layer of embedment material by at least two complete coverages of all portions of the surface of each lift using adequate compaction equipment. One coverage is defined as the conditions reached when all portions of the lift fill have been subjected to the direct contact of the compacting surface of the compactor. 5. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. D. Initial Backfill: Initial backfill is defined as backfill having a thickness in its compacted state from the surface of the bedding to a point one foot (1') above the top of the pipe. Initial backfill shall be constructed in accordance with details shown on the plans and these specifications. 1. Select Initial Backfill: Where pipe is to be laid in a rock cut or where rock in boulder ledge or coarse gravel (particle size larger than 1% inch) formations exist in the initial backfill zone, or where trench walls or conditions are unstable or where the pipe to be laid is flexible pipe, use granular embedment for initial backfill. 2. For conduits less than twenty-four inches (24") in diameter select initial backfill material shall be placed in two (2) lifts. The first lift shall be spread uniformly and simultaneously on each side and under the shoulders of the pipe to the mid-point or spring line of the pipe. The first lift of select initial backfill shall be inspected and approved prior to placement of the second lift. The second lift of select initial backfill material shall extend from the spring line of the pipe to a depth sufficient to produce a compacted depth of material a minimum of one foot (1') above the top of the pipe. The second lift shall be evenly spread in a similar manner as the first lift. 3. For conduits twenty-four (24") in diameter and larger, select initial backfill material shall be evenly and simultaneously spread alongside, under the shoulders or haunches of the pipe and over the pipe in six-inch (6") lifts to a point sufficient to produce a compacted depth of material a minimum of one foot(1') above the top of the pipe. 4. Natural Initial Backfill: Where the pipe to be laid is rigid pipe and where stable materials and laying conditions exist at the pipe bearing level and initial backfill zone and existing excavated materials are acceptable to the Engineer, such excavated natural materials may be utilized as initial backfill material. 5. For dedicated water lines used for fire protection and trenched in rock, tamped initial backfill and bedding material shall be used for at least 6 inches under and around the pipe and for at least 2 feet above the pipe. E. Secondary Backfill: Secondary backfill is defined as backfill from one foot (1') above the top of the pipe of the trench. Secondary backfill shall be constructed in accordance with details shown on the plans and these specifications. CONFORMED BID SET 02/02/2026 1. Secondary backfill shall generally consist of materials removed from the trench and shall be free of trash brush and other debris. No rock or stones having any dimension larger than one half of the trench width, or four inches (4"), whichever is less, shall be used in the secondary backfilling zone. In special cases where excessive width and/or depth of the trench permit, and only with approval of the Engineer, larger rocks up to six inches (6") in diameter may be incorporated into the backfill provided that the surrounding compactable soil may be properly and adequately compacted. F. Restore the surface of the backfilled trench, if not disturbed by surrounding construction, to match previous existing conditions. G. Compaction Density unless otherwise indicated in the project Geotechnical Report: 1. Compaction to meet the requirements of TxDOT TEX-114-E. 2. Lift Thickness: 8 inches. 3. Moisture Content: Between optimum and optimum +4 percent. 4. Testing laboratory will perform density tests at completion of each lift. 5. If the tests indicate unsatisfactory compaction, the Contractor shall provide the additional compaction necessary to obtain the specified degree of compaction. All additional compaction work shall be performed by the Contractor at no additional cost to the Owner until the specified compaction is obtained. This work shall include complete removal of unacceptable (as determined by the Testing Laboratory)fill areas and replacement and recompaction until acceptable fill is provided. 3.06 BEDDING AND FILL AT SPECIFIC LOCATIONS A. Use general fill unless otherwise specified or indicated. 3.07 TOLERANCES A. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.08 CLEANING A. Leave unused materials in a neat, compact stockpile. B. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. C. Leave borrow areas in a clean and neat condition. Grade to prevent standing surface water. END OF SECTION 3123 16.13 CONFORMED BID SET 02/02/2026 SECTION 3123 16.14-TRENCH EXCAVATION PROTECTION PARTI -GENERAL 1.01 SECTION INCLUDES: A. Trench Excavation Protection required for the construction of all trench excavation protection systems to be utilized in the project and including all additional excavation and backfill necessitated by the protection and backfill necessitated by the protection system. 1.02 MEASUREMENT AND PAYMENT A. Trench Excavation Protection is to be included in the cost of installation of trenched underground utilities. 1.03 RELATED SECTIONS A. Trench Excavation Protection shall be accomplished as required by the provisions of Part 1926, Subpart P- Excavations,Trenching, and Shoring of the Occupational Safety and Health Administration Standards and Interpretations. B. A copy of the Document is available for review at the office of the Engineer. It shall be construed that this document is included in this Project Manual and shall apply to every Section as if written in full therein. PART 2- PRODUCTS -- NOT USED PART 3- EXECUTION 3.01 CONSTRUCTION METHODS A. Trench Excavation Protection shall be accomplished as required by the provisions of, Part 1926, Subpart P- Excavations,Trenching, and Shoring of the Occupational Safety and Health Administration Standards and Interpretations. END OF SECTION 3123 16.14 CONFORMED BID SET 02/02/2026 SECTION 3123 23 - FILL PART 1 GENERAL 1.01 SECTION INCLUDES A. Filling, backfilling, and compacting for building volume below grade,footings, slabs-on-grade, paving, and utilities within the building. B. Filling holes, pits, and excavations. 1.02 RELATED REQUIREMENTS A. Section 312200-Grading. B. Section 312316- Excavation. C. Section 31 2316.13 -Trenching. D. Section 32 9119- Landscape Grading. E. Project Geotechnical Report. 1.03 PRICE AND PAYMENT PROCEDURES A. General Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing soil, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. B. Structural Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing soil, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. C. Granular Fill: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing material, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. D. Aggregates: 1. Measurement Method: By the cubic yard. 2. Includes: Excavating existing material, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. 1.04 DEFINITIONS A. Finish Grade Elevations: Indicated on drawings. B. Subgrade Elevations: Indicated on drawings. 1.05 REFERENCE STANDARDS A. AASHTO T 180-Standard Specification for Moisture-Density Relations of Soils Using a 4.54 kg (10-Ib) Rammer and a 457 mm (18 in.) Drop; 2010. B. ASTM C136/C136M -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2014. C. ASTM D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2012. CONFORMED BID SET 02/02/2026 D. ASTM D1556-Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method; 2007. E. ASTM D1557-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-Ibf/ft3 (2,700 kN m/m3)); 2012. F. ASTM D2167-Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method; 2008. G. ASTM D2487-Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2011. H. ASTM D 2922-Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth); 2005. I. ASTM D4318-Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils; 2010. J. TxDOT TEX-113-E, Laboratory Compaction Characteristics and Moisture-Density Relationship of Base Materials, using 5.5 lb rammer and 12-inch drop. 1.06 SUBMITTALS A. Samples: sample of each type of fill; submit each material sample in three 5-gallon air-tight containers to testing laboratory. B. Materials Sources: Submit name of imported materials source. C. Fill Composition Test Reports: Results of laboratory tests on proposed and actual materials used, including manufactured fill. D. Compaction Density Test Reports. 1.07 DELIVERY,STORAGE,AND HANDLING A. When necessary, store materials on site in advance of need. B. When fill materials need to be stored on site, locate stockpiles where designated. 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Protect stockpiles from erosion and deterioration of materials. PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Subsoil excavated onsite, imported borrow. 1. For imported borrow, gradation less than 15 percent passing No. 200 sieve as determined by ASTM D 1140. 2. For imported borrow, plasticity index less than 20 percent as determined by ASTM D 4318. 3. No vegetative matter or debris. 4. No rocks larger than half of the lift thickness. B. Structural Fill: 1. Refer to Geotechnical Engineering Report. 2. If a Geotechnical Engineering Report is not available then comply with TxDOT Item 247 Type A Grade 2 Base. 3. Graded in accordance with the following limits unless otherwise indicated: a. 1-3/4 inch sieve: 90-100 percent passing. CONFORMED BID SET 02/02/2026 b. No. 4 sieve: 25-55 percent passing. c. No. 40 sieve: 15-40 percent passing. 4. Mixture shall be crushed stone and contain no clay lumps or organic matter. 5. Fraction passing No.40 sieve shall have a liquid limit less than 40 and a plasticity index less than 12 as determined by ASTM D 4318. C. Granular Fill: Crushed limestone or pea gravel ; free of shale, clay,friable material and debris. 1. Graded in accordance with ASTM C136/C136M, within the following limits: a. 1/2 inch sieve: 95 percent passing. b. No. 4 sieve: 5 percent passing. D. Sand—Fill: Natural river or bank sand; free of silt, clay, loam,friable or soluble materials, and organic matter. 1. Graded in accordance with ASTM C136/C136M; within the following limits: a. No. 4 sieve: 100 percent passing. b. No. 200 sieve: 0 to 10 percent passing. E. Drain Gravel: Washed gravel. 1. Material shall have an LA abrasion number of 3S or less. 2. Graded within the following limits: a. 2 inch sieve: 100 percent passing. b. 1-1/2 inch sieve: 90-100 percent passing. c. 1 inch sieve: 25-55 percent passing. d. 1/2 inch sieve: 0-10 percent passing. e. 1/4 inch sieve: 0-5 percent passing. F. Topsoil: See Section 32 9119. 2.02 SOURCE QUALITY CONTROL A. Where fill materials are specified by reference to a specific standard,test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench marks and intended elevations for the Work are as indicated. B. Verify that existing topography is as shown in the plans. Coordinate with the engineer for any discrepancies prior to start of excavation. C. Identify required lines, levels, contours, and datum locations. D. See Section 3122 00 for additional requirements. E. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. F. Verify structural ability of unsupported walls to support imposed loads by the fill. G. Verify areas to be filled are not compromised with surface or ground water. 3.02 PREPARATION A. Scarify and proof roll subgrade surface to a depth of 6 inches to identify soft spots. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill with general fill. CONFORMED BID SET 02/02/2026 C. Compact subgrade to density equal to or greater than requirements for subsequent fill material. D. Until ready to fill, maintain excavations and prevent loose soil from falling into excavation. E. Record locations of underground utilities. F. If required, remove concrete formwork. G. Remove trash and debris. 3.03 FILLING A. Fill to contours and elevations indicated using suitable materials. B. All select backfill, backfill and fill required for structures and trenches and required to provide the finished grades shown and as described herein shall be furnished, placed and compacted by the Contractor. C. Employ a placement method that does not disturb or damage other work. D. Systematically fill to allow maximum time for natural settlement. Do not fill over porous,wet, frozen or spongy subgrade surfaces. E. Maintain optimum moisture content of fill materials to attain required compaction density. F. Slope grade away from building minimum 2 percent, unless noted otherwise. Make gradual grade changes. Blend slope to transition at grade changes. G. Correct areas that are over-excavated. H. All material shall be placed in horizontal loose lifts not exceeding eight inches (8") in thickness and shall be mixed and spread in a manner assuring uniform lift thickness after placing. Each lift shall be compacted by not less than two complete coverages of the specified compactor. Select backfill shall be placed to the underside of all concrete slabs or paved areas.The fill material shall extend a minimum of five feet (5') outside the face of each structure and be twelve inches (12") below finished grade. The maximum slope of select backfill to the subgrade shall be one vertical to one and one half horizontal. I. Backfill around and outside of structures and over select backfill shall be deposited in layers not to exceed eight inches (8") in uncompacted thickness and mechanically compacted, using platform type tampers. Compaction of structural backfill, by rolling will be permitted provided the desired compaction is obtained and damage to the structure is prevented. Compaction of select backfill and/or backfill by inundation with water will not be permitted. All materials shall be deposited as specified herein and as shown on the drawings. J. Unless otherwise indicated in the Geotechnical Report, all material shall be placed at a moisture content that falls in the range of laboratory optimum moisture content and laboratory optimum +4%. It shall be compacted to a density of 95 percent (95%) of the maximum laboratory dry density for that material as determined by TxDOT TEX-113-E. The Contractor shall provide equipment capable of adding measured amounts of water to the material to bring it to a condition within the range of the required moisture content. The Contractor shall provide equipment capable of discing, aerating, and mixing the soil to insure reasonable uniformity of moisture content throughout the material and to reduce the moisture content of the material by air drying if necessary. If the subgrade material must be moisture conditioned before compaction,the material shall be sufficiently mixed or worked on the subgrade to insure a uniform moisture content throughout the lift of material to be CONFORMED BID SET 02/02/2026 compacted. Materials at moisture content in excess of the specified limit shall be dried by aeration or stockpiled for drying. K. No material shall be placed when free water is standing on the surface of the area where the material is to be placed. No compaction of material will be permitted with free water on any portion of the material to be compacted. No material shall be placed or compacted in a frozen condition or on top of frozen material. Any material containing organic materials or other unacceptable material previously described shall be removed and replaced with acceptable material prior to compaction. L. Each lift of compacted material shall be compacted by the designated number of coverages of all portions of the surface of each lift by a smooth drum vibratory roller for granular material having a static weight not less than 5,500 pounds, a sheepsfoot roller for cohesive material exerting a pressure of 250 psi on the surface of the feet, or equivalent equipment, prior to commencement of the work. One coverage is defined as the condition obtained when all portions of the surface of the backfill material have been subjected to the direct contact of the compactor. The compactor shall be operated at a forward speed not exceeding 40 feet per minute. M. Compaction shall be performed with equipment suitable for the type of material being placed. The contractor shall select equipment which is capable of providing the minimum density required by these Specifications.The gross weight of compacting equipment shall not exceed 7,000 pounds within a distance of ten feet (10')from the wall of any existing structure or completed structure under this contract. Equipment shall be provided that is capable of compacting in restricted areas next to structures and around piping. The effectiveness of the equipment selected by the Contractor shall be tested at the commencement of compacted material work by construction of a small section of material within the area where material is to be placed. If tests on this section of backfill show that the specified compaction is not obtained,the Contractor shall increase the amount of coverages, decrease the lift thicknesses or obtain a different type of compactor. N. Particular care shall be taken to compact structure backfill which will be beneath pipes, roads, or other surface construction or structures. In addition, wherever a trench passes through structure backfill,the structure backfill shall be placed and compacted to an elevation twelve inches (12") above the top of the pipe before the trench is excavated. Compacted areas, in each case, shall be adequate to support the item to be constructed or placed thereon. O. The compaction requirements specified are predicated on the use of normal materials and compaction equipment. In order to establish criteria for the placement of a controlled fill so that it will have compressibility and strength characteristics compatible with the proposed structural loadings, a series of laboratory compaction and/or compressive strength tests will be performed on the samples of materials submitted by the Contractor. From the results of the laboratory tests,the final values of the required percent compaction, the allowable compaction moisture content range, and the maximum permissible lift thickness will be established for the fill material and construction equipment proposed. P. Compaction Density, unless otherwise specified or indicated: 1. Standard: TxDOT TEX-113-E. 2. Required Density: 95 percent of the maximum dry density. 3. Lift Thickness: 8 inches. 4. Moisture Content: Between optimum and optimum +4 percent. 5. Testing laboratory will perform density tests at completion of each lift. CONFORMED BID SET 02/02/2026 6. If the tests indicate unsatisfactory compaction, the Contractor shall provide the additional compaction necessary to obtain the specified degree of compaction. All additional compaction work shall be performed by the Contractor at no additional cost to the Owner until the specified compaction is obtained. This work shall include complete removal of unacceptable (as determined by the Testing Laboratory)fill areas and replacement and recompaction until acceptable fill is provided. 7. Pit Run Sand Placement: Pit run sand shall be placed and compacted to the limits shown on the drawings. 8. Drainage Gravel: Drain gravel shall be compacted in maximum 8-inch lifts with a minimum of two passes of a hand operated vibratory plate compactor weighing between 150 and 500 pounds. Q. Reshape and re-compact fills subjected to vehicular traffic. R. Maintain temporary means and methods, as required, to remove all water while fill is being placed as required, or until directed by the Engineer. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack of dewatering or surface water control. 3.04 FILL AT SPECIFIC LOCATIONS 3.05 TOLERANCES A. Top Surface of General Filling: Plus or minus 1 inch from required elevations. 3.06 FIELD QUALITY CONTROL A. Refer to the Geotechnical Engineer for general requirements for field inspections and testing. 3.07 CLEANING A. See Section 0174 19-Construction Waste Management and Disposal,for additional requirements. B. Leave unused materials in a neat, compact stockpile. C. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. D. Leave borrow areas in a clean and neat condition. Grade to prevent standing surface water. END OF SECTION 3123 23 CONFORMED BID SET 02/02/2026 SECTION 31 31 16 -TERMITE CONTROL PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Soil treatment. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components, and profiles for termite control products. 2. Include the EPA-Registered Label for termiticide products. 1.03 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Product Certificates: For each type of termite control product. C. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's records and include the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Termiticide brand name and manufacturer. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes used, and rates of application. 6. Areas of application. 7. Water source for application. D. Sample Warranties: For special warranties. 1.04 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located and who is accredited by manufacturer. 1.05 FIELD CONDITIONS A. Soil Treatment: TERMITE CONTROL 3131 16- 1 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 1. Environmental Limitations:To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA-Registered Label and requirements of authorities having jurisdiction. 2. Related Work: Coordinate soil treatment application with excavating,filling, grading, and concreting operations.Treat soil under footings,grade beams, and ground-supported slabs before construction. 1.06 WARRANTY A. Soil Treatment Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor, certifying that termite control work consisting of applied soil termiticide treatment will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re-treat soil and repair or replace damage caused by termite infestation. 1. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.01 SOURCE LIMITATIONS A. Obtain termite control products from single from a single manufacturer. 2.02 SOILTREATMENT A. Termiticide: EPA-Registered termiticide acceptable to authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Bayer Environmental Science b. Ensystex, Inc c. Master Builders Solutions, brand of MBCC Group, a Sika company d. Syngenta Crop Protection, LLC 2. Service Life of Treatment: Soil treatment termiticide that is effective for not less than five years against infestation of subterranean termites. PART 3-EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present,for compliance with requirements for moisture content of soil per termiticide label, interfaces with TERMITE CONTROL 3131 16-2 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 earthwork, slab and foundation work, landscaping, utility installation, and other conditions affecting performance of termite control. B. Proceed with application only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. General: Prepare work areas according to the requirements of authorities having jurisdiction and according to manufacturer's written instructions before beginning application and installation of termite control treatment(s). Remove extraneous sources of wood cellulose and other edible materials, such as wood debris,tree stumps and roots, stakes,formwork, and construction waste wood from soil within and around foundations. B. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated, except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the site with a backflow preventer, according to requirements of authorities having jurisdiction. 3.03 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Distribute treatment uniformly. Apply treatment at the product's EPA-Registered Label volume and rate for maximum specified concentration of termiticide to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. 1. Slabs-on-Grade and Basement Slabs: Underground-supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Soil adjacent to and along the entire inside perimeter of foundation walls; along both sides of interior partition walls; around plumbing pipes and electric conduit penetrating the slab; around interior column footers, piers, and chimney bases; and along the entire outside perimeter,from grade to bottom of footing. 3. Crawlspaces: Soil under and adjacent to foundations.Treat adjacent areas, including around entrance platform, porches, and equipment bases. Apply overall treatment only where attached concrete platform and porches are on fill or ground. 4. Penetrations: At expansion joints, control joints, and areas where slabs and below-grade walls will be penetrated. B. Post warning signs in areas of application. TERMITE CONTROL 3131 16-3 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 C. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. 3.04 PROTECTION A. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. B. Protect termiticide solution dispersed in treated soils and fills from being diluted by exposure to water spillage or weather until ground-supported slabs are installed. Use waterproof barrier according to EPA-Registered Label instructions. END OF SECTION 31 31 16 TERMITE CONTROL 3131 16-4 Whitecap Wastewater Treatment Plant Office Facility—Re-Bid—22156 October 8, 2025 CONFORMED BID SET 02/02/2026 SECTION 3137 00- RIPRAP PART 1 GENERAL 1.01 SECTION INCLUDES A. Riprap rock. B. Cement sacks. 1.02 RELATED REQUIREMENTS A. Section 312323 - Fill. 1.03 PRICE AND PAYMENT PROCEDURES A. Riprap: By the square yard of riprap area; summing the areas of individual layers, of riprap sacks. Includes supply and placing riprap mix in sacks, moist cured. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with Texas Department of Transportation. B. Maintain one copy of each document on site. PART 2 PRODUCTS 2.01 MATERIALS A. Riprap: Provide in accordance with State of Texas Highways standards standards. B. Riprap: Limestone type; broken stone or irregular shaped rock; solid and nonfriable; 4 inch minimum size, 12 inch maximum size, or as indicated on drawings. C. Aggregate: Granular fill, see Section 3123 23. D. Bags: Woven jute or geotextile fabric. E. Binder: Portland cement. F. Geotextile: Non-biodegradable, woven. 2.02 BAGGED RIPRAP A. Mix riprap, cement, sand and aggregate dry. Limit quantity of cement to 10 percent of dry mixed materials by volume. B. Fill bags with dry ingredients to 70 percent capacity and close by sewing or stapling to a straight seam. PART 3 EXECUTION 3.01 EXAMINATION A. Do not place riprap over frozen,wet or soft subgrade surfaces. 3.02 PLACEMENT A. Place geotextile over substrate, lap edges and ends. B. Place riprap at culvert pipe ends, embankment slopes, or as indicated on drawings. C. Place bags into position. Knead, ram, or pack filled bags to fit with the contour of adjacent material and other bags previously placed. D. Place bags in a staggered pattern. Remove foreign matter from bag surfaces. E. After placement, spray with water to moisten the bagged mix. Maintain moist for 24 hours. F. Installed Thickness: As indicated on drawings. CONFORMED BID SET 02/02/2026 G. Place rock into position in an interlocking manner to preclude disturbance or displacement of substrate. H. Place rock at location and depth indicated on drawings. 3.03 SCHEDULES A. Culvert Pipe Ends: Bagged, placed one layer thick, 6 inch average thickness, concealed with topsoil fill. B. Sloped Grade At Retaining Wall: Individual riprap units, 6 inch thickness; placed prior to finish topsoil. END OF SECTION 3137 00 CONFORMED BID SET 02/02/2026 32 1123 -AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SECTION INCLUDES A. Aggregate base course. B. Paving aggregates. 1.02 RELATED REQUIREMENTS A. Section 312200-Grading. B. Section 312323 - Fill. C. Section 32 1250-Site Pavement. D. Project Geotechnical Report. 1.03 PRICE AND PAYMENT PROCEDURES A. Coarse Aggregate Type as specified in the Geotechnical Report: By the cubic yard, includes supplying aggregate material, stockpiling, scarifying substrate surface, placing, and compacting. B. Fine Aggregate Type as specified in the Geotechnical Report: By the cubic yard. Includes supplying aggregate material, stockpiling, scarifying substrate surface, placing where required, and compacting. 1.04 REFERENCE STANDARDS A. AASHTO M 147-Standard Specification for Materials for Aggregate and Soil-Aggregate Subbase, Base and Surface Courses; 1965 (2004). B. AASHTO T 180-Standard Specification for Moisture-Density Relations of Soils Using a 4.54 kg (10-Ib) Rammer and a 457 mm (18 in.) Drop; 2010. C. ASTM C136/C136M -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2014. D. ASTM D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2012. E. ASTM D1556-Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method; 2007. F. ASTM D1557-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-Ibf/ft3 (2,700 kN m/m3)); 2012. G. ASTM D2167-Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method; 2008. H. ASTM D2487-Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2011. I. ASTM D 2922-Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth); 2005. J. ASTM D4318-Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils; 2010. K. ASTM D6938-Standard Test Method for In-Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods (Shallow Depth); 2010. CONFORMED BID SET 02/02/2026 L. TxDOT TEX-113-E - Laboratory Compaction Characteristics and Moisture-Density Relationship of Base Materials. 1.05 SUBMITTALS A. Samples: 10 lb sample of each type of aggregate; submit in air-tight containers to testing laboratory. B. Materials Sources: Submit name of imported materials source. C. Aggregate Composition Test Reports: Results of laboratory tests on proposed and actual materials used. D. Compaction Density Test Reports. 1.06 DELIVERY,STORAGE,AND HANDLING A. When necessary, store materials on site in advance of need. B. Aggregate Storage, General: 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Protect stockpiles from erosion and deterioration of materials. PART 2 PRODUCTS 2.01 MATERIALS A. Limestone, coarse, crushed rock meeting the requirements of 2004 TxDOT Item 247,Type A, Grade 1 or 2. 2.02 SOURCE QUALITY CONTROL A. Where aggregate materials are specified using ASTM D2487 classification,test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench marks and intended elevations for the work are as indicated. B. Verify substrate has been inspected,gradients and elevations are correct, and is dry. 3.02 PREPARATION A. Correct irregularities in substrate gradient and elevation by scarifying, reshaping, and re- compacting. B. Do not place aggregate on soft, muddy, or frozen surfaces. 3.03 INSTALLATION A. Spread aggregate over prepared substrate to a total compacted minimum thickness of 6 inches or as indicated on the drawings. B. Under Bituminous Concrete Paving: 1. Place coarse aggregate to a total compacted minimum thickness of 6 inches or as indicated on the drawings. CONFORMED BID SET 02/02/2026 2. Compact to 95 percent of maximum dry density as determined by ASTM D 1557 at a moisture content ranging from -2 to+3 percent of the optimum moisture content unless otherwise indicated on the geotechnical report. C. Under Portland Cement Concrete Paving: 1. Place coarse aggregate to a total compacted minimum thickness of 6 inches or as indicated on the drawings. 2. Compact to 95 percent of maximum dry density as determined by ASTM D 1557 at a moisture content ranging from -2 to+3 percent of the optimum moisture content unless otherwise indicated on the geotechnical report. D. Roller compact to specified density. E. Level and contour surfaces to elevations and gradients indicated. F. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. G. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. H. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.04 TOLERANCES A. Flatness: Maximum variation of 1/4 inch measured with 10 foot straight edge. B. Scheduled Compacted Thickness: Within 1/4 inch. C. Variation From Design Elevation: Within 1/4 inch. 3.05 FIELD QUALITY CONTROL A. Compaction density testing will be performed on compacted aggregate base course in accordance with ASTM D1556,ASTM D2167, or ASTM D6938. B. Results will be evaluated in relation to compaction curve determined by testing uncompacted material in accordance with AASHTO T 180,ASTM D698 ("standard Proctor"), or ASTM D1557 ("modified Proctor"). C. If tests indicate work does not meet specified requirements, remove work, replace and retest. D. Frequency of Tests: To be determined by the Owner's Construction Materials Testing Contractors. E. Proof roll compacted aggregate at surfaces that will be under slabs-on-grade, pavers, and paving. 3.06 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. B. Leave borrow areas in a clean and neat condition. Grade to prevent standing surface water. END OF SECTION 32 1123 CONFORMED BID SET 02/02/2026 SECTION 32 12 50- SITE PAVEMENT PART 1 GENERAL 1.01 DESCRIPTION A. Scope 1. Contractor shall furnish all labor, materials, equipment and incidentals required to provide hot mix-hot laid bituminous paving, as shown and specified for roadways. 2. The work includes the following: a. Lime Stabilized Subbase b. Flexible Base c. Cement Stabilized Base d. Asphalt Stabilized Base e. Surface Treatments f. Hot Mix Asphaltic Concrete g. Portland Cement Concrete Pavement h. Testing As Specified 1.02 RELATED REQUIREMENTS A. Section 312200-Grading. B. Section 312316- Excavation. C. Section 312323—Fill. D. Section 32 1123—Aggregate Base Course. 1.03 QUALITY ASSURANCE A. Testing Services 1. General: Testing of materials and of compaction requirements for compliance with technical requirements of the Specifications shall be the duty of a testing laboratory as provided for by the specifications for this Project. 2. Testing Services: a. The testing laboratory shall: 1) Test the Contractor's proposed materials in the laboratory and field for compliance with the Specifications. 2) Perform field density tests to assure that the specified compaction of surface and base course materials has been obtained. 3) Report all test results to the Engineer and the Contractor. 4) Perform concrete testing in accordance with the Project specifications. 3. Authority and Duties of Testing Laboratory: a. Technicians representing the testing laboratory shall inspect the materials in the field and perform compaction tests, and shall report their findings to the Engineer and the Contractor. When the materials furnished or work performed by the Contractor fails to fulfill Specifications requirements,the technician will direct the attention of the Engineer and the Contractor to such failure. b. The technician shall not act as foreman or perform other duties for the Contractor. Work will be checked as it progresses, but failure to detect any defective work or materials shall not in any way prevent later rejection when such defect is discovered, nor shall it obligate the Engineer for final acceptance. Technicians are CONFORMED BID SET 02/02/2026 not authorized to revoke, alter, relax, enlarge, or release any requirements of the Specifications, nor to approve or accept any portion of the Work. 4. Responsibilities and Duties of Contractor: a. The use of testing services shall in no way relieves the Contractor of his responsibility to furnish materials and construction in full compliance with the Drawings and Specifications. To facilitate testing services,the Contractor shall: 1) Secure and deliver to the Testing Laboratory, representative samples of the materials he proposes to use and which are required to be tested. 2) Furnish such casual labor as is necessary to obtain and handle samples at the project or at other sources of material. 3) Advise the testing laboratory and Engineer sufficiently in advance of operations (24 hrs. minimum)to allow for completion of quality tests and for the assignment of personnel. B. Referenced Standards 1. Comply with the applicable provisions and recommendations of the following, unless otherwise shown or specified. a. Texas Department of Transportation 2004, Standard Specification for Construction and Maintenance of Highways, Streets and Bridges. b. Standard Specifications for Public Works Construction, City of San Antonio,Texas. c. TxDOT TEX-113E - Laboratory Compaction Characteristics and Moisture-Density Relationship of Base Materials; 2010. 1.04 SUBMITTALS A. Certificates: Submit certificates of compliance with these specifications for the following materials: 1. Lime. 2. Flexible Base. 3. Asphalt Stabilized Base. 4. Cement. 5. Curing Seal Coat. 6. Tack Coat. 7. Hot Mix Asphaltic Concrete. 8. Aggregates for Surface Treatments. 9. Reinforcing Steel. B. Shop Drawings 1. Submit the following: a. Detailed reinforcing steel layout. b. Detailed construction and control joint layout. C. Laboratory Test Reports 1. Submit copies of laboratory test reports for optimum lime content for subgrade stabilization, and mix designs for Hot Mix Asphaltic Concrete and Portland Cement Concrete. D. All paving and base course materials shall be tested and approved prior to delivery to the site. Samples of materials proposed for use as pavement and base course should be submitted by the Contractor to the Testing Laboratory for testing. Samples of materials shall be submitted at least 14 days in advance of its use. CONFORMED BID SET 02/02/2026 PART 2 PRODUCTS 2.01 MATERIALS A. The source of materials shall be acceptable to the Engineer. Materials shall conform to the following: 1. Flexible Base a. Base material shall be crushed or uncrushed as necessary to meet the requirements hereinafter specified, and shall consist of durable stone or gravel, crushed and/or screened to the required particle size, with or without other approved fine sized materials. The material shall be from approved sources. 1) Testing of flexible base material shall be in accordance with the following standard laboratory test procedures: (a) Preparation of Soil (b) Constants and Sieve Analysis: TxDOT TEX-110-E (c) Liquid Limit: TxDOTTEX-104-E (d) Plastic Limit: TxDOT TEX-10S-E (e) Plasticity Index: TxDOT TEX-106-E (f) Linear Shrinkage: TxDOT TEX-107-E (g) Sieve Analysis: TxDOT TEX-110-E (h) Wet Ball Mill: TxDOT TEX-116-E (i) Los Angeles Abrasion: ASTM C 131 (Grad. A) 2) Samples for testing the material shall be taken prior to compaction operations. 3) The material shall be well graded and when properly tested shall meet the following requirements of Texas Department of Transportation Specifications for Type A Grade 2 Flexible Base: (a) Retained on 2% inch sieve: 0% (b) Retained on 1% inch sieve: 0-10% (c) Retained on No. 4 sieve: 45-75% (d) Retained on 40 mesh sieve: 60-85% 4) The material passing the 40 mesh sieve shall be known as "Soil Binder" and shall meet the following requirements: (a) The liquid limit shall not exceed 40. (b) The plasticity index shall not exceed 12. (c) The linear shrinkage shall not exceed 10. (Note: The linear shrinkage shall be calculated from the volumetric shrinkage at the liquid limit.) 5) The crushed stone or crushed gravel shall have an abrasion of no more than 40 when subjected to the Los Angeles Abrasion Test. 2. Asphalt Treated Base a. This item shall consist of a compacted mixture of mineral aggregate and asphaltic material mixed hot in a mixing plant. The asphalt stabilized base shall be constructed on an approved subgrade, as herein specified and in accordance with details shown on the plans. Unless otherwise specified in this Section, all asphalt stabilized base materials shall conform to TxDOT, Item 292 "Asphalt Treatment (Plant Mixed)". 1) Mineral Aggregate: CONFORMED BID SET 02/02/2026 (a) Description: The material shall be crushed or uncrushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles. Unless otherwise specified on the plans, one or more mineral aggregates may be used to produce the specified mixture. (b) Grades: The grading of the mineral aggregate shall conform to the limitations as shown below: GRADE 1: Sieve Percent Retained 1-1/2 inches 0% 1 inch 0-10% 3/8 inch 30-55% No. 4 45-70% No.40 70-85% (c) Tests: (1) Unless otherwise specified on the plans,the mineral aggregate for Grade 1 shall meet the following physical requirements: Los Angeles Abrasion: 50 Max.* Plasticity Index: 10 Max. Liquid Limit: 40 Max. Decantation: 5% Max. Crushed Faces: 60% Max. Sand equivalent value shall not be less than 40. *Wet Ball Mill may be used in lieu of Los Angeles Abrasion when shown on the plans. A maximum Wet Ball Mill value of 50 is allowed. (2) Testing of the mineral aggregates shall be as required and in accordance with the following Texas Department of Transportation Standard Test Methods: Preparation of Soil Constants and Sieve Analysis: TEX-110-E Liquid Limit: TEX-104-E Plastic Limit: TEX-105-E Plasticity Index: TEX-106-E Sieve Analysis: TEX-110-E Wet Ball Mill: TEX-116-E Los Angeles Abrasion: TEX-410-A Sand Equivalent: TEX-203-F Decantation: TEX-406-A Crushed Faces: TEX-460-A (3) Samples for testing the material shall be taken prior to the mixing operations. Where more than one material is used,tests will be on the combined material unless otherwise shown on the plans. (d) Additives: CONFORMED BID SET 02/02/2026 (1) Additives to facilitate mixing and/or improve the quality of the asphaltic mixture shall be used when noted on the plans or may be used upon written authorization by the Engineer. (e) Material Sources: (1) All materials shall be obtained from sources reviewed by the Engineer. (2) The mineral aggregate sources shall be opened up in such manner as to immediately expose the vertical faces of all the various strata of acceptable material and, unless otherwise directed by the Engineer, the material shall be secured in successive vertical cuts extending through all the exposed strata in order that a uniformly mixed material will be secured. (3) Unless otherwise shown on the plans, one or more types of mineral aggregate or binder may be used to produce the specified mixture. (4) Recycled Materials, including reclaimed asphalt concrete pavement (RAP), are allowed when shown on plans and are to be in accordance with Item 292 of the Texas Department of Transportation Standard Specifications. Stockpile aggregates for each source and type separately. Do not add material to an approved stockpile unless approved by the Engineer. 2) Asphaltic Material: (a) Asphaltic material shall be of the type determined by the Engineer and shall meet the requirements of Item No. 300, "Asphalt, Oils and Emulsions" of the Texas Department of Transportation Standard Specifications. The grade of asphalt shall be PG 70-22 unless otherwise designated on the plans. When RAP is allowed by plan note, use no more than 30% RAP in TxDOT Type A or B HMA, and use no more than 20% RAP for TxDOT Type C or D unless otherwise shown on the plans. 3) Asphaltic Stabilized Mixture: (a) Paving Mixture: (1) The mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate will conform to the gradation requirements specified.The asphaltic material shall form from 4.0 to 9.0 percent of the mixture by weight unless otherwise shown on the plans. The design percent asphalt shall be determined in accordance with Test Method TEX-126-E or Test Method TEX-204F and procedures outlined in the TxDOT Bulletin C-14. The required method of control along with any required strength, laboratory density shall be specified on the plans. The percent asphalt in the mix shall be determined by either Extraction,Test Method TEX-210-F, or Pressure Pycnometer,Test Method TEX-126-E. (b) Tolerances: (1) The Engineer will designate the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used in the project. When tested as determined by the Engineer, samples of the mixture shall not vary from the asphalt content CONFORMED BID SET 02/02/2026 designated by the Engineer by more than 0.5 percent dry weight (based on total mixture). 3. Water a. Water shall be free from substances deleterious to the hardening of the treated base and shall be reviewed by the Engineer. 4. Cement for Stabilized Base a. Cement shall be Type 1 Portland Cement of a standard brand and shall conform to the requirements of ASTM Designation C-150. 1) One bag, containing one (1) cubic foot of cement shall be considered as weighing 94 pounds net. One (1) barrel of cement shall be considered as weighing 376 pounds net, and containing four(4) cubic feet. 2) Contractors, as their option, may use bulk cement, provided the apparatus for handling and spreading the cement is reviewed by the Engineer. Bulk cement shall be weighed on platform scales or standard plant batch weighing equipment reviewed by the Engineer. 3) Cement delivered in bags shall be plainly marked with the brand name of the manufacturer. All bags shall be in good condition at the time of delivery. Cement salvaged from discharge or used bags shall not be permitted. 5. Asphalt Oils and Emulsions a. RC-250 Liquid Asphalt and SS-1/SS-1H Emulsion used as a seal shall meet the requirements set forth in Item 300 "Asphalts, Oils and Emulsions," of the Texas Department of Transportation Standard Specifications. b. Where Emulsified Asphalts are used, the amount of emulsified asphalt as a percentage by volume of the total mixture shall be within the limits shown on the plans, or shall be of a percentage as directed by the Engineer. 1) Prime Coat: (a) Unless the type and grade are shown on the plans, utilize an MC-30 or AE- P asphalt cement in accordance with Item 300, "Asphalts, Oils and Emulsions" of the Standard Specifications of the Texas Department of Transportation for prime coat. Emulsified asphalts as a percentage by volume of the total mixture shall be used within the limits shown on the plans or as directed/approved by the Engineer. 2) Tack Coat: (a) The asphaltic material used for Tack Coat shall meet the requirements for "Asphalt Cement", "Cut-Back Asphalt", or "Emulsified Asphalt", in Item No. 300 "Asphalts, Oils and Emulsions," of the Texas Department of Transportation Standard Specifications. The asphaltic material used for Tack Coat shall be that type or grade shown on the plans, or shall be as directed, or approved by the Engineer. 3) Asphaltic Materials for Surface Treatments: (a) The asphaltic material used for surface treatments shall meet the requirements for"Asphaltic Cement" in Item No. 300 "Asphalts, Oils and Emulsions" of the Texas Department of Transportation Standard Specifications. The asphaltic material used shall be AC-10 or equal, or shall be as approved by the Engineer. 6. Aggregates for Surface Treatments CONFORMED BID SET 02/02/2026 a. Aggregates shall meet all the requirements of Item No. 302, "Aggregates for Surface Treatments" of the Texas Department of Transportation Standard Specifications and subsequent revisions thereto. b. The percent of wear, as determined by Test Method TEX-410-A for the material shall not exceed 15 percent. The aggregate shall be Grade 3, in accordance with the following gradation requirements when tested by Test Method TEX-200. 1) Retained on 3/4" sieve: 0% 2) Retained on 5/8" sieve: 0-2% 3) Retained on 1/2" sieve: 5-20% 4) Retained on 3/8" sieve: -- 5) Retained on No. 4 sieve: 90-100% 6) Retained on No. 10 sieve: 98-100% 7. Hot Mix Asphaltic Concrete a. Materials used in Hot Mix Asphaltic Concrete Pavement shall meet the requirements as set forth in Item 340, "Dense-Graded Hot Mix Asphalt (Method)" or Item 341, "Dense-Graded Hot Mix Asphalt(QC/QA)" of the Texas Department of Transportation Standard Specifications. b. Paving Mixture used shall be Type D. This mixture shall conform to the requirements of Paragraph 4 of Item 340, "Dense-Graded Hot Mix Asphalt (Method)" of the Texas Department of Transportation Standard Specifications. 1) Part (1) of Paragraph 4 shall be revised as follows, and no other requirements are waived or changed hereby. (a) Density (1) Minimum: 94% (2) Maximum: 99% (3) Optimum: 97% 8. Lime for Stabilized Subgrade a. Lime for this item shall conform to the requirements of TxDOT Item No. 260, "Lime- Treatment- Road Mixed" of the TxDOT Standard Specifications (Latest Edition). Acceptable forms of lime shall be: 1) "Type A, Hydrated Lime" 2) "Type B, Commercial Lime Slurry" 3) "Type C, Quicklime" b. The Contractor shall select, prior to construction, the grade to be used and shall notify the Engineer in writing before changing from one grade to another. Lime shall be placed in slurry form only, unless written permission is granted by the Engineer and a safety and containment plan is submitted to the Engineer by the Contractor seven days prior to use. In circumstances where it would be beneficial to utilize lime for"drying" subgrade materials to expedite construction,the Contractor may request approval from the Engineer to use pelletized lime. c. Materials are too be provided in conformance with the following items and requirements: 1) Lime: TxDOT DMS-6350 "Lime and Lime Slurry" 2) Mix Design: The Engineer will determine the target lime content and optimum moisture content in accordance with TxDOT TEX-121-E. 3) When treating existing materials, limit the amount of asphalt concrete pavement to no more than 50%of the mix. CONFORMED BID SET 02/02/2026 9. Forms a. Formwork shall conform to the provisions of TxDOT Item 360 "Concrete Pavement". Forms shall be constructed of wood or steel, profiled to suit condition. 10. Concrete Pavement a. Concrete and concrete materials shall conform to the provisions of the TxDOT Standard Specifications Item 360, "Concrete Pavement", unless otherwise stated in this specification. 1) Coarse aggregate will conform to the gradation requirements of Aggregate Grade No. 2. 2) Fine aggregates will conform to the gradation requirements of Aggregate Grade No. 1. 3) Portland Cement shall be Type I. b. Air content shall be 4%± 1%. c. Slump shall range from 2 to 5 inches. d. Provide concrete design per Geotechnical Report. If not specified, provide Class P concrete designed to meet a minimum average compressive strength of 4,000 psi at 28-days (75%strength at 7 days). Test in accordance with TxDOT TEX-448-A or TxDOT TEX-418-A. e. For concrete curbs that are placed separately from the pavement, refer to specification Section 32 1313.10 (use Class A or P concrete for curbs that are placed separately from the pavement). 11. Steel Expansion Joint Dowels a. Dowel bars shall be round smooth steel conforming to ASTM A 36, Grade 60. Coat dowels with an approved de-bonding material. 12. Reinforcing Steel a. Reinforcing steel bars shall conform to TxDOT Item 440, "Reinforcing Steel",ASTM A 615 Grade 60, deformed bars. All reinforcing steel shall be new billet steel. 2.02 CUTTING AND REPLACING PAVEMENTS A. All materials used for cutting and replacing pavements shall conform to the requirements of this section. PART 3 EXECUTION 3.01 GENERAL A. The drives and parking areas shall be constructed to the lines, and typical section shown on the drawings. 3.02 SUBGRADE PREPARATION A. Preparation of the subgrade including compaction shall be completed for the full width of the roadways and parking areas, or as shown on plans. 1. The subgrade shall be compacted to at least 95 percent (95%) of maximum density between optimum moisture content and optimum moisture content+4%as determined by TxDOT TEX-114-E. B. No materials shall be placed on subgrades which are muddy or have water thereon. 3.03 CONSTRUCTION OF HOT MIX ASPHALTIC CONCRETE ROADWAYS,AND PARKING AREAS A. General CONFORMED BID SET 02/02/2026 1. The roadways, and parking areas shall be constructed to the lines, grades, and typical section shown on the Drawings. 2. Conform to all applicable requirements of the Texas Department of Transportation Standard Specifications. B. Flexible Base Course 1. Equipment: a. All equipment necessary to properly perform and complete the work shall be on the project prior to beginning the work, shall be subject to the review of the Engineer, and shall be maintained in a satisfactory condition at all times. 1) Motor graders shall be self-propelled, shall have tandem or four-wheel drive, shall have a blade length of not less than 12 feet, shall have a wheel base length (the distance between front and rear axles) of not less than 16 feet, and shall be tight and in good operating condition and reviewed by the Engineer. 2) Compaction equipment shall be of sufficient weight and adequately loaded to accomplish the required compaction. 3) Water distributors shall be equipped with positive and rapidly working cut-off valves, approved spray bars equipped with bituminous nozzles and a power pump that will insure distribution of water in a uniform and controllable rate of application. Spray bars shall be so constructed that the effective length may be quickly and easily altered. 4) All equipment shall meet these specifications and be reviewed by the Engineer. Equipment may be eliminated or substituted only upon review of the Engineer. 5) Nothing in this section shall relieve the Contractor of his responsibility for producing finished work of the quality specified. 2. Construction Methods: a. General: 1) It is the intent of this specification to obtain a complete course, or courses, of Flexible Base of uniform moisture and density, with a closely-knit surface free from laminations, cracks, ridges, or loose material, and to the surface requirements hereinafter specified. b. Placing of Flexible Base Material: 1) The Flexible Base material shall be placed on the approved subgrade in courses not to exceed six inches (6") compacted depth. It shall be the responsibility of the Contractor that the required amount of material be delivered and uniformly spread and shaped. All material shall be moved from the place where it is dumped by cutting into windrows. After the material has been cut into windrows, it shall be sprinkled, spread, shaped, and rolled in proper sequence to prevent segregation, and as necessary for required compaction. c. Compaction and Finishing: 1) Flexible Base shall be compacted to an apparent dry density of not less than 95 percent of the maximum dry density, as determined in accordance with TxDCT Test Method TEX-113-E. Tests for density will be made within 24 hours after compaction operations are completed. If the material fails to meet the density specified, it shall be reworked as necessary to meet the density required. Just prior to the placing of any succeeding course of Flexible Base, surfacing on any previously completed course, the density and moisture of the top three inches (3") of Flexible Base shall be checked and if tests show the density to be more CONFORMED BID SET 02/02/2026 than 2 percent below the specified minimum, or the moisture content to be more than 3 percent above or below the optimum, the course shall be reworked as necessary to obtain the specified compaction and moisture content. 2) The surface upon completion shall be smooth and in conformity with the typical sections and to the established lines and grades. Any deviation in excess of 1/4 inch in cross-section and in length of 16 feet measured longitudinally, shall be corrected. All irregularities, depressions, or weak spots which develop shall be corrected. C. Asphalt Stabilized Base Course 1. Equipment: a. All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good repair and operating condition and subject to review by the Engineer. Any equipment found to be defective and affecting the quality of the mixture will be replaced. b. Mixing Plants: 1) Mixing plants that will not consistently produce a paving mixture meeting all the requirements of this specification will be condemned. Mixing plants may be of the weight-batching type,the continuous mixing type or the dryer-drum type meeting all the requirements of Item 345, "Asphalt Stabilized Base (Plant Mix)" of the Texas Department of Transportation Standard Specifications and subsequent revisions and Special Provisions thereto. c. Asphalt Material Heating Equipment: 1) Asphalt material heating equipment shall conform to Paragraph 345.4 of Item 345, "Asphalt Stabilized Base (Plant Mix)" of the Texas Department of Transportation Standard Specifications and subsequent revisions and Special Provisions thereto. d. Spreading and Finishing Machine: 1) The spreading and finishing machine shall be of a type reviewed by the Engineer and shall be capable of producing a surface that will be smooth and true to the established line, grade and cross-section and acceptable to the Engineer. Unacceptable finish shall be corrected by the addition of mixture placed and finished at the entire expense of the Contractor. 2. Construction Methods: a. It shall be the responsibility of the Contractor to produce transport, place and compact the specified mixture in accordance with these specifications and as reviewed by the Engineer. b. The asphaltic mixture, when placed with a spreading and finishing machine shall not be placed when the air temperature is below 507, and is falling, but it may be placed when the air temperature is above 40°F and is rising. The mixture when placed with a motor grader shall not be placed when the air temperature is below 60°F, and is falling, but may be placed when the air temperature is above 50°F and is rising. The air temperature shall be taken in the shade away from artificial heat. It is further provided that the prime coat, tack coat or asphalt stabilized base shall be placed only when the humidity, general weather conditions and temperature and moisture conditions of the subbase or subgrade, in the opinion of the Engineer are suitable. CONFORMED BID SET 02/02/2026 c. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 50°F or more below the temperature reviewed by the Engineer all or any part of the load may be rejected and payment will not be made for the rejected material. 1) Prime Coat: (a) If a prime coat is required it shall be applied and paid for as a separate item conforming to the requirements of Texas Department of Transportation Item 300 "Prime Coat", except the air temperature for application shall be as provided above for asphaltic mixture to be laid by a spreading and finishing machine. The tack coat or asphalt stabilized base shall not be applied on a previously primed course until the prime coat has completely cured to the satisfaction of the Engineer. 2) Tack Coat: (a) Before the asphaltic mixture is laid,the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the Engineer, with an approved sprayer at a rate not to exceed 0.10 gallon per square yard of surface. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat,the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for a tack coat. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer. 3) Transporting: (a) The asphaltic mixture, prepared as specified above shall be hauled to the site in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary,to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. 4) Placing: (a) Generally,the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine, in such a manner that when properly compacted, the finished course will be smooth, of uniform density, and will conform with the typical sections shown on the plans and to the lines and grades established by the Engineer. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. Any unsightly splattering of surroundings shall be clean and restored to original condition at the sole cost of the Contractor. (b) The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by the Engineer. The sequence of compacting shall be such that undue displacement of the edge of the course does not CONFORMED BID SET 02/02/2026 occur. On deep lifts,the edge of the course may be rolled with a motor grader wheel or similar equipment or supported by blading a roll of earth against the edge of the course prior to compacting the surface. (c) When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas when the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other acceptable methods. 5) Compacting: (a) As directed by the Engineer the asphalt stabilized base shall be compacted thoroughly and uniformly with the specified rollers. In lieu of the rolling equipment specified, the Contractor may, upon written authorization from the Engineer, operate other compacting equipment that will provide equivalent relative compaction as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. When directed by the Engineer, the initial compaction shall be accomplished with the pneumatic tire roller. (b) When rolling with the three-wheel,tandem, or vibratory rollers, rolling shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. When roller with vibratory steel-wheel rollers,the manufacturer's recommendation shall be followed unless directed otherwise by the Engineer. Rolling with pneumatic-tire roller shall be done as directed by the Engineer. Roller shall be continued until no further increase in density can be obtained and all roller marks are eliminated. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall not be allowed to stand on any portion of the mixture pavement which has not been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the dropping of gasoline, oil,grease or other foreign matter on the roadway, either when the rollers are in operation or when standing. (c) Hand Tamping: (1) The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. (d) Surface Finish: CONFORMED BID SET 02/02/2026 (1) The compacted material shall conform to the typical cross sections, lines and grades as shown on plans and directed by the Engineer and shall have a surface smoothness as specified below and with a reasonably uniform texture acceptable to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture, all at the expense of the Contractor. (e) Surface Smoothness: (1) Test finished surface of each bituminous concrete course for smoothness, using a 10-foot straightedge applied parallel to and at right angles to centerline of paved areas. (2) Check surfaced areas at intervals as directed by Engineer. (3) Surfaces will not be acceptable if exceeding the following: Sub-base Courses: 3/8 inch in 10 feet Surface Course: % inch in 10 feet Crowned Surfaces: Test crowned surfaces with a crown template, centered and at right angle to the crown. Surfaces will not be acceptable if varying more than %"from the template. Protection of the Work and Opening to Traffic: (4) The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as directed by the Engineer. All construction traffic allowed on the base course shall comply with the State laws governing traffic, unless otherwise authorized by the Engineer. When another roadway surface is provided for the traveling public and construction traffic through the project,the Engineer may prohibit traffic on the completed base course. 3. In Place Density: a. When in-place density is required, it is the intent of this specification that the material be placed and compacted to 96 percent of the maximum molded gyrated density as determined by Test Method TEX-126-E or as specified on the plans. The maximum molded gyrated density shall be determined from material sampled from the mixing plant and molded in accordance with Test Method TEX-126-E. Procedures and methods outlined in Test Method TEX-126-E shall also be used in determining the in-place density unless determined otherwise by the Engineer. The field specimens utilized for the in-place density testing may be either cores or sections of asphalt stabilized base tested according to Test Method TEX-207-F. Other methods of determining in-place density which correlate satisfactorily with those results obtained through use of Test Method TEX-126-E may be used. In-place density tests are intended for control tests. If the in-place density of the mixture produced has a value lower than that specified and, in the opinion of the Engineer is not due to a change in the quality of the material, production may proceed with subsequent changes in the mix and/or construction operations until the in-place density equals or exceeds the specified density. Requirements specifying air temperature limitations for placing and types of rollers to be furnished are not applicable when in-place density is specified. Regardless of the method of CONFORMED BID SET 02/02/2026 compaction control followed, all rolling shall be completed before the mixture temperature drops below 175°F. D. Cement Stabilized Base Course 1. Equipment: a. All equipment necessary to properly perform and complete the work shall be on the project prior to beginning the work, shall be subject to the review of the Engineer, and shall be maintained in a satisfactory condition at all times. b. The following list of equipment shall be considered the minimum necessary for cement stabilized base work: 1) A single pass traveling mixing plant may be used if it can be made to meet the exact requirements of this Specification. 2) In lieu of a traveling mixing plant, the following equipment shall be used for the "Mixed-in-Place" method of processing: (a) 1-Motor Grader (b) 1-7-foot self-powered, self-propelled, heavy-duty rotary speed mixer. c. Motor graders shall be self-propelled, shall have tandem or four-wheel drive, shall have a blade length of not less than 12 feet, shall have a wheel base length (the distance between front and rear axles) of not less than 16 feet, and shall be tight and in good operation condition and reviewed by the Engineer. d. Cement shall be distributed by cement spreaders equipped with hoppers of adequate capacity to prevent spillage.The proportioning and distributing devices shall be positive in action and capable of necessary adjustments in quantity of cement spread and width of lane spread. The spreader shall be so designed that its accuracy is not varied by changing conditions of the surface over which it operates. The cement spreader shall distribute cement to an accuracy of five percent (5%) of theoretical quantity per square yard and shall be approved by the Engineer. e. Compaction equipment shall be of sufficient weight and adequately loaded to accomplish the required compaction. f. Water distributors shall be equipped with positive and rapidly working cut off valves, approved spray bars equipped with bituminous nozzles and a power pump that will insure distribution of water in a uniform and controllable rate of application. Spray bars shall be so constructed that the effective length may be quickly and easily altered. g. All equipment shall meet these specifications and be reviewed by the Engineer. Equipment may be eliminated or substituted only upon review by the Engineer. h. Nothing in this section shall relieve the Contractor of his responsibility for producing finished work of the quality specified. 2. Test Section: a. If the Contractor has had no previous experience in construction of"Cement Stabilized Base", he shall be required to construct a "Test Section" in accordance with the following: b. The first section of each cement treated course shall serve as a test section. Its length (not less than 350 linear feet or more than 500 linear feet) shall be determined by the capability of the equipment to perform the work. In case it is found that the work is not satisfactory with respect to the specification requirements,the Contractor shall revise his procedures and augment or replace equipment as necessary to assure work completed in accordance with the CONFORMED BID SET 02/02/2026 Specifications. Additional test sections may be required as directed by the Engineer. Test sections not conforming to the requirements of the Specifications shall be reconstructed. 3. Construction Methods: a. General: 1) It is the intent of this specification to obtain a complete course or courses of cement stabilized base of uniform moisture and density, containing a uniform mixture of cement; a closely knit surface free from laminations, cracks, ridges, or loose material and to the surface requirements hereinafter specified. It shall be the responsibility of the Contractor to furnish adequate equipment and regulate his sequence of operation in such a manner as to provide a cement treated course or courses with the proper amount of cement for the depth as shown on the plans and to maintain or reconstruct the course or courses as necessary to conform to the specific requirements specified. b. Placing of Base Material: 1) After approval of the subgrade, base material shall be delivered on the road and placed in windrows of uniform sections,then accurately bladed and shaped to required crown and grade to provide a base of compacted depth required by the plans. c. Final Preparation of Section: 1) On the day immediately preceding processing, water, as required, shall be added and uniformly mixed full depth with the base material. This operation shall precede cement spreading by at least 12 hours. The section shall then be accurately bladed and shaped to required grade and section. d. Application of Cement: 1) The specified quantity of Portland Cement required for the full depth of treatment shall be uniformly spread over the surface. Each pass of the cement spreader shall be positioned by either the curb line or a string line. Cement shall be applied only to such areas as can be completed as herein specified within the daylight hours of the same day. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the base material. e. Mixing and Processing: 1) Either method (1) or(2) below may be used at the option of the Contractor. Method (3) shall be used only on sections less than 200 linear feet in length. (a) Multiple-Pass Traveling Mixing Plant: (1) After the cement has been applied, it shall be mixed with the base or subbase material. Mixing shall continue until the cement has been sufficiently blended with the base or subbase material to prevent the formation of cement balls when water is applied. Any mixture that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. (2) Immediately after the mixing of base or subbase material and cement is completed, water, as necessary, shall be uniformly applied and incorporated into mixture. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of CONFORMED BID SET 02/02/2026 water has been added, mixing shall continue until a thorough and uniform mix has been obtained. (b) Single-Pass Traveling Mixing Plant: (1) After the cement has been applied, it shall be sufficiently mixed with the base or subbase material to prevent the formation of cement balls when water is applied. Unpulverized soil lumps in mixture will not be allowed. Should this condition prevail, the Contractor shall "pre-wet" the raw base or subbase material as necessary to correct this condition. The mixer shall be provided with means for visibly and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: (2) The mixer shall, in one continuous operation, mix the base or subbase material and cement full depth, add the required moisture uniformly, thoroughly moist-mix the material, cement, and water, spread the completed mixture evenly over the machine processed width of the subgrade, and leave it in a loose condition ready for immediate compaction. (3) The mixture shall not remain undisturbed, after mixing and before compacting, for more than 30 minutes. (c) Blade Mixing: (1) On sections of street of 200 linear feet or less and authorization by the Engineer,the requirements for mixing equipment may be waived and the cement mixed with a mortar grader. (2) Immediately after the cement has been distributed,the material shall be scarified full depth and the cement mixed with the loose base material for the full depth of the treatment by blading into windrows. Mixing shall continue until the cement has been sufficiently blended with the base material to percent formation of cement balls when water is applied. (3) Immediately after the mixing of base material and cement is complete, water as necessary shall be uniformly applied and incorporated into the mixture. Pressurized equipment and supply provided shall be adequate to insure continuous application of the required amount of water to the section being processed. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until thorough and uniform mix has been obtained. f. Compaction and Finishing: 1) The material shall be compacted to not less than 95 percent of the maximum dry density as determined by TxDOT TEX-113-E. At the start of compaction,the percentage of moisture in the mixture shall be less than that quantity which will cause the mixture to become unstable during compaction and finishing. 2) The surface upon completion shall be smooth and in conformity with typical sections and to the established lines and grades. Any deviation in excess of inch in cross section and in a length of 16 feet measured longitudinally shall be CONFORMED BID SET 02/02/2026 corrected. All irregularities, depressions, or weak spots which develop shall be corrected. 3) All sections of cement stabilized base shall be processed full width each day without longitudinal construction joints. 4) The density of the cement stabilized base shall be determined by the Engineer after construction. Any portion which has a density below that specified herein and which has not properly hardened after a suitable time interval shall be removed and replaced to meet this Specification at the expense of the Contractor. g. Protection and Cover: 1) The completed cement treated base course shall be protected against rapid drying by applying a minimum of 0.20 gallons per square yard of RC-2 Liquid Asphalt, or a minimum of 0.15 gallons per square yard of EA-11M Emulsion. The actual amounts may be varied in the field by the Engineer to insure that a complete and adequate seal is achieved. 2) This curing seal shall be applied as soon as practicable, but not later than eight (8) hours after the completion of final compaction. The surface shall be kept moist until the curing seal is applied. It shall be the responsibility of the Contractor to protect the asphalt membrane from being picked up by traffic by either sanding or dusting the surface. 3) The curing period shall be a minimum of 14 days (24 hours each) with a minimum temperature of 407 unless waived by the Engineer. h. Weather Limitations: 1) Cement stabilized base construction shall not begin unless the temperature is at least 407 in the shade and rising or when the wind velocity exceeds 15 MPH. The Contractor is responsible for the quality of the base under any weather conditions. i. Traffic: 1) The Contractor shall not be permitted to drive heavy equipment over completed portions, but pneumatic-tired equipment required for hauling cement and water may be permitted after the surface has hardened sufficiently to prevent the equipment from marring the surface, provided protection and cover specified herein are not impaired. The cement stabilized base may be opened to local traffic as soon as the RC-2 has been applied and dusted or sanded as necessary to prevent it from being picked up by traffic. It may be opened to all traffic after 7 days. j. Maintenance: 1) The Contractor shall be required to maintain at his own expense the entire cement stabilized base within the limits of his contract in good condition satisfactory to the Engineer from the time he first starts work until all work shall have been completed. 2) Maintenance shall include immediate repairs of any defect that may occur after construction, which work shall be done by the Contractor at his own expense and repeated as often as necessary to keep the area continuously intact. Repairs are to be made in a manner to insure restoration of a uniform surface of good quality cement stabilized base. Faulty work shall be replaced for the full depth of base. Any low area shall be remedied by replacing the material for CONFORMED BID SET 02/02/2026 the full depth of treatment, rather than adding a thin layer of base material to the completed work. E. Prime Coat 1. When the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned by sweeping or other acceptable methods. If necessary, the surface shall be lightly sprinkled with water just prior to application of the asphaltic material. The asphaltic material shall be applied on the clean surface by an acceptable type of self- propelled pressure distributor so operated as to distribute the prime coat at a rate not to exceed 0.20 gallon per square yard of surface, evenly and smoothly, under a pressure necessary for proper distribution. During the application of prime coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutters or structures. 2. Prime Coat shall not be applied when the air temperature is below 60' F and falling, but it may be applied when the air temperature is above SO' F and is rising;the air temperature being taken in the shade away from artificial heat. 3. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. F. Tack Coat 1. Before the tack coat is applied,the surface shall be cleaned thoroughly. The asphaltic material shall be applied on the clean surface by an acceptable type of self-propelled pressure distributor so operated as to distribute the tack coat at a rate not to exceed 0.10 gallon per square yard of surface, evenly and smoothly under a pressure necessary for proper distribution. Where the pavement mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material used for tack coat. The tack coat shall be rolled with a pneumatic tire roller. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutters or structures. G. Hot Mix Asphaltic Concrete 1. Construction methods used in laying Hot Mix Asphaltic Concrete Pavement shall meet the requirements as set forth in Item 340 "Hot Mix Asphaltic Concrete Pavement" of the Texas Department of Transportation Standard Specifications, with the following exception: 2. Application of Hot Mix Asphaltic Concrete Pavement shall not begin unless the air temperature is at least sixty degrees Fahrenheit (60' F) and rising. H. Surface Treatments 1. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer the surface shall be lightly sprinkled just prior to the first application of asphaltic material. 2. Asphaltic material shall be applied on the clean surface by an acceptable type of self- propelled distributor so operated as to distribute the material at the rate as shown on the plans, evenly and smoothly, under pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor,for determining the rate of which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated. Asphaltic materials shall not be applied until immediate covering is assured. CONFORMED BID SET 02/02/2026 3. Aggregate shall be immediately and uniformly applied and spread by an acceptable self- propelled continuous feed aggregate spreader, unless otherwise authorized by the Engineer. The aggregate shall be applied at a rate as directed by the Engineer. 4. The entire surface shall then be broomed or raked as required and shall be thoroughly rolled as soon as practicable after its application. The cover material shall be rolled for its entire width with a multiple wheel self-propelled pneumatic tired traffic roller with provisions for loading to 8 tons. Rolling shall begin longitudinally at the edges of the mat and progress toward the center, uniformly lapping each preceding track by at least 1/2 the width of the roller and be repeated as often as necessary to thoroughly key the cover material into the bitumen over the entire surface.The roller shall be in first class operating condition. 5. Surface treatment or treatments shall not be applied when the air temperature is below 60°F and is falling, but is may be applied when the air temperature is above 50°F and is rising. Air temperature shall be taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 6. The Contractor shall be responsible for the maintenance of the surface until the work is acceptable to the Engineer. I. Construction Joints 1. Construction joints shall be made in such a manner as to ensure a neat junction, thorough compaction, and bond throughout. 2. A transverse joint extending over the full width of the strip being laid and at right angles to its centerline shall be constructed at the end of each day's work and at any other times when the operations of placing the hot mixture are suspended for a period of time which will permit the mixture to chill. The forward end of a freshly laid strip shall be thoroughly compacted by rolling before the mixture has become chilled. When work is resumed,the end shall be cut vertically for the full depth of the layer. 3. When new pavement is to join pavement installed by others or previously laid pavement by the Contractor, the in-place pavement shall be neatly and carefully edged to allow for overlapping and feathering of the new surface course material. A tack coat of bituminous prime coat material shall be placed at the interface of new and previously laid material. J. Traffic Maintenance 1. The pavement shall be opened to traffic when directed by the Engineer. Construction traffic on the pavement shall be held to a minimum and shall be acceptable to the Engineer. Adequate protection methods as reviewed by the Engineer shall be utilized when crossing roadways is required. K. Field Quality Control 1. Contractor will employ a testing laboratory to perform field quality control. The testing laboratory will make compaction testing of flexible base. The testing laboratory will test the HMAC for Asphalt Extraction, Gradation, Bitumen Content, Stability and laboratory density. Contractor shall furnish all necessary assistance required by the testing laboratory. Contractor shall also furnish all labor, materials and equipment necessary for sampling. Contractor shall furnish all necessary transportation to the Owner's Testing Laboratory required by the testing. 2. Quality Control Testing During Construction: CONFORMED BID SET 02/02/2026 a. The testing laboratory will perform sampling and testing for field quality control during the placement of materials as follows: 1) HMAC shall be tested as described in these Specifications, at least once for every 500 tons of materials placed or fraction thereof. 2) Density: (a) Compare density of in-place material against laboratory specimen or certificated on same for bituminous concrete mixture. (b) Acceptable densities of in-place materials shall conform to applicable State Standard Requirements. 3) Thickness: (a) In-place compacted thickness shall average not less than the thickness specified. 4) Surface Smoothness: (a) Test finished surface of each bituminous concrete course for smoothness, using a 10-foot straight edge applied parallel to and at right angles to centerline of paved areas. (b) Check surfaced areas at intervals as directed by Engineer. (c) Surfaces will not be acceptable if exceeding the following: (1) Base Courses: 3/8 inch in 10 feet. (2) Surface Course: 1/4 inch in 10 feet. (3) Crowned Surfaces: Test crowned surfaces with a crown template, centered and at right angle to the crown. Surfaces will not be acceptable if varying more than 1/4"from the template. 3.04 PORTLAND CEMENT CONCRETE PAVING A. General 1. Unless otherwise noted in these Specifications, construction methods used to place all Portland Cement Concrete Paving are specified by TxDOT Standard Specifications Item 360, "Concrete Pavement". B. Inspection 1. Verify subgrade is ready to support paving and imposed loads. 2. Verify gradients and elevations of subgrade are correct. C. Preparation 1. Moisten subgrade to minimize absorption of water from fresh concrete. 2. Notify Engineer minimum 24 hours prior to commencement of concreting operations. D. Forming 1. Place and secure forms to correct location, dimension, and profile. 2. Assemble formwork to permit easy stripping and dismantling without damaging concrete. 3. Place joint fillers vertical in position, in straight lines. Secure to form work during concrete placement. E. Reinforcement 1. Reinforcing steel shall be grade 60 and shall be placed as shown on the plans. All concrete shall be continuously reinforced as shown on the plans. CONFORMED BID SET 02/02/2026 F. Formed Joints 1. Transverse and longitudinal joints shall be constructed in accordance with the details on the plans and Texas Department of Transportation Specifications. 2. Joints shall be filled in accordance with the construction drawings. G. Placing Concrete 1. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement. 2. Place concrete continuously between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. H. Finishing 1. All concrete pavement shall be finished in accordance with Texas Department of Transportation Item 360. I. Curing 1. The Contractor shall select one of the methods of curing stated in TxDOT Standard Specifications, Item 360, Paragraph 360.11, "Curing". 2. If the Contractor elects to use Membrane Curing,the curing compound must be reviewed by the Engineer. J. Field Quality Control 1. Field inspection and testing will be performed according to the requirements of Division 1- "General Requirements" of this project manual. 2. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. K. Protection 1. Immediately after placement, protect concrete under provisions of Section 03 3000 from premature drying excessive hot or cold temperatures, and mechanical injury. 3.05 PAVEMENT REPLACEMENT A. Cutting of Pavements 1. Concrete and Asphaltic Concrete Pavements: a. All concrete and asphaltic concrete pavements shall be cut with a concrete saw. The depth of the cut shall be such that upon removal of concrete and/or asphaltic concrete the sides of the cut will be straight and square. Care shall be taken,when cutting concrete pavement, not to cut transverse reinforcing steel. B. Removal of Bases 1. Concrete and Cement Stabilized Bases: a. Concrete and cement stabilized bases shall be removed by means of hand-held pneumatic pavement breakers with acceptable cutting bits. It is the intent of this specification that the base shall be removed in a manner that will leave the sides of the cut straight and square. b. Where reinforcement is encountered in concrete bases, a minimum of one (1)foot shall be cleaned of all old concrete and left in place to tie to new reinforcement in the new concrete base. 2. Flexible Base: a. Flexible bases shall be removed by normal trenching operations. C. Replacement of Bases CONFORMED BID SET 02/02/2026 1. Concrete Bases: a. Concrete bases shall be replaced with Class "A" concrete conforming to the provisions of Item No. 300 "Concrete" of the City of San Antonio Standard Specifications for Public Works Construction. If existing concrete is steel reinforced, the reinforcing steel shall be replaced in accordance with Item No. 301, "Reinforcing Steel". The concrete shall have a slump of not more than three inches (3") and shall be spaded, tamped and finished to the satisfaction of the Engineer. Immediately following finishing operations, the surface shall be cured in accordance with the provisions of Item No. 305, "Membrane Curing". The concrete shall be protected from traffic for seventy-two (72) hours. 2. Cement Stabilized Bases: a. Cement stabilized base shall be replaced with cement stabilized base in accordance with Item No. 201, "Cement Stabilized Base" of the City of San Antonio Standard Specifications for Public Work Construction where width of trench permits, or with Class "C" concrete conforming to the requirements of Item No. 300, "Concrete". The concrete shall have a slump of not more than three inches (3") and shall be spaded,tamped, and finished to the satisfaction of the Engineer. The concrete shall be protected from traffic for seventy-two (72) hours prior to replacement of the surfacing. 3. Flexible Base: a. Flexible base shall be replaced with 1,000 psi (@ 28 days) concrete.The concrete shall have a slump of no more than three (3) inches and shall be spaded,tamped and finished to the satisfaction of the Inspector. The concrete shall be protected from traffic for seventy-two (72) hours prior to replacement of the surface. 4. Asphalt Treated Base: a. Asphalt treated base shall be furnished, placed and compacted in accordance with this Section. D. Replacement of Pavements 1. Pavements shall be replaced under this item with either hot mix asphaltic concrete pavement, or Portland Cement concrete pavement in the thickness and type shown on the plans. 2. When hot mix asphaltic concrete is shown on the plans as replacement of pavement, it shall be furnished and placed in accordance with TOOT Item 340, "Hot Mix Asphaltic Concrete Pavement". Flexible bases shall be primed with asphalt or emulsion in accordance with the provision of TOOT Item 310, "Prime Coat" prior to the placement of hot mix asphaltic concrete. All concrete bases shall receive a tack coat of asphalt or emulsion in accordance with the provisions of TOOT Item 300, "Tack Coat" prior to replacement of hot mix asphaltic concrete. 3. When the replacement pavement is Portland Cement concrete as indicated on the plans, "Class A" Concrete shall be furnished and placed in accordance with TOOT Item 360, "Concrete Pavement". The concrete shall be placed, spaded,tamped and finished to the line,grade and texture of the surrounding concrete pavement. 4. Prime Coat and Tack Coat: a. Prime and Tack coats shall be applied in accordance with the Texas Department of Transportation Standard Specifications Item 340. 5. Surface Course Applications: CONFORMED BID SET 02/02/2026 a. The construction of all surface course shall conform to the applicable requirements of Item 340 of the TxDOT Standard Specifications. 3.06 CLEANING AND PROTECTION A. Cleaning 1. After completion of paving operations, clean surfaces of excess or spilled bituminous materials and all foreign matter. B. Protect newly finished pavement until it has become properly hardened by cooling. END OF SECTION 32 12 50 CONFORMED BID SET 02/02/2026 SECTION 32 13 13.10-CONCRETE CURBS, GUTTERS AND SIDEWALKS PART 1-GENERAL 1.01 SECTION INCLUDES A. Concrete sidewalks, stair steps, curbs and gutters. 1.02 RELATED SECTIONS A. Section 03 3000-Cast-in-Place Concrete. B. Section 312323 - Fill. C. Section 32 1123 -Aggregate Base Courses. D. Section 32 1250-Site Pavement. 1.03 PRICE AND PAYMENT PROCEDURES A. Sidewalks: By the square foot. Includes preparation of substrate, sand bedding, steel reinforcement, concrete sidewalk,jointing, and finishing. B. Concrete Curbs and Gutters: By the linear foot. Includes trenching, steel reinforcement, concrete curb installation, and cleaning. C. Stair Steps: By the unit price. Includes preparation of substrate, sand bedding, steel reinforcement, stair steps,jointing, and finishing. 1.04 REFERENCES A. ASTM D 1190, Concrete Joint Sealer Hot Poured Elastic Type. B. ASTM D 994-71 (R1977), Preformed Expansion Joint Filler For Concrete (Bituminous Type). C. ASTM D 1751-73 (R1978) Preformed Expansion Joint Fillers for concrete Paving Structural Construction. 1.05 SUBMITTALS A. Samples: Submit for review samples, applicable manufacturer's product data,test reports and material certifications. B. Shop Drawings: 1. Detailed Reinforcing Steel Layout. 2. Detailed Construction And Control Joint Layout. 1.06 QUALITY ASSURANCE A. The testing laboratory shall sample and test concrete in accordance with Section 03 3000- Cast-In-Place Concrete. PART 2- PRODUCTS 2.01 MATERIALS A. Unless otherwise specified in this Section, all concrete and concrete materials shall conform to TxDOT, Item 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks". B. Bituminous Joint Filler: Bituminous type conforming to ASTM D 994 or D 1751 unless otherwise indicated on drawings. 1. Reinforcing steel shall be ASTM A 615 grade 60, deformed and conform to the provisions of TxDOT Standard Specifications, Item No. 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks". CONFORMED BID SET 02/02/2026 2. All reinforcing steel to be new billet steel. PART 3- EXECUTION 3.01 SUBGRADE PREPARATION A. Preparation of the subgrade including compaction shall be completed two feet(2') beyond the limits of the work: 1. Where the subgrade is constructed by excavation of existing grade,the top six inches (6") of the subgrade shall be compacted to at least 95 percent of maximum density as determined by TxDOT TEX-113-E at a moisture content between optimum and optimum +4 percent unless otherwise indicated. 2. The subgrade shall be brought to the final lines and grades utilizing select backfill. 3. Pit Run Sand or Granular Embedment: a. Pit run sand or granular embedment shall be provided as shown on drawings. b. The material shall be as specified in Section 312323 and compacted as specified. 3.02 FORM CONSTRUCTION A. Forms shall be in conformance with TxDOT Standard Specification, Item 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks". B. Set forms to line and grade. Install forms over full length of curbs, gutters and sidewalks. 3.03 REINFORCEMENT A. Locate, place, and support reinforcement as specified in TxDOT Standard Specifications, Item 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks", unless otherwise shown on drawings. 3.04 CONCRETE PLACEMENT A. General: Comply with the requirements of TxDOT Standard Specifications, Item 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks". B. Machine Formed/Hand Formed: 1. Automatic curb, gutter and sidewalk machine may be used in lieu of hand formed methods for forming and placing. 2. Concrete shall have properties as previously specified, except that maximum slump shall be 2-1/2 inches (2 1/2") and air content shall be two percent (2%). 3. Machine forming shall produce curbs, gutters and sidewalks to the required cross- section, lines, and grades,finish and jointing, as specified for conventionally formed concrete. 4. Unacceptable work will be removed and replaced at Contractor's expense. 3.05 JOINTS A. General: 1. Construct expansion, contraction, and construction joints with faces perpendicular to surface of the curb, gutter and sidewalk. 2. Construct transverse joints at right angles to the work centerline and as shown. B. Control Joints: 1. Provide these joints at ten feet (10') on centers for curbs and gutters and five feet(5') on centers for sidewalks. C. Construction Joints CONFORMED BID SET 02/02/2026 1. Place joints at locations where placement operations are stopped for a period of more than 1/2 hour, except where such pours terminate at expansion joints. D. Expansion Joints 1. Provide 1/2 inch expansion joint filler where work abuts structures; at returns; and at 50- foot spacing for straight runs. 2. Where gutter and sidewalk are not poured monolithically, provide expansion joints where each abuts the other. 3. Place top of expansion joint filler not less than 1/2 inch or more than one inch (1") below concrete surface. 4. Apply joint sealer on top of expansion joint material flush with concrete surface, and in accordance with manufacturer's instructions. 3.06 CONCRETE FINISHING A. Smooth the exposed surface by screeding and floating. B. Work edges of gutter and sidewalks, back top edge of curb, and transverse joints; and round to 1/4-inch radius. C. Complete surface finishing by drawing a fine-hair broom across surface, perpendicular to line of traffic unless alternative finish is indicated on drawings. 3.07 CURING A. Protect and cure finished concrete curbs, gutters and sidewalks, complying with applicable requirements of TxDOT Standard Specifications, Item 529, "Concrete Curb, Gutter and Combined Curb and Gutter" and Item 531 "Sidewalks". 3.08 REPAIR AND CLEANING A. Broken or defective curb, gutters and sidewalks shall be repaired or replaced as directed by the Engineer at the Contractor's expense. B. Sweep work and wash free of stains, discolorations, dirt or other foreign material. END OF SECTION 32 13 13.10 CONFORMED BID SET 02/02/2026 SECTION 32 17 13 - PARKING BUMPERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Precast concrete parking bumpers and anchorage. 1.02 PRICE AND PAYMENT PROCEDURES A. Parking Bumpers: 1. Basis of Measurement: By the unit. 2. Basis of Payment: Includes bumper unit, installed. 1.03 REFERENCE STANDARDS A. ASTM A 615/A 615M -Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement; 2007. B. ASTM C 33 -Standard Specification for Concrete Aggregates; 2007. C. ASTM C 150-Standard Specification for Portland Cement; 2007. D. ASTM C 260-Standard Specification for Air-Entraining Admixtures for Concrete; 2006. E. ASTM C 330-Standard Specification for Lightweight Aggregates for Structural Concrete; 2005. 1.04 SUBMITTALS A. Submit manufacturer's literature and installation instructions. Show compliance of these specifications. Show location, methods of support, method of anchoring, and finish. PART 2 PRODUCTS 2.01 MATERIALS A. Parking Bumpers: Precast concrete, conforming to the following: 1. Nominal Size: 5 inches high, 9 inches wide, 6 feet long. 2. Profile: Rectangular cross section with sloped vertical faces, square ends with beveled edges. 3. Cement: ASTM C 150, Portland Type I - Normal; white color. 4. Concrete Materials: ASTM C 330 aggregate, water, and sand. 5. Reinforcing Steel: ASTM A 615/A 615M, deformed steel bars; unfinished finish, strength and size commensurate with precast unit design. 6. Air Entrainment Admixture: ASTM C 260. 7. Concrete Mix: Minimum 3000 psi, 28 day strength. 8. Use rigid molds, constructed to maintain precast units uniform in shape, size and finish. Maintain consistent quality during manufacture. 9. Embed reinforcing steel, and drill or sleeve for two dowels. 10. Cure units to develop concrete quality, and to minimize appearance blemishes such as non-uniformity, staining, or surface cracking. B. Dowels: Steel, unfinished; #4 bar, 14 inch long, pointed tip. C. Adhesive: Epoxy anchoring adhesive per manufacturer's requirements.. PART 3 EXECUTION 3.01 INSTALLATION A. Verify locations of parking bumpers with pavement marking layout. CONFORMED BID SET 02/02/2026 B. Thoroughly clean paving surface to receive wheel stop free of dirt, sand, oil, grease or other foreign material. C. Install units without damage to shape or finish. Replace or repair damaged units. D. Install units in alignment with adjacent work,typically 2 feet from face of curb and centered on each parking stall or as indicated on drawings. E. On asphalt paving,fasten units in place with 2 dowels per unit. F. On concrete,fasten units in place with 2 dowels per unit. Drill 3/4-inch anchoring holes 7 inches deep into concrete pavement. Anchor dowels in concrete paving with epoxy anchoring adhesive. END OF SECTION 32 17 13 CONFORMED BID SET 02/02/2026 SECTION 32 17 23.13 - PAVEMENT MARKINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Parking lot markings, including parking bays, crosswalks, arrows, handicapped symbols, curb markings, and fire lanes. B. Roadway lane markings and crosswalk markings. 1.02 RELATED REQUIREMENTS A. Section 32 1250-Site Paving. 1.03 PRICE AND PAYMENT PROCEDURES A. Parking Lot Striping: By the linear foot. Includes preparation of substrate, painting, clean up. B. Roadway Lane Marking: By the linear foot. Includes preparation of substrate, painting, clean up. 1.04 REFERENCE STANDARDS A. FS TT-P-1952- Paint,Traffic Black, and Airfield Marking, Waterborne; Rev. E, 2007. B. MPI (APL)- Master Painters Institute Approved Products List; Master Painters and Decorators Association; current edition, www.paintinfo.com. C. FHWA MUTCD- Manual on Uniform Traffic Control Devices for Streets and Highways; U.S. Department of Transportation, Federal Highway Administration; Current Edition. 1.05 SUBMITTALS-- NOT APPLICABLE 1.06 DELIVERY,STORAGE,AND HANDLING A. Store paint and materials in manufacturer's containers in a suitable storage facility until use. B. Store products in manufacturer's unopened packaging until ready for installation. C. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.07 FIELD CONDITIONS A. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 2 PRODUCTS 2.01 MATERIALS A. Line and Zone Marking Paint: MPI (APL) No. 97 Latex Traffic Marking Paint; color(s) as indicated. 1. Roadway Markings: As required by authorities having jurisdiction. 2. Parking Lots: Yellow on concrete pavements or white on bituminous pavements or as indicated on drawings. 3. Handicapped Symbols: Blue. B. Paint For Obliterating Existing Markings: FS TT-P-1952; black for bituminous pavements,gray for portland cement pavements. C. Temporary Marking Tape: Preformed, reflective, pressure sensitive adhesive tape in color(s) required; Contractor is responsible for selection of material of sufficient durability as to perform satisfactorily during period for which its use is required. CONFORMED BID SET 02/02/2026 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 Engineer of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Allow new pavement surfaces to cure for a period of not less than 14 days before application of marking materials. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Obliteration of existing markings using paint is acceptable in lieu of removal; apply the black paint in as many coats as necessary to completely obliterate the existing markings. Thermoplastic markings must be completely removed by scraping, sandblasting, or mechanical abrasion. D. Clean surfaces thoroughly prior to installation. 1. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods. 2. Completely remove rubber deposits, existing paint markings, and other coatings adhering to the pavement, by scraping, wire brushing, sandblasting, mechanical abrasion, or approved chemicals. 3. Sandblasting: Use equipment of sufficient size and capacity. E. Where oil or grease are present, scrub affected areas with several applications of an approved detergent or degreaser, and rinse thoroughly after each application; after cleaning, seal oil- soaked areas with cut shellac to prevent bleeding through the new paint. F. Establish survey control points to determine locations and dimensions of markings; provide templates to control paint application by type and color at necessary intervals. G. Temporary Pavement Markings: When required or directed by Engineer or Owner, apply temporary markings of the color(s),width(s) and length(s) as indicated or directed. 1. After temporary marking has served its purpose, remove temporary marking by carefully controlled sandblasting, approved grinding equipment, or other approved method so that surface to which the marking was applied will not be damaged. 2. At Owner's option,temporary marking tape may used in lieu of temporary painted marking; remove unsatisfactory tape and replace with painted markings at no additional cost to Owner. 3.03 INSTALLATION A. Begin pavement marking as soon as practicable after surface has been cleaned and dried. B. Do not apply paint if temperature of surface to be painted or the atmosphere is less than or greater than manufacturer's instructions. C. Apply in accordance with manufacturer's instructions using an experienced technician that is thoroughly familiar with equipment, materials, and marking layouts. D. Comply with FHWA MUTCD manual (http://mutcd.fhwa.dot.gov)for details not shown. E. Apply markings in locations determined by measurement from survey control points; preserve control points until after markings have been accepted. CONFORMED BID SET 02/02/2026 F. Apply uniformly painted markings of color(s), lengths, and widths as indicated on drawings true, sharp edges and ends. 1. Apply paint in one coat only or as indicated on the drawings. 2. Wet Film Thickness: 0.015 inch, minimum. 3. Length Tolerance: Plus or minus 1 inch. 4. Width Tolerance: Plus or minus 1/8 inch. G. Roadway Traffic Lanes: Use suitable mobile mechanical equipment that provides constant agitation of paint and travels at controlled speeds. 1. Conduct operations in such a manner that necessary traffic can move without hindrance. 2. Place warning signs at the beginning of the wet line, and at points well in advance of the marking equipment for alerting approaching traffic from both directions. Place small flags or other similarly effective small objects near freshly applied markings at frequent intervals to reduce crossing by traffic. 3. If paint does not dry within expected time, discontinue paint operations until cause of slow drying is determined and corrected. 4. Skip Markings: Synchronize one or more paint "guns"to automatically begin and cut off paint flow; make length of intervals as indicated. 5. Use hand application by pneumatic spray for application of paint in areas where a mobile paint applicator cannot be used. 6. Distribute glass beads uniformly on the paint lines within ten seconds without any waste, applied at rate of 6 pounds per gallon of paint; if the marking equipment does not have a glass bead dispenser, use a separate piece of equipment adjusted and synchronized with the paint applicator; remove and replace markings having faulty distribution of beads. H. Parking Lots: Apply parking space lines, entrance and exit arrows, painted curbs, and other markings indicated on drawings. 1. Mark the International Handicapped Symbol at indicated parking spaces. 2. Hand application by pneumatic spray is acceptable. I. Symbols: Use a suitable template that will provide a pavement marking with true, sharp edges and ends, of the design and size indicated. 3.04 DRYING, PROTECTION,AND REPLACEMENT A. Protect newly painted markings so that paint is not picked up by tires, smeared, or tracked. B. Provide barricades,warning signs, and flags as necessary to prevent traffic crossing newly painted markings. C. Allow paint to dry at least the minimum time specified by the applicable paint standard and not less than that recommended by the manufacturer. D. Remove and replace markings that are applied at less than minimum material rates; deviate from true alignment; exceed length and width tolerances; or show light spots, smears, or other deficiencies or irregularities. E. Remove markings in manner to avoid damage to the surface to which the marking was applied, using carefully controlled sand blasting, approved grinding equipment, or other approved method. F. Replace removed markings at no additional cost to Owner. END OF SECTION 32 17 23.13 CONFORMED BID SET 02/02/2026 SECTION 33 0110.58- DISINFECTION OF WATER UTILITY PIPING SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Disinfection of site domestic water lines and site fire water lines specified in Section 33 14 16. B. Testing and reporting results. 1.02 RELATED REQUIREMENTS A. Section 33 14 16-Site Water Utility Distribution Piping. 1.03 PRICE AND PAYMENT PROCEDURES A. Disinfection: By the linear foot. Includes preparing, disinfecting,testing, and reporting. 1.04 REFERENCE STANDARDS A. AWWA B300- Hypochlorites; 2011. B. AWWA C651- Disinfecting Water Mains; 2005. 1.05 SUBMITTALS A. Test Reports: Indicate results comparative to specified requirements. B. Certificate: From authority having jurisdiction indicating approval of water system. C. Disinfection report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and time of completion. 3. Test locations. 4. Initial and 24 hour disinfectant residuals (quantity in treated water) in ppm for each outlet tested. 5. Date and time of flushing start and completion. 6. Disinfectant residual after flushing in ppm for each outlet tested. D. Bacteriological report: 1. Date issued, project name, and testing laboratory name, address, and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24 hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Certification that water complies, or fails to comply, with bacterial standards of the City of Corpus Christi. 1.06 QUALITY ASSURANCE A. Testing Firm: Company specializing in testing potable water systems, approved by governing authorities of the State in which the Project is located. B. Submit bacteriologist's signature and authority associated with testing. PART 2 PRODUCTS 2.01 DISINFECTION CHEMICALS A. Chemicals: AWWA B300, Hypochlorite. CONFORMED BID SET 02/02/2026 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that piping system has been cleaned, inspected, and pressure tested. B. Schedule disinfecting activity to coordinate with start-up,testing, adjusting and balancing, demonstration procedures, including related systems. 3.02 DISINFECTION A. Use method prescribed by the applicable state or local codes, or health authority or water service purveyor having jurisdiction, or in the absence of any of these follow AWWA C651. B. Provide and attach equipment required to perform the work. C. Inject treatment disinfectant into piping system. D. Maintain disinfectant in system for 24 hours. E. Flush, circulate, and clean until required cleanliness is achieved; use municipal domestic water. F. Replace permanent system devices removed for disinfection. G. Pressure test system to 200 psi. Repair leaks and re-test. 3.03 FIELD QUALITY CONTROL A. Test samples in accordance with AWWA C651. END OF SECTION 33 0110.58 CONFORMED BID SET 02/02/2026 SECTION 33 02 30-JACKING, BORING OR TUNNELING PIPE PART 1 GENERAL 1.01 SECTION INCLUDES A. Furnishing and installation of pipe by the methods of jacking, boring, or tunneling. 1.02 RELATED REQUIREMENTS A. Section 312316- Excavation. B. Section 31 2316.14-Trench Excavation Protection. C. Section 33 1116-Site Water Utility Distribution Piping. D. Section 33 3111 -Site Sanitary Sewer Utility Piping. E. Section 33 4111-Site Storm Utility Drainage Piping. 1.03 PRICE AND PAYMENT PROCEDURES A. Jacking, Boring, or Tunneling: 1. Basis of Measurement: By the linear foot. 2. Basis of Payment: Includes excavation; casing, liner plate,jacking pipe with accessories; and grout. 1.04 REFERENCES A. Texas Department of Transportation (TxDOT) 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. B. Specification and standards of local authority having jurisdiction. 1.05 SUBMITTALS A. Product Data: Provide casing, liner plate,jacking pipe plus accessories data. B. Shop Drawings: Indicate plan layout, spacing of components, grouting procedures, and schedule of components. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: All products covered under this Section shall be produced by a single manufacturer unless otherwise specified. B. Testing: The Contractor shall coordinate all testing required by this Section with the Engineer prior to commencement. 1.07 DELIVERY,STORAGE AND HANDLING A. Deliver, store and handle products in exact accordance with manufacturer's latest published requirements and specifications. PART 2 PRODUCT 2.01 MATERIALS A. Pipe: 1. Types and sizes shown on the plans and shall conform to these specifications. 2. All shipments of pipe shall be accompanied by a certificate of compliance to these specifications prepared by an independent testing laboratory and signed by a registered professional engineer. B. Liner Plate: As shown on the project plans. CONFORMED BID SET 02/02/2026 C. Grout: 1. Sand cement slurry containing a minimum of seven (7) sacks of Portland Cement per cubic yard of slurry. 2. All slurry shall be plant batched and transit mixed. PART 3 EXECUTION 3.01 JACKING A. Jacking Pits 1. Suitable pits or trenches shall be excavated for the purpose of jacking operations for placing end joints of the pipe. 2. When trenches are cut in the side of embankment such work shall be securely sheeted and braced. 3. Backfilled immediately upon completion of jacking operations. B. Jacking Operations 1. Jacking operations shall in no way interfere with the operation of railroads, streets, highways or other facilities. 2. Barricades and lights shall be furnished as directed by the Engineer to safeguard traffic and pedestrians. C. The pipe to be jacked shall be set on guides to support the section of pipe being jacked and to direct it in the proper line and grade. D. Excavation 1. Embankment material shall be excavated just ahead of the pipe and material removed through the pipe, and the pipe forced through the opening thus provided. 2. The excavation for the underside of the pipe,for at least one-third (1/3) of the circumference of the pipe, shall conform to the contour and grade of the pipe. 3. A clearance of not more than two inches (2") may be provided for the upper half of the pipe. E. The distance that the excavation shall extend beyond the end of the pipe shall depend on the character of the material, but it shall not exceed two feet (2') in any case. F. Generally, pipe shall be jacked from downstream end. G. Permissible lateral or vertical variation in the final position of the pipe from line and grade will be as shown on the plans or as determined by the Engineer. H. Any pipe damaged in jacking operations shall be removed and replaced at the Contractor's expense. 3.02 BORING A. Boring Pits: Excavation for pits and installation of shoring shall be as outlined under"Jacking Pits". B. Boring Operations: 1. A pilot hole shall be used. 2. The pilot hole shall be bored the entire length of the crossing and shall be used as a guide for the larger hole to be bored. 3. Water or drilling fluids may be used to lubricate cuttings. C. Variation in line and grade shall apply as specified under"Jacking". CONFORMED BID SET 02/02/2026 3.03 TUNNELING A. Tunneling may be used when the size of the proposed pipe or the use of a monolithic system would make the use of tunneling more satisfactory than "Jacking" or"Boring". B. The excavation for pits and the installation of shoring shall be as specified under"Jacking". C. The lining of the tunnel shall be of the material shown on the plans. D. Access holes for grouting shall be spaced a maximum of ten feet(10'). 3.04 PIPE JOINTS A. Shall conform to local specification and standards having jurisdiction for work being performed, or as shown on the project plans or shop drawings. B. Steel Joints 1. Shall be mill or fabricated steel pipe conforming to AWWA M-11. 2. Shall be welded in accordance with procedures established by the AWS. 3.05 GROUTING OF BORES OR TUNNELS A. Space between pipe and liner, pipe and limits of excavation, and liner and limits of excavation shall be pressure grouted, unless otherwise specified on the plans. 3.06 CLEANING A. Properly dispose of all excess material, all debris,trash, containers, residue, remains and scraps which result from the work of this Section. END OF SECTION 33 02 30 CONFORMED BID SET 02/02/2026 SECTION 33 02 73 - SITE CONCRETE ENCASEMENT, CRADLES, SADDLES AND COLLARS PART 1 GENERAL 1.01 SECTION INCLUDES A. All work required to install and complete all concrete encasements, cradles, saddles and collars. 1.02 RELATED REQUIREMENTS A. Section 312316- Excavation. B. Section 31 2316.13 -Trenching. C. Section 33 05 61-Concrete Manholes D. Section 33 3113-Site Sanitary Sewerage Gravity Piping. 1.03 PRICE AND PAYMENT PROCEDURES A. Encasement, Cradles, Saddles, and Collars: By the cubic yard. Includes formwork, concrete, placement accessories, consolidating and curing. 1.04 REFERENCES A. Texas Department of Transportation Standard Specification, Item 420—Concrete for Structures. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's data on manufactured products showing compliance with specified requirements. B. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent construction for concrete accessories. 1.06 QUALITY ASSURANCE A. The testing laboratory shall sample and test concrete in accordance with geotechnical report unless otherwise indicated. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: Shall conform to Class B in accordance with Item 420, "Concrete for Structures", TxDOT Standard Specifications. B. Reinforcement: If required, shall be Grade 60, deformed bars, new billet steel. PART 3 EXECUTION 3.01 INSTALLATION A. Concrete Encasement 1. The trench shall be excavated and fine graded to a depth conforming with details and sections shown on the plans. 2. The pipe shall be securely tied down to prevent flotation and supported by precast concrete blocks of the same strength as the concrete for encasement. 3. Encasement shall then be placed to a depth and width conforming with details and sections shown on the plans. B. Concrete Cradles CONFORMED BID SET 02/02/2026 1. The trench shall be prepared and the pipe supported in the same manner as described in this Section. 2. Concrete cradles shall be constructed in accordance with details and sections shown on the plans. C. Concrete Saddles 1. Pipe to receive concrete saddle shall be backfilled in accordance with Section 312316.13 —Trenching to the spring line. 2. Concrete placed to a depth and width conforming with details and sections shown on the plans. D. Concrete Collars 1. Concrete collars shall be constructed in accordance with details and sections shown on the plans. 3.02 CLEANING A. Properly dispose of all debris,trash containers, residue, remnants and scraps which result from the work of this Section. END OF SECTION 33 02 73 CONFORMED BID SET 02/02/2026 SECTION 33 05 61 - CONCRETE MANHOLES PART 1 GENERAL 1.01 Section Includes A. Monolithic concrete manholes with masonry transition to lid frame, covers, anchorage, and accessories. B. Modular precast concrete manhole sections with tongue-and-groove joints, covers, anchorage, and accessories. 1.02 Related Requirements A. Section 03 30 00-Cast-in-Place Concrete. B. Section 04 05 11- Masonry Mortaring and Grouting. 1.03 Price and Payment Procedures A. Manhole: By the unit. Includes excavating, concrete base pad, concrete manhole sections, FRP manhole sections, brick masonry manhole construction, brick masonry transition to cover frame, cover frame and cover,to indicated depth,forming and sealing pipe inlets and outlets. 1.04 Reference Standards A. AASHTO HB-Standard Specifications for Highway Bridges; Seventeenth Edition. B. ASTM A48/A48M -Standard Specification for Gray Iron Castings; 2003 (Reapproved 2012). C. ASTM C478/C478M -Standard Specification for Circular Precast Reinforced Concrete Manhole Sections; 2020. D. ASTM C923/C923M -Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals; 2020. E. ASTM D3753 -Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells; 2012. F. ACI 530/530.1/ERTA- Building Code Requirements and Specification for Masonry Structures and Related Commentaries; 2011. G. Local Municipal Specifications. H. Local Public Service Provider Specifications. 1.05 Submittals A. Shop Drawings: Indicate manhole locations, elevations, piping sizes and elevations of penetrations. B. Product Data: Provide manhole covers, component construction,features, configuration, and dimensions. 1.06 Quality Assurance A. Manufacturer: Company specializing in manufacturing products specified in this section. 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. CONFORMED BID SET 02/02/2026 PART 2 PRODUCTS 2.01 Concrete Manholes A. Weight Rating: H 10 according to AASHTO HB. 2.02 MANHOLES A. Manhole Sections: Reinforced precast concrete in accordance with ASTM C478/C478M,with resilient connectors complying with ASTM C923/C923M. B. Manhole Sections: ASTM D 3753, glass-fiber reinforced polyester(only if indicated on drawings) . C. Concrete: As specified in Section 03 30 00. D. Concrete Reinforcement: As specified in Section 03 3000, Class A. 2.03 Accessories A. Lid and Frame: ASTM A 48/A 48M, Class 30B Cast iron construction, machined flat bearing surface, removable boltable lid, closed lid design; heavy duty suitable for H-20 loading . B. Throat Rings: Reinforced concrete rings, maximum thickness of 2 inches, minimum width 5 inches, and internal diameter not less than 30 inches. C. Inside Epoxy Coating: Raven 805 Series High Build Epoxy Liner(125 mils thickness) or Spray Wall Polyurethane System (150 mils thickness) or approved equivalent. D. Manhole Insert: Rainstopper as manufactured by Southwestern Packing and Seals, or approved equivalent. E. Water tight manhole rings and covers shall be Trane-TEX A77 "O" ring or approved equivalent. 2.04 CONFIGURATION A. Shaft Construction: Concentric with concentric cone top section; lipped male/female dry joints; sleeved to receive pipe sections. B. Shape: Cylindrical. C. Clear Inside Dimensions: 48 inches diameter. D. Design Depth: As indicated on drawings. E. Clear Lid Opening: 30 inches diameter. F. Pipe Entry: Provide openings as indicated on drawings. PART 3 EXECUTION 3.01 Examination A. Verify items provided by other sections of work are properly sized and located. B. Verify that built-in items are in proper location, and ready for roughing into Work. C. Verify excavation for manholes is correct. 3.02 Preparation A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other sections. 3.03 Installation A. Establish elevations and pipe inverts for inlets and outlets as indicated in drawings. 3.04 MANHOLES A. Place concrete base pad,trowel top surface level. CONFORMED BID SET 02/02/2026 B. Place manhole sections plumb and level,trim to correct elevations, anchor to base pad. C. Form and place manhole cylinder plumb and level,to correct dimensions and elevations. D. Cut and fit for pipe. E. The minimum angle of flow for a connecting sewer to the direction of flow by a collection system is 90 degrees. F. Inverts shall conform accurately to the size and elevation of the adjoining pipes. Side inverts shall be curved and main inverts, where direction changes, shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining pipelines. G. Grout base of shaft sections to achieve slope to exit piping. Trowel smooth. Contour as required. H. Set cover frames and covers level without tipping,to correct elevations. I. A minimum of 2 and a maximum of 4 throat rings shall be used to adjust the manhole top. J. Coordinate with other sections of work to provide correct size, shape, and location. K. Install manhole inserts in each vented sanitary sewer manhole in accordance with manufacturer's recommendations. L. Vacuum test manholes for water tightness. M. All new sanitary sewer manholes shall be watertight and coated with an approved sewer structural coating. 1. Epoxy coating: With specified thickness application. a. Raven 405 Series High Build Epoxy Liner: Required thickness 125 mils. b. Spray Wall Polyurethane System: Required thickness 150 mils. END OF SECTION 33 05 61 CONFORMED BID SET 02/02/2026 SECTION 33 14 16- SITE WATER UTILITY DISTRIBUTION PIPING PART 1 GENERAL 1.01 SECTION INCLUDES A. Water pipe for site conveyance lines. B. Pipe valves. C. Fire hydrants. D. Valves, Fire Hydrants, Backflow Preventer, and Accessories. 1.02 RELATED REQUIREMENTS A. Section 03 3000-Cast-in-Place Concrete. B. Section 21 11 00- Facility Fire-Suppression Water-Service Piping. C. Section 312316- Excavation. D. Section 31 2316.13 -Trenching. E. Section 312323 - Fill. F. Section 33 0110.58- Disinfection of Water Utility Piping Systems: Disinfection of site service utility water piping. G. Section 33 1300- Disinfecting of Water Utility Distribution. 1.03 PRICE AND PAYMENT PROCEDURES A. Pipe and Fittings: By the linear foot. Includes excavation, pipe and fittings, bedding,thrust blocks, restraint joints, connection to building service piping, and to municipal utility water source. B. Valves: By the unit. Includes valve,fittings and accessories. C. Hydrant: By the unit. Includes excavation, gravel sump, hydrant,valve, connection, and accessories. D. Fittings: By the ton. Includes installation and accessories. 1.04 REFERENCE STANDARDS A. Standards and specifications of local authority having jurisdiction over private potable water systems. B. Standards and specifications of local authority having jurisdiction over public potable water systems. C. ASME B16.18-Cast Copper Alloy Solder Joint Pressure Fittings; 2012. D. ASME B16.22-Wrought Copper and Copper Alloy Solder-Joint Pressure Fittings; 2013. E. ASTM B88-Standard Specification for Seamless Copper Water Tube; 2014. F. ASTM D1785 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120; 2015. G. ASTM D2466-Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40; 2013. H. ASTM D2855 -Standard Practice for Making Solvent-Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings; 1996 (Reapproved 2010). SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-1/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 I. ASTM D3139-Standard Specification for Joints for Plastic Pressure Pipes using Flexible Elastomeric Seals; 1998 (Reapproved 2011). J. AWS A5.8M/A5.8-Specification for Filler Metals for Brazing and Braze Welding; 2011-AMD 1. K. AWWA C105/A21.5 - Polyethylene Encasement for Ductile-Iron Pipe Systems; 2010. L. AWWA C111/A21.11- Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings; 2012. M. AWWA C502- Dry-Barrel Fire Hydrants; 2014. N. AWWA C504- Rubber-Seated Butterfly Valves 3 In. (75 mm)Through 72 In. (1,800 mm); 2010. O. AWWA C508-Swing-Check Valves for Waterworks Service, 2 In. (50 mm)Through 24 In. (600 mm) NPS; 2011. P. AWWA C509- Resilient-Seated Gate Valves for Water Supply Service; 2009. Q. AWWA C600- Installation of Ductile-Iron Water Mains and Their Appurtenances; 2010. R. AWWA C900- Polyvinyl Chloride (PVC) Pressure Pipe,4 In. Through 12 In. (100 mm Through 300 mm),for Water Transmission and Distribution; 2007. S. UL 246- Hydrants for Fire-Protection Service; Current Edition, Including All Revisions. 1.05 SUBMITTALS A. Product Data: Provide data on pipe materials, pipe fittings, valves and accessories. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Project Record Documents: Record actual locations of piping mains, valves, connections, thrust restraints, and invert elevations and provide to the Engineer. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. D. Provide Owner with two valve keys for each type of valve. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with water service purveyor requirements. B. Perform Work in accordance with requirements of local authority having jurisdiction of private water systems. 1.07 DELIVERY,STORAGE,AND HANDLING A. Deliver and store valves in shipping containers with labeling in place. 1.08 REGULATORY REQUIREMENTS A. Conform to applicable code for materials and installation of the Work of this section. PART 2 PRODUCTS 2.01 WATER PIPE A. Ductile Iron Pipe: AWWA C151/A21.51: 1. Fittings: Ductile iron, standard thickness. 2. Joints: AWWA C111/A21.11, Styrene butadiene rubber(SBR) or vulcanized SBR gasket with rods. 3. Jackets: AWWA C105/A21.5 polyethylene jacket. B. Copper Tubing: ASTM B88, Type K,Annealed: 1. Fittings: ASME B16.18, cast copper, or ASME B16.22, wrought copper. 2. Joints: Compression connection or AWS A5.8M/A5.8, BCuP silver braze. C. PVC Pipe: ASTM D1785, Schedule 40. SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-2/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 1. Fittings: ASTM D2466, PVC. 2. Joints: ASTM D2855, solvent weld. D. PVC Pipe greater than 4 inches in diameter: AWWA C900 Class 150: 1. Fittings: AWWA C110, gray iron and ductile iron. 2. Joints: ASTM D3139 compression gasket ring. E. Trace Wire: Magnetic detectable conductor, brightly colored plastic covering, imprinted with "Water Service" (14-gauge insulated) in large letters. 2.02 VALVES A. Valves: Manufacturer's name and pressure rating marked on valve body. B. All mechanical joint valves shall be supplied with glands, bolts, and gaskets. Bolts for mechanical joints shall be high strength low allow steel meeting requirements of the latest revision of AWWA Standard C111. C. All valves shall open right (clockwise) unless otherwise specified. D. Valve ends shall be either flanged, mechanical joint, hub-end, push-on joint ("Ring-Tite"), or any combination thereof. E. Valves shall have a minimum 10 YEAR LIMITED WARRANTY from the manufacturer on material and workmanship. F. Gate Valves Up To 3 Inches: 1. Brass or Bronze body, non-rising stem, inside screw, single wedge or disc, compression ends,with control rod, post indicator, valve key, and extension box. G. Gate Valves 3 Inches and Over: 1. AWWA C509, iron body, bronze trim, non-rising stem with square nut, single wedge, resilient seat,flanged ends, control rod, post indicator, valve key, and extension box. 2. Coatings: All coatings in contact with potable water shall be approved for potable water immersion service per ANSI/NSF Standard 61. H. Butterfly Valves From 24 Inches to 48 Inches: 1. AWWA C504, iron body, bronze disc, resilient replaceable seat, water or lug ends,ten position lever handle. 2.03 VALVE BOXES A. Each valve box assembly shall be of cast-iron and shall consist of a base, top section, and lid as required by local authority. B. All valve boxes shall be of a single size with a nominal diameter of 6 inches. C. The valve box lid shall be so designed so that it will remain firmly seated in place when subjected to vehicular traffic. D. The valve box assembly shall be coated with a bituminous coating of either coal tar or asphalt basic applied to all inside and outside surfaces. 2.04 HYDRANTS A. Hydrants: AWWA C502, UL 246, dry barrel type or as required by water service purveyor or local authority having jurisdiction of private water systems. 1. Inside dimension: 7 inches minimum, with minimum 5 inches diameter valve seat opening. 2. 6 inch bell or mechanical joint inlet connection with accessories, gland bolts, and gaskets. SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-3/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 3. Open: Right B. Hydrant Extensions: Fabricate in multiples of 6 inches with rod and coupling to increase barrel length. C. Hose and Streamer Connection: Match sizes with water service purveyor, two hose nozzles with a 2-1/2 inch nominal inside diameter, one pumper nozzle with a 4 inch nominal inside diameter. Nozzle threads to conform with ASA B-26 National Standard Fire Hose Coupling Screw Thread. D. Hydrants shall have at least one untapped drain opening. When the main valve is in fully opened position leakage through the drain opening shall be cause for rejection. E. All gaskets shall be of rubber composition, copper asbestos, lead or impregnated fiber composition. F. All fire hydrants having mechanical joint inlets shall be supplied with glands, bolts, and gaskets. Bolts shall be high strength low alloy steel meeting requirements of AWWA Specification C111. G. Hydrant shall have non-rising stems. H. Hydrants shall be equipped with a breakable coupling on the barrel section and the stem. These couplings shall be at least two inches above the finished grade line. The breakable coupling shall be so designed that in case of traffic collision,the barrel safety flange and steam safety collar will break before any other part of the hydrant. The coupling shall be designed to afford the hydrant to rotate 360°. I. Valve stems shall have a diameter of 1-1/4 inch for hydrants up to and including a 5'-0" bury. Hydrants with a bury of greater than 5-'0" shall have a stem diameter of not less than 1-3/8 inch. J. Hydrant shall have a limited warranty from the manufacturer against defects in materials or workmanship for a period of ten (10)years from date of manufacture. Original Manufacturer repair and replacement parts must be used to maintain valid warranty. K. Finish: Primer and two coats of enamel in color required by utility company. 2.05 BEDDING AND COVER MATERIALS A. Bedding: As specified in Section 3123 16.13. B. Cover: As specified in Section 3123 16.13. 2.06 REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTER A. Two check valve assemblies, relief valve assembly,two shutoff valves, and four test codes. B. Check Valve and Relief Valve Assemblies: Single cast body with replaceable seats, capable of being serviced independent of each other. C. Relief Valve Assembly: Between check valves, supply pressure via a sensing package integral to main body. D. Shutoff Valves: Each end of assembly, resilient seated. E. Four Test Codes: Supply side of supply shutoff valve, relief valve cover(sensing supply pressure), after first check valve (sensing zone pressure), and after second check valve (sensing demand pressure). F. Meet requirements of USC-FCCHR,ASSE 1013,AWWA, UL(2-1/2"-10" models), and FM (2- 1/2"-10" models). SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-4/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 G. Product: Must comply with water service purveyor specifications. 2.07 ACCESSORIES A. Concrete for Thrust Restraints: Concrete type specified in Section 03 30 00. B. Permanent and Temporary Blowoff Assemblies: As shown on plans. 1. Permanent Blowoff Assembly: 2-inch galvanized iron pipe, ball valve, fittings, 6-inch valve box assembly, and concrete collar around valve box where subjected to vehicular traffic. 2. Temporary Blowoff Assembly: 2-inch galvanized iron pipe, ball valve, and fittings. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that building service connection and water service purveyor main size, location, and invert are as indicated. 3.02 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. 3.03 TRENCHING A. See Section 3123 16.13 for additional requirements. B. Form and place concrete for pipe thrust restraints at each change of pipe direction. Place concrete to permit full access to pipe and pipe accessories. C. Backfill around sides and to top of pipe with cover fill,tamp in place and compact, then complete backfilling. 3.04 INSTALLATION - PIPE A. Maintain separation of water main from sewer piping in accordance with Texas Commission on Environmental Quality(TCEQ) requirements. Minimum 9 ft separation when in parallel with sewer piping. B. Group piping in the same trench as other site piping work whenever practical. C. Establish elevations of buried piping to ensure not less than 3 feet of cover. D. Install ductile iron piping and fittings to AWWA C600. E. Route pipe in straight line. F. Install pipe to allow for expansion and contraction without stressing pipe or joints. G. Install access fittings to permit disinfection of water system performed under Section 33 01 10.58. H. Slope water pipe and position drains at low points. I. Install trace wire taped to pipe, coordinate with Section 3123 16.13. 3.05 Installation-Valves, Hydrants, Backflow Preventers A. Set valves on solid bearing. Concrete pad required for valves 12 inches and larger. B. Center and plumb valve box over valve. Set box cover flush with finished grade. SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-5/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 C. Set hydrants plumb; locate pumper nozzle perpendicular to and facing roadway, no less than 18 inches nor more than 7 feet from face of curb. D. Set hydrants to grade, with nozzles at least 20 inches above ground in accordance with Section 21 11 00. E. Provide a drainage pit 36 inches square by 24 inches deep filled with 2 inches washed gravel. Encase elbow of hydrant in gravel to 6 inches above drain opening. Do not connect drain opening to sewer. F. Paint hydrants in accordance with water service purveyor standards and specifications or for private hydrants with standards and specifications of local authority. 3.06 SERVICE CONNECTIONS A. Provide water service to utility company requirements . 3.07 FIELD QUALITY CONTROL A. See Section 0140 00-Quality Requirements,for additional requirements. B. Flush mains to remove all dust, debris, or foreign matter. C. Pressure test water piping to 200 pounds per square inch. D. Pressure test duration shall be a minimum of 4 hours. E. Leakage allowance shall be no greater than listing in table at end of this section. F. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-6/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 HYDROSTATIC TEST LEAKAGE ALLOWANCES (MAXIMUM) @ 200 PSI ALLOWABLE LEAKAGE IN GALLONS PER HOUR(GPH)* NOMINAL 100 200 300 400 500 LF 600 700 LF 800 900 1000 DIAMETER& LF LF LF LF LF LF LF LF TYPE PIPE 6" DI** 0.13 0.25 0.38 0.51 0.64 0.6 0.89 1.02 1.14 1.27 8" DI** 0.17 0.34 0.51 0.68 0.85 1.02 1.19 1.36 1.53 1.7 12" DI** 0.26 1 0.51 0.77 1 1.02 1.28 1.53 1 1.79 2.04 2.3 2.55 16" DI** 0.34 0.68 1.02 1.36 1.7 2.04 2.38 2.72 3.06 3.4 20" DI** 0.43 0.85 1.28 1.7 2.13 2.55 2.98 3.4 3.83 4.25 20" CSC 0.08 0.16 0.24 0.32 0.4 0.47 0.55 0.63 0.71 0.79 24" DI** 0.51 1.02 1.53 2.04 2.55 3.06 3.57 4.08 3.59 5.1 24" CSC 0.1 0.19 0.29 0.38 0.48 0.57 0.67 0.76 0.86 0.95 30" DI** 0.64 1.27 1.91 2.55 3.19 3.82 4.46 5.1 5.73 6.37 30" CSC 0.12 0.24 0.35 0.47 0.59 0.71 0.83 0.94 1.06 1.18 36" DI** 0.76 1.53 2.29 3.06 3.82 4.58 5.35 6.11 6.88 7.64 36" CSC 0.14 0.28 0.43 0.57 0.71 0.85 0.99 1.14 1.28 1.42 42" DI** 0.89 1.78 2.68 3.57 4.46 5.35 6.24 7.14 8.q71. 8.92 42" CSC 0.17 0.33 0.5 0.66 0.83 1 1.16 1.33 1. 1.66 48" DI** 1.02 2.04 3.06 4.08 5.1 6.11 7.13 8.15 9. 0.19 48" CSC 0.19 0.38 0.7 0.76 0.95 1.13 1.32 1.51 1. 89 54" CSC 0.21 0.42 0.63 0.84 1.05 1.26 1.47 1.68 1.89 2.1 60" CSC 0.23 0.46 0.69 1 0.92 1.15 1 1.38 1.61 1 1.84 1 2.07 1 2.3 *PVC pipe shall be tested to DI pressures. GPH for CSC pipe are manufacturer's maximum. **DI pipe includes mechanical and push-on joints. END OF SECTION 33 14 16 SITE WATER UTILITY DISTRIBUTION PIPING 3314 16-7/7 Whitecap Wastewater Treatment Plant Office Facility-Rebid-22156 October 8,2025 CONFORMED BID SET 02/02/2026 SECTION 33 3113 - SITE SANITARY SEWERAGE GRAVITY PIPING PART 1 GENERAL 1.01 SECTION INCLUDES A. Sanitary sewerage drainage piping,fittings, and accessories. B. Connection of building sanitary drainage system to public sanitary sewers. C. Cleanout access. 1.02 RELATED REQUIREMENTS A. Section 03 30 00-Cast-in-Place Concrete: Concrete for cleanout base pad construction. B. Section 312316- Excavation: Excavating of trenches. C. Section 31 2316.13 -Trenching: Excavating, bedding, and backfilling. D. Section 33 05 61-Concrete Manholes. 1.03 DEFINITIONS A. Bedding: Fill placed under, beside and directly over pipe, prior to subsequent backfill operations. 1.04 REFERENCE STANDARDS A. ASTM A74-Standard Specification for Cast Iron Soil Pipe and Fittings; 2015. B. ASTM A746-Standard Specification for Ductile Iron Gravity Sewer Pipe; 2009 (Reapproved 2014). C. ASTM C12 -Standard Practice for Installing Vitrified Clay Pipe Lines; 2014. D. ASTM C14-Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe; 2015. E. ASTM C14M -Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe (Metric); 2015. F. ASTM C76-Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe; 2015. G. ASTM C76M -Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe (Metric); 2014. H. ASTM C425 -Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings; 2004 (Reapproved 2013). I. ASTM C443 -Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets; 2012. J. ASTM C443M -Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets (Metric); 2011. K. ASTM C564-Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings; 2014. L. ASTM C700-Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated; 2013. M. ASTM D1785 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120; 2015. CONFORMED BID SET 02/02/2026 N. ASTM D2321-Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications; 2014. O. ASTM D2680-Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping; 2001 (Reapproved 2014). P. ASTM D2729-Standard Specification for Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings; 2011. Q. ASTM D3034-Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings; 2015. R. ASTM D3350-Standard Specification for Polyethylene Plastics Pipe and Fittings Material; 2012. S. AWWA C111/A21.11- Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings; 2012. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the installation of the sanitary sewer with the local authority having jurisdiction for permits and inspections with regard to size, location and installation of service utilities. B. Preinstallation Meeting: Conduct a preinstallation meeting one week prior to the start of the work of this section; require attendance by all affected installers, and local inspection authorities. C. Sequencing: Ensure that utility connections are achieved in an orderly and expeditious manner. 1.06 SUBMITTALS A. Product Data: Provide data indicating pipe and pipe accessories. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Field Quality Control Submittals: Document results of field quality control testing. D. Project Record Documents: 1. Record location of pipe runs, connections, manholes, and invert elevations. 2. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. PART 2 PRODUCTS 2.01 SEWER PIPE MATERIALS A. Provide products that comply with applicable code(s). B. Plastic Pipe: ASTM D 3034, SDR 26,Type PSM, Poly(Vinyl Chloride) (PVC) material, inside nominal diameter as shown on drawings, bell and spigot style joint end with the exception that solvent cement joints shall not be used. C. Fittings: Same material as pipe molded or formed to suit pipe size and end design, in required tee, bends, elbows, cleanouts, reducers, traps and other configurations required. 2.02 PIPE ACCESSORIES A. Trace Wire: Magnetic detectable conductor, clear plastic covering, imprinted with "Sewer Service " in large letters, if required. 2.03 BEDDING AND COVER MATERIALS A. Pipe Bedding Material: As specified in Section 3123 16.13. CONFORMED BID SET 02/02/2026 B. Pipe Cover Material: As specified in Section 3123 16.13. PART 3 EXECUTION 3.01 GENERAL A. Perform work in accordance with applicable code(s) of local or state jurisdictional authority. 3.02 TRENCHING A. See Section 3123 16.13 for additional requirements. B. Backfill around sides and to top of pipe with cover fill,tamp in place and compact, then complete backfilling. 3.03 INSTALLATION - PIPE A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on layout drawings. B. Install pipe,fittings, and accessories in accordance with manufacturer's instructions. Seal watertight. C. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. D. Connect to building sanitary sewer outlet and public sanitary sewer system. E. Install cleanouts a minimum of every 100 linear feet unless otherwise indicated on drawings. See drawings for cleanout detail. F. Install trace wire 6 inches above top of pipe, if required. Coordinate with Section 3123 16.13. 3.04 WATER MAIN CROSSINGS A. Requirements of Texas Commission on Environmental Quality, 30 TAC§ 217.5 shall be met. 3.05 INSTALLATION -CLEANOUTS A. Form bottom of excavation clean and smooth to correct elevation. B. Establish elevations and pipe inverts for inlets and outlets as indicated. C. Mount cap and frame to match slope of finished grade. Secure to top of pipe at elevation indicated. 3.06 FIELD QUALITY CONTROL A. Perform field inspection and testing. B. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. C. Pressure Test: Pressure test in accordance with sewer service purveyor standards or local authority having jurisdiction of private sanitary sewer systems. D. Deflection Test: Deflection test in accordance with sewer service purveyor or local authority having jurisdiction of private sanitary sewer systems. E. Obtain inspections from sewer service purveyor or local authority having jurisdiction. Do not bury pipe until inspection is approved. CONFORMED BID SET 02/02/2026 3.07 PROTECTION A. Protect pipe and bedding cover from damage or displacement until backfilling operation is in progress. END OF SECTION 33 3113 CONFORMED BID SET 02/02/2026 GEOTECHNICAL ENGINEERING REPORT WHITECAP WWTP OPERATION AND CONTROL BUILDING 13909 Whitecap Boulevard Corpus Christi, Texas UES Project No. G124227 July 3, 2024 Prepared for: Turner Ramirez Architects 3751 South Alameda Street Corpus Christi, Texas, 78411 Attention: Mr. Jay Potterfield 01 FIVO Prepared by: TM s UES 16817 Leopard St., Corpus Christi, TX 78409 1 office: 361.883.4555 1 fax: 361.883.4711 Environmental Geotechnical Engineering UES Materials Testing 10TM Field Inspections&Code Compliance Geophysical Technologies July 3, 2024 Turner Ramirez Architects 3751 South Alameda Street Corpus Christi, Texas, 78411 Attention: Mr. Jay Potterfield Re: Geotechnical Engineering Report Whitecap WWTP Operation and Control Building 13909 Whitecap Boulevard Corpus Christi, Texas UES Report No. G124227 Dear Mr. Potterfield: UES Professional Solutions 45, LLC (hereinafter "UES") has performed a geotechnical exploration for the project referenced above. This study was authorized by Jay Potterfield with Turner Ramirez Architects and performed in accordance with UES Proposal No. CGP032724A dated April 2, 2024. The results of this exploration, together with our recommendations, are presented in the accompanying report, an electronic copy of which is being transmitted herewith. UES appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, UES Professional Solutions 45, LLC. TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 - �g�P��A'T Figs► :./ / JAMES James P. Bauer, P.E. Joshua A. McCann, E.I.T. Gulf Coast/South Texas Area Manager Project Manager UES 16817 Leopard St.,Corpus Christi,TX 78409 1 office:361.883.4555 1 fax:361.883.4711 TABLE OF CONTENTS INTRODUCTION...................................................................................................................................................................................1 Purposeand Scope....................................................................................................................................................................................1 General......................................................................................................................................................................................................1 SITEDESCRIPTION...............................................................................................................................................................................2 FIELDEXPLORATION............................................................................................................................................................................2 Scope.........................................................................................................................................................................................................2 Drillingand Sampling Procedures..............................................................................................................................................................3 FieldObservations.....................................................................................................................................................................................3 LABORATORYTESTING PROGRAM.......................................................................................................................................................3 SUBSURFACE CONDITIONS..................................................................................................................................................................4 General......................................................................................................................................................................................................4 SoilConditions...........................................................................................................................................................................................4 GroundwaterObservations.......................................................................................................................................................................5 SeismicSite Classification..........................................................................................................................................................................5 OSHASoil Type Classification.....................................................................................................................................................................6 GEOTECHNICAL DISCUSSION...............................................................................................................................................................6 ProjectDescription....................................................................................................................................................................................6 Potential Vertical Rise(PVR)Discussion....................................................................................................................................................7 FOUNDATION TYPE CONSIDERED........................................................................................................................................................7 FOUNDATIONRECOMMENDATIONS...................................................................................................................................................7 Stiffened Slab-on-Grade Foundation Recommendations..........................................................................................................................7 PAVEMENT CONSIDERATIONS.............................................................................................................................................................8 Flexible Pavement Recommendations......................................................................................................................................................9 RigidPavement Recommendations...........................................................................................................................................................9 PavementSubgrade Preparation.............................................................................................................................................................10 Routine Maintenance of Rigid and Flexible Pavement Systems..............................................................................................................11 SITE IMPROVEMENT METHODS..........................................................................................................................................................11 Drainage and Flatwork Construction Considerations..............................................................................................................................11 CONSTRUCTIONCONSIDERATIONS.....................................................................................................................................................12 SitePreparation.......................................................................................................................................................................................12 SelectFill..................................................................................................................................................................................................12 Earthwork and Foundation Acceptance..................................................................................................................................................13 DemolitionConsiderations......................................................................................................................................................................14 VaporRetarder........................................................................................................................................................................................14 Utilities....................................................................................................................................................................................................15 Expansionand Control Joints...................................................................................................................................................................15 GENERALCOMMENTS........................................................................................................................................................................15 APPENDIX Site Vicinity Map Boring Location Plan Boring Logs B-1, B-2,and P-1 Key to Soil Classifications and Symbols July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas INTRODUCTION This report presents the results of a subsurface exploration, laboratory testing program, and geotechnical analysis for the proposed Whitecap Wastewater Treatment Plant (WWTP) Operation and Control Building planned for a site located at 13909 Whitecap Boulevard in Corpus Christi,Texas. This report contains foundation and pavement recommendations and construction considerations for the proposed construction. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide geotechnical recommendations 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 conditions, provision of foundation and pavement 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 log 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 provide geotechnical recommendations for the proposed project. The recommendations submitted herein are based on project details provided by the client and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the foundation, and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, UES will provide the additional recommendations requested 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. UES 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. Page 1 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas SITE DESCRIPTION The project is located in the northwest portion of the existing Whitecap WWTP located at 13909 Whitecap Boulevard. The general location and orientation of the site are provided in the "Site Location Plan" in the Appendix. As shown on Google EarthT"^, the peninsula that the Whitecap WWTP occupies was created around 1979 and was likely created using dredge material.Additionally,the existing WWTP was created around 1990 and an addition was noted near 2002. At the time of our field services the site ground surface was level and covered by sparse vegetation. The ground surface provided adequate support for our drill rig to access the boring location. It should be noted that the supporting capability of the site soils may be different at the time of construction, particularly after rain events. With this in mind,we recommend that the contractor verifies the ground conditions before construction starts and be prepared to use adequate equipment and vehicles capable of accessing and traversing the site. FIELD EXPLORATION Scope The field exploration performed to evaluate the engineering characteristics of the subsurface materials included reconnaissance of the project site, performing the boring operations, and obtaining disturbed split spoon samples. During the sample recovery operations,the soils encountered were classified and recorded on the boring log in accordance with the "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock", (ASTM D5434). Three (3) borings were performed at the site for the purpose of providing geotechnical information. The table below provides the boring identification, boring depths, and approximate Global Positioning System (GPS) coordinates at the boring locations. Boring Identification Depth,feet GPS Coordinates Location B-1 35 N 27.60385' W 97.25043' Building area B-2 15 N 27.60366' W 97.25022' Building area P-1 5 N 27.60358' W 97.25000° Pavement area Approximate GPS coordinates were obtained at the boring locations using a recreational grade device and are provided in this report and on the boring logs. The client determined the number and depths of the borings and UES performed the drilling and logging operations. Upon completion of the drilling operations and obtaining the groundwater observations,the boreholes were backfilled with excavated soil. A Boring Location Plan is provided in the Appendix. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes the boring location, depths, soil classifications, soil strengths, and laboratory test results. The boring logs are included in the Appendix. Page 2 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning solid stem augers to advance the boreholes and a bentonite slurry mixture to maintain the integrity of the hole. Disturbed soil samples were obtained employing split-barrel sampling procedures in general accordance with the methods for "Penetration Test and Split-Barrel Sampling of Soils", (ASTM D1586). The samples were classified, placed in plastic bags, marked according to boring number, depths and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Observations Standard Penetration Tests (SPTs) — During the sampling procedures, SPTs were performed to obtain the standard penetration value of the soil at selected intervals. 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 drill rig utilized an automatic hammer when performing SPTs. An automatic hammer is usually taken as having an efficiency of one, indicating minimum energy loss. 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 Observations — Water level observations were made during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sands,the indicated depth is usually a reliable groundwater level. In relatively impervious soils, such as clayey 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 water bodies, and recent rainfall conditions may influence the depth to the groundwater depth. The amount of water in an open borehole largely depends on the permeability of the soils encountered at the boring location. Ground Surface Elevations—The ground surface elevations at the boring locations were not provided at the time of this report. Therefore, the depths referred to in this report are measured from the existing ground surface at the boring locations during the time of our field investigation (further referenced in this report as the "existing grade") unless specified otherwise. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation systems for the proposed project. Page 3 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests(ASTM D2216) on the samples. In addition,selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the#200 sieve tests (ASTM D1140). The laboratory testing program was 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 soil materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of water level observations, field strength tests and laboratory tests are also presented on the boring logs. Representative samples of the soils were placed in sealed polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the 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 and should be expected between and beyond the 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. Soil Conditions Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in the Appendix. A generalized summary of the stratigraphy indicated by the borings is provided in the table below. Depths referenced in this report and in the tables below are measured from the existing ground surface at the respective boring location at time of the field exploration. The generalized soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength, and plasticity are provided in the following table. Generalized Subsurface Conditions at Proposed Building Location (Borings B-1 and B-2') Nominal Depth,feet General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer Very Loose to Medium-Dense; Poorly Graded Sand 0 35 SAND (SP)/Poorly Graded Sand with Silt(SP-SM)/Silty Sand(SM). 'Boring B-1 was terminated at 35 feet while Boring B-2 was terminated at 15 feet below the existing ground surface level. Page 4 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas Generalized Subsurface Conditions at Proposed Pavement Location (Borings P-11) Nominal Depth,feet General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 5 SAND Medium-Dense; Poorly Graded Sand (SP). 'Boring P-1 was terminated at a depth of 5 feet below the existing ground surface level. It should be noted that the depths provided in the above tables and on the boring logs are based on our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, depth information contains both factual and interpretive information. Lines delineating subsurface strata are approximate and the actual transition between strata may be gradual or not clearly defined. In addition, variations may occur between or beyond the boring locations. Groundwater Observations Groundwater (GW) observations are provided in the following table. Groundwater(GW)Observations Boring During Drilling Upon Completion of Drilling Delayed GW Readings after Completion of Drilling B-1 35 10 N/A- Boring caved B-2 15 10 N/A- Boring caved B-3 5 Not Encountered Not Encountered It should be noted that the water level 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. Seismic Site Classification In accordance with the International Building Code (IBC), "When the soil properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless it is determined that Site Class E or F soil is likely to be present at the site." Since our field investigations have not included a 100-foot deep boring, by definition the soil properties are not known in sufficient detail. Site Class E soils should have an average Standard Penetration Resistance less than 15 blows per foot (bpf), or an average undrained shear strength of less than 1,000 pounds per square foot (psf). Considering the soil conditions encountered in our borings, as well as our knowledge of the deeper soils in the general area of the site, it is our opinion that the site should be classified as Seismic Site Class E. Page 5 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas OSHA Soil Type Classification The following table provides a summary of the OSHA Soil Type Classification based on the soils encountered at the boring locations. OSHA Soil Type Classification Depth OSHA Soil Type (feet) Description Classification 0-20 Non-Cohesive Soil above and Below the Groundwater Table Type C It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. Any soil from which water is freely seeping should be downgraded to Type C soil. Slope protection for excavations greater than 20 feet needs to be designed and sealed by a professional engineer registered in the State of Texas. 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 Type C 1%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, which will likely require much flatter slopes. The guidelines presented herein for slopes do not imply UES is taking responsibility for construction site safety; this responsibility falls entirely upon the contractor and his responsible person. The contractor shall comply with all rules, ordinances and other requirements to comply with safe construction practices. GEOTECHNICAL DISCUSSION Protect Description Based on information provided to UES, the project will include the construction of a new steel-framed single-story structure with a footprint on the order of approximately 5,200 square feet. Additionally, planned pavement areas are part of this project. It is also understood that the site will be raised 15 to 18 inches. This report includes recommendations for a stiffened slab-on-grade foundation and flexible and rigid pavements. Any change to the provided location of the structure or grading plans should be brought to the attention of UES to review and assess the suitability of our recommendations. Page 6 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas Potential Vertical Rise (PVR) Discussion Differential vertical movements associated with the shrinking and swelling of clayey soils are often a concern that needs to be addressed during the design and construction process. Due to the relatively shallow seasonally active depth at this site, and the low to non-plastic nature of the soils encountered (sandy soils), the site can be considered as non-expansive. The expansive potential of the soil at this site is considered to be negligible and is not a controlling factor in the design. FOUNDATION TYPE CONSIDERED We understand that a shallow foundation system consisting of a stiffened slab-on-grade is being considered to support the proposed building. Recommendations for a slab-on-grade foundation are provided in this report. If it is essential to demand the highest level of performance from the foundation, then UES recommends that a deep foundation system with a structural slab be utilized. Special Note: Depending on the distance of the proposed building to the existing bulkhead, the additional surcharge from the building may contribute an increase in the lateral force on the bulkhead. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the nearby retaining structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the retaining structure height may be ignored. Stiffened Slab-on-Grade Foundation —A stiffened grid type beam and slab foundation (waffle slab) is used to support relatively light structures where the soil conditions are relatively uniform, and where uplift and settlement can be tolerated. The intent of a waffle slab is to allow the structure and foundation to move up and down freely with soil movements while providing sufficient stiffness to limit differential movements within the superstructure. FOUNDATION RECOMMENDATIONS Stiffened Slab-on-Grade Foundation Recommendations A stiffened slab-on-grade foundation is feasible to support the proposed structure. 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 Y inch. Grade beams should be founded within native sand soils, at a minimum depth of 2Y feet below the finished floor slab elevation. Perimeter grade beams should be founded at least 2 feet below the final exterior grade and can be designed for a net allowable unit soil bearing pressure of 1,400 psf. The net allowable unit soil bearing pressure provided utilizes an approximate design safety factor of 3. An increase in the allowable bearing capacity to 2,000 psf could be utilized provided the footings bear 3 feet below existing grades and are at least 2 feet wide. Page 7 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas The beams should be a minimum of 12 inches wide to reduce the potential for localized shear failure and the beams should be spaced at a maximum distance of 20 feet, 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 Less than 15 Soil/Climatic Rating Factor(1-C) 0.05 Maximum Beam Spacing, Both Directions(ft) 20 WRI slab design criteria provided above considers that the earthwork described in the "Site Preparation" section of this report are performed. A soil supported floor slab is subject to vertical movements as discussed earlier in this report. Even slight differential movements on the order of% inch can cause distress to interior wall partitions and rigid exterior walls or facades supported by a shallow waffle slab foundation, resulting in cosmetic damage. This amount of movement should be understood and addressed during the design phase of the proposed structure planned for construction at this site. PAVEMENT CONSIDERATIONS In designing the proposed parking areas and driveways, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a CBR and a Modulus of Subgrade Reaction (K). • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR and K value) has not been performed for this analysis. Based upon local experience, the estimated CBR and K values for controlling poorly graded sand soils encountered at the parking lot are 10 and 200 pci, respectively. Page 8 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard LIES Project No:G124227 Corpus Christi,Texas The pavement recommendations provided herein are specific to the pavement systems associated with the project. Since traffic counts and design vehicles have not been provided, it is only possible to provide non- engineered pavement sections suitable for light and medium-duty service based on pavement sections that have provided adequate serviceability for similar type facilities and on similar soils. Parking areas and drives can be designed with either flexible or rigid pavements. Allowances for proper drainage is most important for performance of pavements. Ruts, birdbaths, and poor site drainage allow for quick deterioration of the pavement primarily due to saturation of the underlying subgrade soils. Flexible Pavement Recommendations The recommended light and medium-duty flexible pavement sections, using locally available materials, are provided in the following table. If a heavier duty pavement is required, our office should be contacted to reevaluate our recommendations. Flexible Pavement Light-Duty Medium-Duty (Passenger Cars&Parking (Driveways) Hot Mix Asphaltic Concrete 2 inches 3 inches Crushed Limestone Base Material (TXDOT Item 247 Type 6 inches 10 inches A;Gr. 1-2) Cement Stabilized Subgrade 8 inches 8 inches Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D, or C, surface course. Crushed limestone base materials in flexible pavement areas should meet the requirements set forth in Texas Standard Specifications 2014; Item 247, Type A, Grade 1-2 and should be placed in maximum 8-inch-thick loose lifts and compacted to a minimum density of 98 percent of the maximum dry density as determined by the modified Proctor test (ASTM D1557) and within ± 1% percent of the optimum moisture content. Rigid Pavement Recommendations The use of concrete for paving has become more prevalent in recent years due to the long-term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The recommended light and medium duty pavement sections are provided in the following table. Medium- duty rigid concrete pavements are recommended if heavy truck traffic will use the pavements. Page 9 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas Rigid Pavement Light-Duty(Passenger Medium-Duty Cars&Parking) (Driveways) Reinforced Concrete 6 inches 7 inches Cement Stabilized Subgrade 8 inches 8 inches Concrete pavement should be properly reinforced and jointed, as per ACI, and should have a minimum 28-day compressive strength of 4,000 psi. Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned, and sealant should be installed without overfilling before pavement is opened to traffic. Concrete pavement at least 8-inches thick is recommended for the trash dump approach areas due to the high wheel and impact loads that these areas receive. The concrete pads at the location of the trash dumpsters should be large enough to accommodate both the front and rear wheels of the vehicles used to pickup the trash dumpsters. Maintenance or operations managers need to stress the importance of placing the trash dumpsters in their proper locations to reduce the distress trash pickup operations place on the pavement. Allowances for proper drainage and proper material selection of base materials are most important for performance of pavements. Ruts, birdbaths and poor site drainage allow for quick deterioration of the pavement primarily due to saturation of the underlying base materials and subgrade soils. Pavement Subgrade Preparation In areas where the pavements will be constructed, after all surface organics and deleterious materials have been removed to the desired subgrade elevation,the subgrade shall be proofrolled using a heavy pneumatic roller. Any soft areas identified shall be removed to firm soils, reworked and recompacted in place to obtain a stable and non-yielding subgrade. Upon completion of the proofrolling, the cement stabilization operations shall be performed in accordance with TxDOT Item 275, "Cement Treatment(Road Mixed)". LIES recommends that the loose poorly graded sand soils be cement stabilized at a rate of 11 percent by dry unit weight. The actual percent of cement treatment will need to be refined based on the results of the Moisture-Density curves provided in TxDOT Test Method 120-E. The cement stabilized soils should be compacted to a minimum density of 98 percent of the maximum dry density, as determined by a standard Proctor test (ASTM D698), and at or above the optimum moisture content. Microcracking-The cement treated subgrade soils should be maintained at the specified moisture content provided by the Moisture-Density curves in accordance with TxDOT Test Method 120-E for a period of 24 to 48 hours. During this time, but no sooner than 24 hours the final pavement bearing soils shall be microcracked induced by a vibratory roller. The vibratory roller should have the following characteristics: Page 10 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas • The vibratory roller should be in accordance with TxDOT Item 210, • The static weight shall be equal to or more than 12 tons, • The vibratory drum must not be less than 20 inches wide, • The roller must travel at a speed of 2 mph, • The roller must be vibrating at maximum amplitude, • The roller must make 2 to 4 passes with 100% coverage including a 1 ft overbuild, • After microcracking is performed a Type D HMAC bond breaker should be applied per the CoCC IDM. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based on pavement sections constructed on similar subgrade soils and for facilities similar to those planned for construction at this site. The pavements will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections to achieve a desirable life of pavement. Without proper maintenance, moisture infiltration into the base materials and/or subgrade will result in rapid deterioration of the pavement system. UES recommends that the owner protect their investment by incorporating an aggressive maintenance program. SITE IMPROVEMENT METHODS Drainage and Flatwork Construction Considerations Provisions in the site development should be made in order to maintain relatively uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations. 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 site flatwork through roof/gutter systems connected to piping or directed to paved surfaces,transmitting water away from the foundation perimeter and site flatwork. In addition, positive grades sloping away from the foundation and site flatwork should be designed and implemented. • It is recommended to establish the final concrete slab a minimum of 1%feet above the average surrounding grades at the site to promote positive drainage away from the foundation. • We recommend that an effective site drainage plan 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. Page 11 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas • Vegetation placed in landscape beds that are adjacent to the structure and site 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 foundation and flatwork at a distance that will exceed their full mature height and canopy width. • Individual concrete panels of site flatwork should be dowelled together to minimize trip hazards because of differential movements within the flatwork. • Site flatwork should be designed to drain quickly with a minimum positive slope of 1 percent. 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 in South Texas. CONSTRUCTION CONSIDERATIONS Site Preparation In areas where flatwork is to be constructed and where slabs will be cast on grade and prior to fill placement, soil, vegetation, debris, existing foundations and all loose or excessively organic materials should be completely removed to a minimum depth of 6 inches or as needed for complete removal below the existing site grades. The excavation should extend laterally a minimum distance of 5 feet outside the perimeter of the proposed slab area (and associated appurtenances) and/or flatwork. The exposed subgrade should be proof rolled by an approximately 15-ton roller and if any soft areas are identified, the soils should be removed and recompacted in place. Once the site preparation operations are completed in the building area, the upper 1 foot of exposed subgrade soils shall then be compacted to a minimum density of 95 percent of the maximum dry density as determined bythe standard Proctortest(ASTM D698)with the moisture content maintained at or above the optimum moisture content. Upon completion of the subgrade preparation operations, properly compacted "Select Fill" shall be placed to provide a finished floor slab elevation at least 1% feet above the existing surrounding grade elevation. The fill shall be placed in such a manner to provide a uniform fill pad thickness supporting the proposed structure. Select Fill Imported select fill material used at this site should be homogenous, free from organics and other deleterious materials and should have a maximum liquid limit of 40 percent and a plasticity index (PI) between 7 and 18. Page 12 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas The select fill soils shall have a minimum of 35 percent passing the #200 sieve and no soil particles exceeding 1% inches will be permitted. The select fill should be placed in no greater than 8-inch thick loose lifts and then compacted to a minimum density of 95 percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698) with the moisture content at or above the optimum. Clean sand soils, similar to the on-site soils,that are free from organics and other deleterious materials may be considered for use as select fill. However, if sand soils are utilized, then the integrity of the beam excavations is a concern due to sloughing of the sand soils into excavations prior to placing concrete.The contractor should be made aware that any sloughed soil shall be removed prior to placing concrete and that the actual concrete used may overrun estimated concrete quantities. Prior to compaction, the soil may require moisture adjustment. During warm weather, moisture reduction can generally be accomplished by disking or otherwise aerating the soil. When air drying is not feasible, a moisture reducing chemical additive, such as hydrated lime, could be incorporated into the soil. During dry weather, some addition of moisture may be required to facilitate compaction. This should also be done in a controlled manner using a tank truck with a spray bar. In addition to the minimum density requirements listed above, the soil must be stable, i.e., not "pumping" or rutting excessively under construction traffic, prior to placing additional fill or constructing foundations, floor slabs, or flatwork. Field density tests should be performed on each lift of fill to document that proper compaction is achieved. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing levels if excavations remain open for long periods of time. Therefore, it is recommended that the foundation excavations be extended to final subgrade elevations and that the foundations be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation excavations 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. Concrete and flatwork constituents should not be placed on soils that have been disturbed by rainfall or seepage. If the subgrade soils are softened by surface water intrusion or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils or base material as directed by the Geotechnical Engineer. The Geotechnical Engineer or his designated representative should monitor subgrade preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 2,000 square feet or a minimum of three in-place nuclear tests per testing interval,whichever is greater. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Page 13 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas Demolition Considerations Applicability. Recommendations in this section apply to the removal of any existing foundations, utilities or pavement which may be present on this site. General. Special care should be taken in the demolition and removal of existing floor slabs, foundations, utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Foundations. Existing foundations are typically slabs, shallow footings, or drilled piers. If slab or shallow footings are encountered, they should be completely removed. If drilled piers are encountered, they should be cut off at an elevation at least 24 inches below proposed grade beams or the final subgrade elevation, whichever is deeper. The remainder of the drilled pier should remain in place. Foundation elements to remain in place should be surveyed and superimposed on the proposed development plans to determine the potential for obstructions to the planned construction. UES should be contacted if drilled piers are to be excavated and removed completely. Additional earthwork activities will be required to make the site suitable for new construction if the piers are to be removed completely. Existing Utilities. Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in place if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure-grouted to completely fill the utility. Backfill. Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Select Fill. Other Buried Structures. Other types of buried structures (wells, cisterns, etc.) could be located on the site. If encountered, UES should be contacted to address these types of structures on a case-by-case basis. Vapor Retarder A vapor retarder, with a permeance of less than 0.3 US perms (ASTM E96), should be placed under the concrete floor slab on the properly prepared building pad or carton void forms 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, or polyolefin, 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 E1643, "Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs". Page 14 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas 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 302.111-96 "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 Utilities that project through a slab-on-grade floor or walls 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 and Control Joints Expansion and control joints should be designed and placed in various portions of the structure. 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. GENERAL COMMENTS If significant changes are made in the character or location of the proposed Whitecap WWTP Operation and Control Building, 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 UES 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 boring. UES cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundation if not engaged to also provide construction observation and testing for this project. If it is required for UES to accept any liability, then UES must review and agree with the plans and perform such observation during construction as we recommend. Page 15 of 16 July 3,2024 WHITECAP WWTP OPERATION AND CONTROL BUILDING Geotechnical Engineering Report 13909 Whitecap Boulevard UES Project No:G124227 Corpus Christi,Texas All dewatering, 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. Page 16 of 16 APPENDIX (D U C _O Q E O � U N — 6 0) U o c � c O) O) U w c N O N ~ l7 O n �_ U O Z_ ru X a) C w Q 'U 0 N H t J_ N T a O C O O .5 O Y O 00 co •L N O N J Q W O fa u U 0: N Z t O U � O � Z Q m Z 00 Lu O Ln Ln Ln IL oo LU •'� �"';c•�w' U m • . '►'. CY, Z U 00 X LU . R ` `o ru oo ' ., .:., ,:, a,.,y.� • by 1D r'4 Lu 2 +ai w O r N O �.LO 5 aa) w f � w (D U C _O Q E O � U N 0) o� o O U 0 c � c m L C U e� w C C ,O C O ~ 00 + Z > N C E L C U 2 CC L � O N Q / m coLn c N O a) a) O = w U' Z ii 0 Q d' U Z �C u 0 z + a M M z 00 ., Q O� a Lo M �. W m a a Ln oo O % _ ab °' f 00 c � N u Q N O J N : \ Lo W C: n N N w 41 N -OA C7 w 0 "1, rj t '� fyj d qr LOG OF BORING B-1 SHEET 1 of 1 CLIENT: Turner Ramirez Architects 10 UE: uEs PROJECT: Whitecap WWTP and Control Building Corpus Christi,Texas 78409 pCorpSim Corp Leopard Street LOCATION: 13909 Whitecap Blvd, Cor us Christi, Texas Telephone: (361)-883-4555 NUMBER: G124227 Fax: (361"83-4711 DATE(S) DRILLED: 6/13/2024 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Augers LIMITS x w GROUNDWATER INFORMATION: Z wLu p > Groundwater encountered at 10 feet during drilling. w ? � Dry and caved at 6 feet upon completion. z g J H F LLLL O J H } LL O O D W C U U t� ~L N m Z 0 (n(n U)(n K (� (n Z Lcu 0 0 3 <n') > > Q Q W o � Z 06 Z a 2 o 0 0 Ln o a 0- zcn SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° � ° DESCRIPTION OF STRATUM ss S-1 N=25 3 POORLY GRADED SAND, brown, dry, medium dense. SS N=12 8 S-2 Same as above. 5 ————— ———— ———— -- -- -- ------------------------------ SS N=5 26 S-3 POORLY GRADED SAND WITH SILT,gray, moist, loose. SS N=6 27 10 r0 S-4 Same as above. SS N=6 26 S-5 Same as above,with shell. SS N=8 25 15 S-6 Same as above. ————— ———— ———— -- -- -- —————————————————————————————— SS X s 7 N=WOH 26 2 POORLY GRADED SAND, gray, moist,very loose. 20 ————— ———— ———— -- -- -- ------------------------------ SS N=3 26 12 S-$ SILTY SAND,with shell, gray, moist, loose. 25 N ' F J . Wi SS 30 S-g N=11 22 Same as above, medium dense. 0 '. IL'. LU W., F . = SS N=22 20 N S-10 Same as above. N 35 N Boring terminated at 35 feet. c� o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: 0 Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations performed by LIES at GPS coordinates p N 27.60385 W 97.25043 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-2 SHEET 1 of 1 CLIENT: Turner Ramirez Architects LES PROJECT: Whitecap WWTP and Control Building 6817 Leopard Street UES . Corpus Christi,Texas 78409 LOCATION: 13909 Whitecap Blvd, Corpus Christi, Texas Telephone: (361)-883-4555 Fax: (361)-883-4711 NUMBER: G 124227 DATE(S) DRILLED: 6/13/2024 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Augers LIMITS x w GROUNDWATER INFORMATION: Z Lu Lu p > Groundwater encountered at 10 feet during drilling. w ? � Dry and caved at 5 feet upon completion. z g J H F LLLL O J H } O O D F�LL� U U t� ~L N m Z 0 (n(n U)(n K (� (n Z Lcu 0 0 a 2 o 0 0 Ln o a 0- z cn SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° 'C-n- ° DESCRIPTION OF STRATUM ss N=18 4 POORLLY GRADED SAND, brown, moist, medium dense. S-1 SS N=8 11 S-2 Same as above, loose. 5 SS N=1 25 1 S-3 Same as above, gray. very loose. SS N=8 26 10 S-4 Same as above, loose. SS N=9 27 3 S-5 Same as above,with shell. SS N=10 24 S-6 Same as above, medium dense. 15 Boring terminated at 15 feet. N J Lu Y O O CC a Q O _F N N V N_ o N - STANDARD PENETRATION TEST RESISTANCEco REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations performed by UES at GPS coordinates p N 27.60366 W 97.25022 0 P- POCKET PENETROMETER RESISTANCE 0 J LOG OF BORING B-3 SHEET 1 of 1 CLIENT: Turner Ramirez Architects 10 Ur uES PROJECT: Whitecap WWTP and Control Building 6817 Leopard Street Corpus Christi,Texas 78409 LOCATION: 13909 Whitecap Blvd, Corpus Christi, Texas STM Telephone: (361)-883-4555 NUMBER: G124227 Fax: (361)-883-4711 DATE(S) DRILLED: 6/13/2024 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Augers LIMITS x w GROUNDWATER INFORMATION: Z Lu Lu p > Groundwater not encountered during drilling. w ? � Dry and open upon completion. z g J H F LLLL O J H } O O D F�LL� U U t� ~L N a 2 o 0 0 Ln o a 0- z SURFACE ELEVATION: N/A ° o ai uai z a 0 LL PL PI o ° ° � ° DESCRIPTION OF STRATUM 1 ss POORLY GRADED SAND (SP), brown, dry, medium dense. S1 N=16 3 1 2 3 4 SS N=10 14 Same as above, moist. S-2 5 Boring terminated at 5 feet. N J W Y O O CC a Q O IL N N V N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: m' Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations performed by UES at GPS coordinates p N 27.60358 W 97.25000 0 P- POCKET PENETROMETER RESISTANCE 0 J UES 6817 Leopard Street r/0 Corpus Christi,Texas 78409 UESTM Telephone: (361)-883-4555 Fax: (361)-883-4711 KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL MAJOR DIVISIONS SYMBOL NAME STRUCTURE GW .'• Well Graded Gravels or Gravel-Sand mixtures,little SLICKENSIDED-having inclined planes of weakness or no fines that are slick and glossy in appearance GRAVEL GP °�� Poorly Graded Gravels or Gravel-Sand mixtures,little FISSURED-containing shrinkage cracks,frequently AND o D or no fines filled with fine sand or silt;usually more or less GRAVELLY vertical SOILS GM ° Silty Gravels, Gravel-Sand-Silt mixtures LAMINATED(VARVED)-composed of thin layers of O varying color and texture,usually grading from sand COARSE GC Clayey Gravels,Gravel-Sand-Clay Mixtures or silt at the bottom to clay at the top GRAINED CRUMBLY-cohesive soils which break into small SOILS SW Well Graded Sands or Gravelly Sands,little or no blocks or crumbs on drying fines CALCAREOUS-containing appreciable quantities of Poorly Graded Sands or Gravelly Sands,little or no calcium carbonate,generally nodular SAND SP fines AND WELL GRADED having wide range in grain sizes SANDY and substantial amounts of all intermediate particle SOILS SM Silty Sands,Sand-Silt Mixtures sizes POORLY GRADED predominantly of one grain size SC Clayey Sands,Sand-Clay mixtures uniformly graded)or having a range of sizes with some intermediate size missing(gap or skip graded) ML Inorganic Silts and very fine Sands, Rock Flour,Silty or Clayey fine Sands or Clayey Silts SILTS SYMBOLS FOR TEST DATA AND CL Inorganic Clays of low to medium plasticity,Gravelly CLAYS Clays,Sandy Clays,Silty Clays,Lean Clays LL<50 _ a — Groundwater Level OL r Organic Silts and Organic Silt Clays of low plasticity (Initial Reading) 1 — Groundwater Level JH Inorganic Silts,Micaceous or Diatomaceous fine (Final Reading) Sandy or Silty soils, Elastic Silts ' SILTS — Shelby Tube Sample AND CLAYS Inorganic Clays of high plasticity, Fat Clays LL>50 ® — SPT Samples Organic Clays of medium to high plasticity,Organic Silts m — Auger Sample Limestone a — Rock Core NON x x x m — USCS x x x Marl/Claystone Texas Cone Penetrometer MATERIALS x x x Grab Sample ••• Sandstone TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE NO.BLOWS/FT. DESCRIPTIVE NO.BLOWS/FT. UNCONFINED STANDARD PEN. STANDARD PEN. COMPRESSION TERM TEST TERM TEST TONS PER SQ.FT. Very Loose 0-4 Very Soft <2 <0.25 Loose 4-10 Soft 2-4 0.25-0.50 Medium 10-30 Firm 4-8 0.50- 1.00 Dense 30-50 Stiff 8-15 1.00-2.00 Very Dense over 50 Very Stiff 15-30 2.00-4.00 Hard over 30 over 4.00 Field Classification for"Consistency"of Fine Grained Soils is determined with a 0.25"diameter penetrometer sooinaag 6uiaaw6u3 jo juawuedap 00 2i3A00 dV0311HMMal o v�p o N Q4'T 'fY S 13 3 l tl H J tl V \ I _ F �� _ zaaiwva aaNani IlSIUHO SndHOOPo 110 B�X1iisiaH sndao a,edd 3 H,6obF o U, w `Q s= == 018-3b-AiIIIOV3 3013d0 1Ndld 1N3Wlt/3di b31dM31SHM dV0311HM a NOLLda0s30 AB 31tl0 'ON NpsI/3a NOidl—]O Aa 31V0 'ON N01I— z a U Z O 9 W U F 2 X Z cn Q C7 C7 Z N w Z O O Z Z U Z w W _a' W ^ z Z U' m K? m x F Q to W m5 ol W = O p5 ?0 z U —_ - z u'1 Z - U O LU C7 _ U Z p W m W W 5oW W K ac=iy LL o_ of a m F U m o e O a = Q W o z a o 0 X LL F z 0 pp U � � O n om � W" V am W Q w 0 a Q W w V o � -- Q °��� = W LAD a O - Z 0 o v � LL N N to >- o CO crj p 0 m m o W AM LL � �bpy� o Q Co U g W N C) � Z z Q a N o �� m � eN° ¢ o Wow � o � o e � � � �� a C..) a Q - w N W _ d a � Q J a m a O o 3� z z W J o LJJ � m 0 Q W UAW �' U Zol W U � 4 z 3 a z u — a t � U 3 o z J O U W (n Q O a U_ 2 c � 2 00 ee ]jo juawlied@o 2Al133HS )4D % agl \ \ 7 / ° \ / ° | zwa}ate}� lmg9SamgmUo ` }< R \a\�ui a�m\ / \ 2 j \ a , IA5Agw3&5#d«AY«mgH z ( � § \\\\\\ \\\\\ \\\\\ \\\ \\\ \\} S : - § \- \« /\ � > � „!\>} 2 - - :__- - - , _ _, . �^- # k - u sooimog 6uiaaaui6u3)o juawuedap 00 S1d2i3OX3 6'Lllb'LIOZ o SHX31 0 0 � S J J 3 ltl 6 F z a�X sH s�daa a,ed 3 H,6obF ¢ 38NVE 11s1aH�sndao��0 u� o w o. (118 3b lllllOHd 3013d0 `S�3e s 1NVId AlhiVldi1 J31bM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a I1^n L Nr i l M 3 k IQ u �I - — L �v @ j w ---- 1L I � L---- — � �t wa ��a nN.ro ' NII 4 _ z nIlv.Bo= - M1.11 NI. NI.11 w n - � - 0 � 1 0 S V T mi T t Jr19E* ,r,b FM I I I a m - a w J � � E[E::: �� � d, - tA3 - % r�,- I D�J 42 g E _ - P DNa � 9j 9 N� E soowuS 6uuawBu3 jo juawuedap S1dd3OX3 VLlWLWZ o_ 00 SHX31 0 S 1 J 3 ltll H]a tl z F o � I IMHOSndHOO10W a«esxi' SaH sndaoao,sddu3liwo-,soor o Ur w�¢ �� s = _ zaaiwva aaNani w p�W == 018-3b-l�llllOH3 301330 'ese `S�3e s AVId 1N3W1dIdi1 J31bM31Sb'M dV03ilHM a noudiaas3a ne 3iva ory rvpsin3a rvoudiaas3a �a 3iva ory noisin3a — — ByPSH 1 - - n W HIM W m thl _,ZR� H a� s a sul Ug v aa� k M, _gin g & .,� w � W"MMI Man WHOM m Im I ^e AsS `rE Hg l I 1M ME h Y il - AM 1MM ,sigN � m V "VV .e _ WH € S at spa—MI �� l m Oul OOOINIM SIEMENS; v n g a p� flu Ci v.,. 1 1'las'JN,afaJJ 1his 1 lam $ ¢. g' a m — oil 4"r 0- 0: 1 1 M 0i - I - WIH .ON .. # ";jQc 11 MUM — _.,�ow__� d11h.01 'INs a got — W s HIM BPI 1 MIA IMF B11 'in lilt 11 Mum, "SAW 11 a WIM no 1 HUI H N s O ;b .. - .' e gAy g s — � n�a u w i v I I K - a n sooinaag 6uuaw6u3)o juawuedap S1dd3OX3 VLlWLWZ o_ 00 SHX31 0 S 1 J 3 ltll H]a tl z F o � I MUM SndHOO 10 UO R«el X1 LMHO sndaoa o,edd 3 H,,6NbF Iu, o Ur w�¢ �� s = _ zaaiwva aaNani w p�W == 018-3b-l�llll0H3 301330 eee `S�3e s AVId 1N3W1dIdi1 J31bM31Sb'M dV0311HM a NOLLdi.— ne 3iva 'ory rvpsin3a NOANas3a Ae 3iva 'ory noisin3a lull - �€ - 15 / rubewl w \ Q �. in ming in! IBI 1 He - / 'i Wo HIS, Ill ill SN - - _lip HY sd Qom.s� F�:] - � -J tv - _ W€ -mall € ft � INIJ L $ _ s MUM- MIN S lu Ulu --, r mw - - m S N IMI N y y $ k 101 mo - --- IQVx �� �II� - € - li !gull lub ,s x J - W B_V-o'�1` E�c P a - ❑ ll AWN _ _ I dl - h a _ Jul 110 mal �11 111 il lint I My s a UK - uTH lit _ .., HUI H. IM, Rol X @ ill C S h 5 nw - e ill 70,fg - � m I�Lb Zo g I I xe'• +p 00 saoinaag suuaauisu3 jo juawuedaa SNOUVIA32188V(INV Sl08WAS o SVX31 0 0 S 1 J 3 ltll H]a tl z F o 11s1aH�sndao��o u1� a X saH s�daoa o,edd 3 H,,6obF o 6 w o. 018 3b AlIl10Vd 301dd0 °S�3e s 1NVld AlhiVldi1 J31VM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a LU co w a f o No — o J o _ - Q old\ r LLo ---2M _ W M I I1IO - W --z4w — zo — w =N�000z W — — V z OF K OFoo���mVo'¢ oz'o�waw��o zo�zo w o. 'o W W a o aw000=w��r� p 0 0 3 m w� 00 ¢� - - ha o oZ=� = 0¢ � oNo¢ 0000000 00o ddddddddddaaaadd mHHHHa& mmmm---------------- mmmm�,m m���rw »» s>s»> 000000 0o aaaaaaaddauuuuaa a¢aamwwrcwwww mmm,nmmmmmmmu.,nmm�.m wmmmmmmmmm ----- rrrrrF » - z Q > r LU w5 — s��ww�yM — UiM ==�3H W wwwwwwwwww LLLLLLLLLLLLwLLwwwwww ,�,�,�,�,� wwrwrrwwwwwww ----- -.-. r ���w�� _ _ _� zzzzzzz H o — rz_ — — ---oK= —_— ¢¢Uw ¢¢¢¢¢¢¢¢¢¢¢¢ mmmmmmmm mmmmmmm 3--S.UU— UUUUUUUUUUUUUUUUUUUU aaaaaaa00000000o u�u�wwwwwwwwwug www mUU ¢¢¢¢¢¢¢¢¢¢ mmmmmmmmmkmmm uUUUUUUU�UUUUUUUUUUUUUUUooU UUU mm000000 om000 wwww wwwwwwwwwww sooimog 6uiaaaui6u3 jo juawuedap 00 S3dAl llb'M o SHX31 0 zS 1 iJ 3 ltl 11s1H�sndao��o 1� a X sH s�daa a,edd 3liH,6obF ¢ aawva oz (D Fw== 018 3b lllllOHd 30Idd0 `S�3e s 1NVId AlhiVldi1 J31dM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Ng77 NOANDSK Aa 31V0 1Nno1$in3a a � 3 LU N W: J 0 0 LL- Q W a LU r r LL �c� w wy= ma Z — W w o - � J ,n LL o me = e O w s 0 W - W w. LL15 - N z w - - - pia w o= K w LZ ffi W eh a. u <„ rwk J ff 2 rtl F Lu wTrm z w w w m sooimog 6uiaaaui6u3 jo juawuedap 00 S310N 1'd2i3 N3J o SHX31 0 0 �o � �o. S J J 3 ltl 6z a X sH s�daa a,ed 3 H,6obF ¢ 38NVE 11S1aH�sndao��o u� o 3b llIIIOH�3013d0 Fw(118 Ys�a, s 1Nyld Alhi ldi b31bM31SVM dV0311HM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a z O p _LU N OLU W v U Lu Ag - z Z - w- Fo" Nk„ wzwo - Wwawwdd - O pW $ o 0 w � � " a Z = _ - wiz -o3~pwm >LU - OO - - oww _ rc W - - - � - O 3Brc xgo wk a� a�ooa - a4 Z -M. W W - °goww Zos _ ,aiia a4t9am Z ?� �ka - Wwn - LU K - - - ' Z 9 30 4a3aoza W o� _ °s - y3�w zg� rc =�i7 p�?3o - - - �m _ p3 - _ Lh - a owa aa..a koo�ow_.on �o�o�° o� aao oa aoao�a� a4.aamw� wm ..a aoa >_ 3�= ao n ao aao ao aSa p max' w x a'a Lz °o - 30 NE Z - - - - - g 00 - _ _ - - G EL3 - w3 z - _ ° � M'S a 3 -w3' p IL - - _ gaz�x'od -0- - - - �g _ _ _ 8' _ _ _ _ _ °o„�wx - - W p rz -_ Z - _ - _p v _ _ _ Z - Z -- W - _ LU vow - a4F _r�o�rc = _ 4zxo son -ate �owo sows.o aa- nns swwa aw au rnn oar-.mow �.m° xr axz _-,w_ rwa- u,,amEww a°na-m? z_nLLhu Z - 4zdw ...... _ Qu oqo - '4r 3ag3w u�wg t3z - N4234wr -Ww', - 3z _ha LL - o's f� - _ - 3wwxrwa a4o-'zw ?3��mgpN 3� _ 4za°rc o� - 6sp 3 �00 _ wu _ W - = rc��o - Few aa3 ag - H Qss_ -y �� � z - ug s� i nap`�'oLL�m _- z - -z. - _ - zoo - - - - p3� Z _ - - _ _ - --- _ - - S�� - _ _ nk W�vLLa __ m,mow � n - - _ o 4w LL�w _ _ _ _ �4wx - _ W _ _ _ _ _ _ Z - - o - -- - - - - �3p LU - - -q,- -w - G,u H rc _ .... __ �- 5- o- o- - oc°°LL>oc.o sz_¢ .wsm¢ aa. °u°us a� sooimog 6uiaaaui6u3 jo juawuedap 00 NOIlVW2i0d N13000 0 SHX31 0 0 5 1 J 3 1 H]a tl z F =o o. e IiSIaHOSndHOO�Ou1O P1KlX1LMHOSndaoaaA,edVD] HM6OtF[ o w s = _ zaaiwva aaNani `Q '�w p�W == 018 3b llIIIOH�301Jd0 `S�3e s 1NVId AlhiVldi1 J31bM31SVM dV03ilHM a NOI1dIaJs30 na I31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a pi H O W W z N 3� S?�L W iL tr Z we rL i p y O ` y W Z W �s w O a O W , P Z- - d z a o � o z0 a Z Z z0 Zc 2a„ � � N a: c U O Q N - a W o n 3 0 _ W o _3 a W s U�� B W Z z �� y o a J a - `<pp W fop Z�- 7 J w2 _2P O~ y a�o -: a� ❑� o s w ❑ W ❑ 2 p 5 Q a w otl - f7 i J Z t7 z s OwC mug �._ a Z Q o W o V 7 a a w s H N J J W Z -o peo a O - - - = Q J J 7g„ s K rco w arroyo Wo �o O ° O C9 - J Q ul Z a r p O o - _ why - y - z - = a o e e = X °---------------------- - s € Z t� - w m 4 — _ q f Z §�- } = a IL J LL W 3° W p p u Z2 0 fw O c aG w �' �w� - w s a�w a�w W t - w m E 30£ Z as V _ Qa zLn u� oa Q ❑ z Lo a p Q Z Y z �r Ei s.. z n m 00000000000�000�o H - - ae-ee-esaesaesaesaesa e w Goys 8_ - _-----_- ------- U_ o �agg ¢ W a -„------------- wad jo �w � Re NEf dm=dm=am.,,mdamda= - - -- --- - -� _ oo- o z � _ styy �6 O Jam- �_ co � < (L N = 0 o wHE ❑ s ❑ - z N O o ❑o o 2 a _ o 0000 0❑o Zia o � ?a 0 o0 0 � K - o Q U �� Z a .� � � _ -� z a u�i w o w a ze z 0®❑❑0❑ ❑o❑❑❑ 61 _ _ s Ow J p p e ro ;. OD m »� U - Z U Lu ru ru`e O U �' o w s W W �€ 2 J U rc o ' ❑ "g 0 w H a O H 9 p ❑ _ qq Q mw �p,� o! a sooimog 6uiaaaui6u3 jo juawuedap 00 NV1d 3400- 1013A31 0 SHX31 0 0 S J.J 3 ltll H]a tl z F =o ', r IlSIaHOSndHOOlOAII9 al�e�xi,islaH�sndaoao�,edd�3„H,�,6obFl o o Ur w o. s = _ zaaiwva aaNani `Q '�w p�W == OI8 3b lllllOHd 301dd0 `S�3e s 1Nyld AlhiVldi1 J31bM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON Nolsl,l3a w ao w w J - II III I,I§�I II II II II Ug °? �� III III `tr' III III III III O W & IEI El El El El in O I (� O < u < IEIIU. ;a -- W _� W r, o� W y 1- 1 oo < < c N M r r � � r r-- ® C3i --------------- I m� ill �I'a i'al _ � irv3a5 L- - mOeO aa-F.E.0 c � l ns � o r-� LL e� � ff �p � a _ w . 06z _ �`� �z Y "3a it o� w a _ co LL W W o J 3 IL o a LL a a N UO m O 0 saoirua 6uuaaui6u o juawueda `n co S 3� a S310N NouonHiSNOO WH3N39 o SVX31 0 � ^ , o �e s J I H al / I1SIUHO SfldUOO dO AAO 91791Xi'LLSIaHOSMWO am3deo3JHAI60rU ) w Z3?JINV2f 213N21n-L 0 -••- 418'3?J'AlIIIJHd 30Idd0 0 0 1NVld 1N3W1d3b1 b31HMliSM dVD31lHM N s Co NOLLdINO530 AB 3Ltl0 'ON NOISN3tl NOLLdIN�30 A9 3Ltl0 ON NOISMN � N a a Q ag U)LU m aF > (z - coLU ° tz UJ 1(0 FS O O e ° - 'CIE o SSW ¢ x z o�oa�aoW ❑ awa E ow r Z Q z >w a o wF "< z0 -m�o" O _ -a >`em -pDBo_oo o �w v eYp=o� �op<o V Q Q w - -6w o€ " a aka O - n 3 0 w a w ` C') 000= w a O - =OHMLU a x 3w - -- CO _ - - - - - ° - -_ �w -- - U) pow= o w ammo � � ��a mF �€ o o���:�o ��� Hew � ° _ z ���"""� o � O > �oaa� � wa z wog <_ w d � w°€ o„ aa�_ - J W o Eat _ �m RE :a _ zwz "oa - �8a - oe °T:�¢ ee3 ap - €om H odd°LLw° °ma <_ °� °tea °_ n� s <° o0o e - °� ❑ €° " m ao a$E, €mo d SsmaTT go a a pep Lu gym- O aa- 3 z 3 i ew y - - - He< - Z o�2 - a m - a " - - 04� - - _ - �w� °p O ��� tea: 3� a _ - - - - - - o �o K. =p€a - mw �m - - - z - -- LU F a O € o z o z o o - _ - N - w e 3 =€o w = =€m o zpLL o — e oww ❑ z� e oww W - - - - - - - - - - - — ! s �a�° B a=^ HNmo - � a � a�mm e.� a ca - - m 3 -- E. � aa Aga €< €�mm - - - 9 � - 4 -p. O OIT W - - - - i --- _ - _ _ _ O O U 4 Z 1 z Q — oil e � _� o ma O �ee - - -W ship oEEa€ "gm - W Np d r u7 00 w saawag6uiaaaui6u3�o uawuada4 NV�d NOIlN3A31dd N011fl-nOd FJ31VM WaOlS o_ o mry au. i SVX31 si a3i H iSIHHo sndaoo�o u1o0oZ381HVN HNani a18-121-AlllloVd3OlddO 6j m ® 1Nyld 1N31A1d3b12131dM31Sb'M db'C)311HM NO-180— AB 3 0 'ON NOI-38 NOldl.— Ae ava 'ON N01-8 m a oo No z €moo o4oW N W W rn a k`C�6o�2wa m$aE g. LU 'z+roe, EL 0 W �F / f x _9' co EL C \11�• q LL ♦♦ j1j ♦` 5 ♦ g� zmvwio��aisaa�oo�<z�om�a a ° ZIM0 waS6uomou PWan da(] SAV130 0 0NV�d NOIlNAA3ad Noun-nOd a31VM MHOlSoSvxh = C sndmo to loll 2�ea�xi'lislduasndaoa amedra3iwn�sursl �y U oo '!� Z3aIlNYiI l 213N21f11 o 0 w 018'321'AlIIIoVd 30Idd0 � m a 1NVld 1N3W1V3b1 d31VM3iSVM dV031IHM a NOLLdItl0530 AB 3 0 'ON NOISN3tl NOIdl.- A9 3Ltl0 'ON N0ISIA3tl ul, W H wWg Q m 11 O e=VYea ~� ¢ kp 2p° "S w 1, e duo goz :p H �f"" an Ube � � ` wK ko3 �w� by op W W ow oaN Np ` i EEO Mg _ - - o5 - awn _ - - _ 3 - H iii3j; u ,�e z F as .; r 000u _ ,tea= Ii o�app 19 n EW`od w o.9 w 'Ng pro F MI Etc `_ w� `ag: ewa "<aw - o�z 86=W—1 N�aa § 08 w°gam - haw qp� ¢ owl w oa e€�� is € ��5k0k�8 w3€ H -o s w.G9='g ;o=o a „sue 2m - — 9 o° _ Yam_ ~ £. ��z€xi OcsR A its; : _ Zx ° - �m X a mow_ o° w U Av o� a ya o W oa moo" c `W dI"�� it �g oa=ooz off. - ¢ 3 O ° so 5o OC-_ b: - a ¢ g�� '� �¢=9 '"�= 0���96Q �s�° -wa no -day 'K of W w - ',� 'I : gip - 03 py wOR' - €Ww �ow <� w5 €moo 0 0 - - '!; H .,a it M rp 1 1 rp H I of IS 9 N Z <a @aP� ooa w p tt w� ow o I I E �m ''� •�. �U MA coo xp a F = Z^p= E € fW ¢ate w b 8" Oo s e��p�Uz NAB �oaa `pw � Qaz p p O:. o F ¢ m z a =am LP I _aa_w m F zei�aao��aisaa�oo�<z�om�a a d r u7 00 w saowaSNwouibu]jojumlieda4 NV�d NOIlMW34-SNOIlIdNOO!DNIlSIX3 0 y o mry s a a i°i'H',�..a.tl sdX31 0 O� g z3alwva Muni SndHoo to A118 e ea xi IisldNa snddoa an,9 dYa31INh,but l , s= 418-121-AilllOdd 3OIddO AV d 1N3W1d3b1 d31VM3iSVM dVD31lHM NO-180— AB 3 0 'ON NOI-38 NOIdl.— Ae ava 'ON NOI—d rn Lu o IIII � � � am. W � � IIpp �Rw Rw e3 �� P dpd —01 3 - 3 � I \\ w 1! ♦\ g \� 9 —wavwio/�aisaa/oo/<z/om/�a a d r u7 00 w saowaSNwouibu]jolumlieda4 NV�d311S-l1Va3AO o o m ry SdX31 0 S 1 D 3 1 I H 3 tl tl 1 g Z38IWVN Muni 11s1aHO sndaoo�o u10 e ea xi usldNa snddoa an,9 dYa31INh,but l 418-121-AilllOdd 3OIdd0 m 1NVld 1N3W1d3b1 d31VM3iSVM dVD31lHM y � a NO-180— AB 0 'ON NOI-38 NOIdl.— A9 3Ltl0 'ON NOIS— — aa,u O O O O O O O O O rn e, .gym am. w l l l l °Im Y o €s e_e 0 a 00000 0 00 3� 3� oS c � 3 � i GG W S 3 f I � 0 �g z � r ` \ i —asvwio��aisaa�oo�<z�om,�a a 00 ° s S u 4 NV�d�OHiNOO IVNOISN3WIQ w aowa Nwouibu]joluaw eda o y o m ry I sdX31 0 S1'D-3'1T H V 1 ?8 z3alwva MuniI1SI HHO SndHoo to Al1O 2lERLX1'LLSIdNOSflddoa 0A,9dYa311Nh,6ut21 U w 418-121-AilllOdd3OIddO m 1NVld 1N3W1d3b1 d31VM3iSVM dVD31lHM NO-180— AB 3 0 'ON NOI-38 NOIdl.— Ae ava 'ON NOI—d as iu manna a w w w w a a w w a R m n — sz � o rn / w z l w - e, LUl c40, / 3 W / �S p 0 i9 ^e s a �avwio��aisaa�oo�<z�om,:a a d r u7 00 w saowaSNwouibu]jolumlieda4 NVId N01103101jd 31JId o o m ry sdX31 0 S 1 D 3 1 I H 3 tl tl 1 z381wva MuniIlsIHHB SndHoo to A118 2lERLX1'LLSI HOSflddoa 0A,9dYa311Nh,6ut21 U 418-121-AilllOdd3OIddO m AV d 1N3W1d3b1 d31VM3iSVM dVD31lHM y � a NO-180— AB 3 0 'ON NOI-38 NOIdl.— A9 3Ltl0 'ON NOIS— ME UJ ua�.oe v u snunm. w a z a z z p a u a w u z w 0 0 u N a Jo rc rc rc a ° o o� s� 0 { Zwp12 LU rn o E s1 "E 4:4 it *LU I w Z• EL 0 LU E!' /e o / e3/ I a � � / g /40'. �� .41 „, � r —eevwio/�aisaa/oo/<z/om��a a d 00 y saowag6uiaaaui6u3jouawuede4 S1IV134-1IAI0 SVX31 p7 S l a 3 1 1 H "_ ° � I I1SIHHB sndHo8 to AllB 2lbP,LX1'1151i1Ha Snddoa'Onl9 dYa311Hh1 sutsl pp z U oo '!� ZM NVM l U3N21n o ( w m*: s 0I8-121 Allllodd 30Iddo mo 1NVld 1N3W1V3b1 d31VM3iSVM dV031IHM NOLLdItl0530 AB 31tl0 'ON NOIS13tl NOIdl.- A9 3Ltl0 'ON N0ISIA38 a w © W w J O LU cc w 3=_ all �yy N U)Q 122 zi W o_ EC 3 a�5 00 EL F ..T "I qN�,Cc F aisle F ' Cc) a � '�j` � 17 = fi cwn <€ a w E �' €s J w BadJ�c,� 9..� € `ea� e U) Q w� � oowCc € o � .md $° -a o =LLLU As ar<ozs iRs wgjgSy �3g O a =�a=aP.a,ao�5� F w 9 � v7 m U z Fz F wmz� UFs Z O LU` T 0 � H T Gd W p[[ 1 i CE'efi T wnBN �'61 s - � J 8 3 cU�� w �'6?a g w s� a. m € w a o �a aLU 3i a s s`s�a e s pia bLU ash wiA I = p _ w Cc �.' ' .9M 96 IK N e mitt a i�,8 a 9 z v s sOgg a wLU 9 zLU r e YES w'£E` a [s � a C 6 ���g o >e 9' N. �¢sR E rn s Y a $ ¢ m- a ns a ccw ! 3$ o v � � a��� a $ 9 m 'g o z gQ I i 4 B m M 2 m y ~ —aavwio��aisaa�ao�<z�om�a a dLO 00 y saowag6uiaaaui6u3Fo uawuede4 SIIVl34 AAI0 ry :'' ...... I SVX31 = CD S l a 3 1 1 H N _ F IlSI 11H�Sfldli0�to ul� 2�eel xi'Iislaua sndaoa'amedro3lwn�sursl rn oo -!� ZN NVU l U3N2inl � o 0 w m*: s al8'32i'AlIIIOVd 3oIdd0 mo 1NVld 1N3W1V3b1 d31VM3iSVM dVD31lHM NO-180— AB 0 'ON NOI-38 NOIdl.— A9 31 'ON NOIS— Hm= Q- - I y_ IL _ . g €K'9A W€$fi$g U) O Q d 0 w 'g $ii9 q d Z F L ¢ Z 0 y G Q g8d°. H C7 W X EM Ho Z � Z � ° � O a �� amg 40 HH, R F 9 1 d A 91 qe4 6 <> rscl �d a 9tE U�Y( ccg eY 9gR � a w_ F i75 a a;§gw19 a no " a F F s $R9 @a9 a€ I! i j� 5 §F F 4 —aavwio/aisaa/oo/<z/om�a a d r u7 00 w saowaSNwouibu]jojumlieda4 NV�d JNIQVaJ o a a i°i'H'..,�..a.tl sdX31 0 - M F g; eeaxiIisldNasndoaIlsIHHO SndHoo to I� Uz3aiwva Nanl w 0l8'32i'Allllobd3OIdd0 mo AV d 1N3W1d3H1 d31VM3iSVM dVD31lHM NO-180— AB 3 0 'ON NOI-38 NOIdl.— Ae ava 'ON NOI—d w amo �o pxxx p � p s , w a ` o o oz=¢ a z w Epp w m J � mom a Kw€€No oo�o yamsIN \ ��s It 1 � � / a � 4% � 9 �` $R 44. 9@ `� I! §Q 9 4 —aavwio��aisaa�oo�<z�om,�a a 6 LO 00 w saoi,S6uiaaauibu3jojuawuedaa dVW V3UV 3E)VNIVa4 o m ry SVX31 0 0 C � 23aIWV21 213Nafll I1SIUHO sndaoo�o hllo 9�o9L i'uSINHasaddOO amedro3iIHM OKr j v oo = v w ala 3a unloVd 3olaao p CO 1NVld 1N3W1V3?Jl H31VM3iSVM dV031IHM s p a NOLLdI 3— AB MVO 'ON NOIS-N NOIdl.— A9 31 'ON NOIS- 2 na iN �manMe yQS/� _ _ az- - EL w °�LL3za am. mow ; 3a �€M, I , s JIY `` Q 88 r �- z gg8a u8� o Y w U p Y O �r wow $ R LZ IM g b g, I 1 C ♦ / � w 9 a B —wdavwm��ai,ea�oo�°z�om��a a co w S90!N@S 6uuaauibu34o juawuedaa `n o m ry I SVX31 0 sxa3liH3V i I1SIUHO SfldUOO hllO z �e 0 91 b91X1'LLSIi HO SnddOO'ante d'c 03J HIA 50bU a Z38�wVN I Muni N " :SrY i. 419-]?J-,WIIOdd 30Idd0 p m 1NVld 1N3W1d3b1 b31HM31SVM dVD31lHM N s NOUdINOS30 AB MVO 'ON NOISN38 WUdld0 30 A9 MV0 'ON NOISMd SIN o cn �` z I }k p o E �NyVWoo-W C7 - _. -w�==mpm�g z_J: z" 0 O O O O8 O O p p 4 FF�p L ¢ �------ op��� O w€" 133HS SIH133S 3NI-lHOIVW IN p m o i 3 a �30 W ¢ o o i' x z oz= e r ' #�f 1-9 a Po , \� 0 9 \\ I �0 40 �a \ w \\ 133HS SIH133S 3NIIHOIVW 9 \ pppp f I! i ja 5 Q I 9 4 I —a�miiio��ai,aa�oo�<z�om�a e dLO 00 y saoinag6uiaaaui6u3aoguaw eda4 SWAG Alnin sVX31 0 - M s 1 3 IISIHHo SndHoo to ao E�be�xi'1islaua sndaoa amed�o3iwna sores €.-a F Z3?JIWV2f H3N21f11 N w ¢ s= (118 i' lllll�bd 3�Idd0 m. m 1Ndld 1N3W1d3H1 b31HM31Sb'M db'0311HM NO-183 30 AB 3 0 'ON N015N3k1 NOLLdItlOS30 A9 3Ltl0 'ON NOISI �I@ MI, YYi g It ����`@ a�@� � —a � :�� i" {�i� A _ a Ea � Q= s� @ g @h a �$� t r Mill a tl W �@ ii�a��l@��$� $�iY�i Ea �p 6$ tl �� @ �� $g@_s� �9t� "�$I@� $°�I11�i�sli E •e a $ M{. tli Ye a !gi���Igg@i�$YFg g � @Ui �p�$� 6°�@ 9 � gtl I g @ i6 ttgi�a�v pQFI'�a�°i 9�(E' fi P�r; !1 PPa�elg9d{{ d m . g{` €@i�i$ P Ed a�igsiii�Y�ii$ai @ •0 Fa 070 � �Ps=Ygfi�i'E @$ i �'�@ � i . ; E@i$iE�{E:iE@FY55a "IIg§ {@i piC g E€gs@8$viEi9a c 3i g a fig° g Y@°$R g ! Ell $@ 4 if $a Y 9 $a@ 5 �ga c Q 5f is pia $leg k gist Oil ii F 9 �iE{ i�ga�4i2�3 aa�i if s t � @60 aEe gyFFEy�ai�g+3@3 toi9y 4t Y $ a{ 5i ��t iu�g�QEi 0112 �gg3�3p@ai 'Pilo I k�a@ 11v d@t eP 69 9 F€P;€Ny �� a kgE�y66 i� t it l fia tF¢ si!g a: gg@3{ E p i i$_tlsg ia€ tli ��98g e46$E4E° @la°i ± a a� t!g kir a�y ii p.1 g@g FP IRE a t1 Y dLO 00 y saowag6uiaaaui6u3"oivawuede4 S1IV13G Alnin '. ...... SVX31 O� F S l a 3 1 1 H it I IlSIliH�Sfldli0�to ul� 2ibP,LX1'1151i1Na SnddoaOAl9 dYa311Hh15ub�i N z ZN 11YU U3N21n-L m*: s Clio i'AlIIIOVd 30Idd0 lb 1NVld 1N3Wld3bl d31VM3iSVM dV03i1HM a NO-180— 1. 31tl0 'ON NOI-38 NOLLdItl0530 AEI ava 'ON N0ISIA38 �W± a € i i!� 4 Ilk- 4 k� k a P• i 11 � ! p € si F@ i$ IS ga s 'L @ tt@ 'I, 'p it @E a U F is �'i'g�tapl " t r ,i�1 $.;' III Nil a fit, j1 ��z ,,r— " iiilti 1liitP I$ ,e E. :n a 4 iii3 1$ Fly ON $ it1 t �I F It G' ii lei ix E 1 iy' Pti t @tl "fi T i ^ HI IFIe 1 ti FE F 9 {Se�[ € stli tl� svx3 � SINLM atl � slax� svx3 Au '�i 1• M a Bt E� i FP ! $ Ilk l dig"•$i g i ,' IN l ,lii ,€a it lilt i.Fi _ QE3lil iig'€is gill i�at mill 5 °d iiS e 6N P@ti!. , a" lilt Ilgel i t@i , E€k gg l __ Y t�I Its `'' ��pBPIPii1���IaillGli P �4 IJ� l';' S 3 ti S a l@a allgielFil�WIN , s g�(ali gg� ,�@@iz... Pfeil I I1 it@ tl, z $ I zg Bp g9a' ",$ g�i E $I IF f ,�t ' iliil4+ai 'CSIaa 9 i I Pe$¢i °i@ $ Is,�I$ l:il �i API °ag ap lingg y �� i �ii`ntgp € iylili.t ail93i i �I€F flt P a`ie l8ig Iiglii if g$ g itg z g�g $F'ii tl s P. i' g i e e g g S 'f i i i'°`�eee P $$j�gg°�§FgIF ��� 1 � °� � M�i3 ii z i`�Si��QLC Q�Ilti, F "I E I i$�$$II 3 IliPtil$Ii�94liii gi g IBz Etzz iS @tt.iz i+.is rile 4iz sate i$ti:�Iii91!g�t+ �g� B " —omvwlo��alsaa�oo�<z�om��a a saOII buuaaui6u3 jo juawpedap co NVId N011t/ONf10d o SHX31 0 min o� Z32IPM Muni 11SIUHOsndHOOlOA11O aLb X1liMHO3ndKOOA19dVOINM60tFI LL 018 3b Ail]10Vd 3O13d0 m 1Nyld 1N3Wlt/32i12i31bM31SbM dH0311HM a NOI1dIa0s30 Aa 31tl0 'ON NJ ru NOLLdla�s3Q AB 3 0 'ONNO10— P£S NN3B 3f1Md9 d80�F,b �.e W _ __ mom --1 IIL—————LL——— L IIL--- -----L LJ A56-�91 ,9'S1 APo Z'11 SSE F I I _ N I L III LC) 9 II o0 010 I N I I e I I FL II IL , 0 3N Q� 3 o fJ a I L J r I Imo— ---- — — -- k ,. - �o w� _ �wW a� — r III `Q c$� s 2 u>��d $p 08 z�i _ .IIII IIII IIII IIII I _ _�� r -- r------- - r--- ----- F t I ti . - R oA a I IL ��v AV99lmd AIM I, P£S SeOIA co < »_ : ga emwAawoI agl MINVU}ate! lmgosamgm Uo :a=m=OAI0 dVOINM60tF co 5 OEly u$mupao § : § ) \ IA5Agw3&5«d«Af«mgH _ ) � [ 5\r+ �\\)(\) k§(| )! §®Eli\zt � \\ )§ \Z); L® \\ �� \\\:Br# �\ *( « 2 ( . \ \\( ) «_r H ! - ^ y �■; ! \igEs �, § 4t§k/( « (t . / . / S< »_ : molvl 32g&s«5 0 / agl Nol� AsaneAgm@a�mgeNlSg \ / 7 \ / zaa}Muni lmgosamom Uo :a=mz OAIG dVOINM60tF % \ U ( OEly u7mupao ° IA5Agw3&5£d«A7«mgH \ ( � \ \ w : _ IN NI 7u. N w 77 1 § . ) _ / © \ In [ O ! 3 5 & ! ( \ ( ) § \ §G �\ 0 (\ \\ \ \ \ \ Eg \ ; ryl ( w ( N ) � � \ [ � - ) inf ® rO « co saainaag 6uuaaui6u3 jo juaw�edaa SlIVl3a NOUVGNnod o mN Mal 0,..S,1�3.3.1.I�H.,0.a,V \ ' IiSIUH9 sndHOO P All0 RLb X1liSINHO80da0B aA,EdV0]JHM60YEl � = MINVa 12l3Nani _= OI8 3b AiIIIDVd 30IddO N 1Ndld 1N3Wlt/3di a31dM3iSVM dV03ilHM a NOI1dIa0s30 19 31tl0 'ON NMVd N011dl-3a AB 31V0 'ON N0151,13a � a w° Q A g W o E EON N a3 QQ ITME 4 K pae 92 o mo III o w "� Q U_ � a Lw°3 o is $g n Wu QD 3G Qo o ¢ zg $ z o off- F Pulp �5H e4_n saz`�,� Q ka o,., III b §� 5�� �+ aw N u�.c�ng¢ u„'i� Su�i p S 0 �8-ap Q U N - y boo Tv Gg 8= s ie Z-f m 5 c g a =11E x = w= m lel O 8��� 6 G a 3 22 & co tz o _ o 21 m=J T tt� s �� 2E Q N a �� G �a �o �o 9,2 Lp s dV18 Z I U� O � o� uWu 8 m =w w3 ¢ 3 N€ � Q Wi W ww¢ ��^ W a � A'w Ln o o d 23 "�� ao q tl1130®A,E• ��® �" oovoiS �o��� co saainaag 6uuaaui6u3 jo juaw�edaa SlIVl3a NOUVGNnod o Z3211u,3:i',H:,�„a.� , \ SVXII IiSIUHJ s o rN o? 51 ndHOO)O u 51a IJ RLbl X1 I1HO 3ndNOa'Onl9 dVOIHM60YRl �� oo wva 83Nani _= QI8-3b-,WIIOVd30IddO N 1NVId AlhiVldi1 J31VM31SVM dV03ilHAA a NOI1dIa0s30 Aa 31tl0 'ON Ng51/da N011dla�s3Q AB I'll 'ONN21s- 2wnpuappy SZ/80/10 2 LD a o p U � �o fm� I I r 4 _L____________________JN LL ..So z o 0 �I 0- 1 w - a z n m0 �r � �� m o a�W IWu �o a a 8 '°ii�Ili O 'dam �ii at F yy 4=a I o = o mm� a C 3 U Ln z a m A,s N 0o x I w NIA&.E p I�G 3 &� z m a O J Ii°I a w m I liWu g``�V IEE 15<�l V zO �a O _ o� III saoinaaS buuaauibu3 jo juaw�edaa co SIIb'13a JNIWH2id o SHX31 0 w� IISIHHOsndHOOlOAIIO RLb Xl'liMHOsndKOanl9dV03➢Ndn60tFI CD Z38INV1 Muni _= OI83b-AiIIIOHd3OIddO 7 1Nyld AlhiVldi H31dM31SVM dV03ilHAA a NOI1dIa0s30 ea 3 0 ON NJSV3 NOIAUDS30 AB 31V0 'ONN010— Egg 7F- 2 II � a Z Z O o '2'17'NI%.I p tQ? Sus' V m bs Cj�E �oz u~G F otz g aY A UP 7 }dI g os 7- � q o9A mod W V x3 tj W a o e 3n G Q � �G n� TZ Ln sum Vic saOIAMS buuaauibu3 jo juaw�edaa co SIIb'13a JNIWH2id o o -o SHX31 0 w„ I1SIUHO sndHOO to AWO RLb Xl'11s1a NO sndKO anl9 dV03➢NM60YEI �� oo MIWVa Muni 018 3b AiIIIOVd 30IddO a 1Nyld AlhiVldi1 J31bM31SVM dV03ilHAA a NOI1dIa0530 ea 3 0 ON NJSV3 NOIAUDS30 AS 31V0 'ONN015— so= so zoo cad 3 d"o2�i�� ti w Q oo t$SL4a U FZ1 W Fti • o ff= o o 10 m� m o z CC)z 2 �� m 0-5 Agge oIn = Q6b o M o sa m ' O � —�.' FF�So"2o N L Q5 W —z T) rUq W ATAMW9211 z ¢ N u o �L"'N"' ¢ E•,+ IL `a' ffln Eu L '031110MO ONtl 0319f12'1SNOO d9 ,0-6 SI YnOd �o��� _� i �om N AbW 11tlM d0.tr,5 InN'03llI0d9 NO2'9101H9I3N ltlW (`(� 60¢OEM SI NOI103S2WO123 V rn U i— Y c9 25 J � x L Q _ J Q U M I ei W eg A R F N M y�ty1j I L!/ 'WON 91 u, U11 0 8 � dv a gkmim B\12 2 § . 9 « S< _umz_ae g� 1v 25 | agl \\i/awn Imgosamgm do :a=m= m,z g \ ( OEly u$mupao § : § ) \ IA5Agw3&5«d«Af«mgH _ ) � [ 5\r+ } § )/ (; \ ) 3 /@I tz\ k \« 2\2 aj )() \ §); \ \ \ : \ e { \\ : N (;§ §) (\ 11 / \ k � . .... . \ \ ; 71 ® \ — %® ( ; )! ` {((/( B;§ � -_ saainaaS buuaauibu3 jo juawpedap S310N 1V2i3N3J o CC) SHX31 0 CD y� w� S 1 0 3 1 1 H 3 11 V11SUHOs 1ndH000 O�WO a�e�xi'iisiaeasnaaoaanieavoaliennsoroe� eo - Z3211Wtl21 213N2Jf11� _= 018-3b-AiIII0Hd301ddO 1Nyld 1N3W1dIdi1 J31bM31SVM dV0311HAA a rvoudiaosaa ne aiva ory rvpsnaa NOIAUosaa ea Siva ory rvoisinaa d wnpaappy SZ/80/10 L = lullH! His eta hum I on 1 _ _ ®R 1 1111 1UH 1 1 H, 12 _ ti� r_e u e. _ rex a h ata di M oil it R PHI 1 1 SO kill Su 5 E e' 2 ill 1 B a _ 2 E bMUM 31 121 ¢ EB. 09 n a m ill �vo o -o� hE _ amoo o rcA> a rm dam Fay YR g � 5v' 1 1 Hip H p� S 11 1 lull®eR a� e, s Pig' if 1 1.1 He HIM -gym _ - e� _ e $ _ _ _ I HIM Ulf m am in srnI E s 1 _ gE _ E.= — _ � �1 d — _ p_ u v 5 8 _ - - _ 6g a H sooimog 6uiaaaui6u3)o juawuedap 00 NVId 31Is llva3no o 0 0 -N a a s,+Y SHX31 0 wa = zS 1 J 3 ltl a« xi,isH snwaa o,edd 3 H,6obF I1SIUHO SndHOO to uI�38HVE v z F OI8 3b JlIIIDHd 30Iddo `S�3e s 1Nyld AlhiVldi1 J31bM31SVM dV03ilHM a NOLLdIaJ530 na 31tl0 'ONNIIU NOLLdla— Aa 31V0 'ONN015I— ui LLI J - 0 of (n m z z W �I Q U 5 3 M�3 JI dw,7 _ - -LU _ - uZpZw Zw Zwo / Ja w o Wor, w y ti cl LL i r i Q i s in \ I m \ \ \ Z sooiI BuiI jo juawuedap 00 SlIVl3a 311S o SHX31 0 S 1 J 3 ltll H]a tl z F IlSIUHO SndHOOtoul� a«e xilislaH sndaoo'a,edd 3 H,,6obF w_ zaaiwva aaNani M `Q a == 018-3b-Aill10Hd 30Idd0 1NVld AlhiVldi1 J31bM31SVM dV03ilHM a O � S53tl `' NOI1dIt1�530 19 31tl0 'ON Nq SIA3N NOI AB 31V0 'ON N0151,131 N Y O a J a a ,s eil ri= w Jf:111 1 Y a fN Q ti �y°r'— K ti W z ydwo ;III�In LL�IIII i AZ(j ° k 6 a= i = rnrn LU CD a p a, �°j°vw 2 y I a ®� � G m >� m \ ' LU ------------- \ o � J � m J a> \ F- w 00 ee ]jo juawlied@o g«UmdAa 7 % agl \ \ 7 \ § zwa}a1 lmg9SamgmUo * \ U5 \a\-ui a£m\ / § 2 � IA5Agw3&5#d«AY«mgH \ ( � / :o \ | k \�) LU �� , }; (\\ LU )§ :. . \ � . 00 saainlag 6uiaaaui6u3 jo juawuedap NVId KOld 311SOdW0O o SHXII 0 0 S J.J 3 ltll H]a tl z F N 11s1aH�sndaoO�o u1� a«e xi lisiaH sndaua a,edd 3 H,,6obF �¢ oo s a o_ zaaiwva aaNani _ _ 018-3b-AiIIIOVd 301dd0 7 � � AVId 1N3W1d32 i1 J]iVM31Sb'M dV03iIHM a O � NOLLdI� 19 31tl0 'ON NMI— NOANDSK 19 31V0 'ONN015I— W o Z LL 00 00 3 E4 4F w.4 mx4 iQ� ao ❑ ❑ p�r - _ Oz�zR w� z W - LlJ W- '� - - _ Z "um p �z - W Q Z KK II��II O O f Ory O I-- --- O LU O 1 w IN 1 z g d w Of o� _ 1 O of O In xd.�ae sO m', u <6r-1< o � o 0 o rz�i;'�`�oo�► o �o o � eEl � ,y�N3as3a 1 ► - a 0 � p �F 7 O s _ _1 r� -------------------- 00 saoinlag suuaauisu3 jo juawuedaa NVId dOOId IOdiN00 IVNOISN3W14 0 m s 4sb+ „................ ...o,..,..,.. SVXII 0 0 S J J 3 ltl 6 F zi a X sH s�daa o,ed 3 H,6obF ¢ aawva 11s1aH�sndaoO�o u� �oo -3b-AiIIIOVd 301dd0 7(118 1NVId AlhiVldi1 J31VM31SVM dV03ilHM a O NOI1dIt1�530 19 31tl0 'ON Nq SIA3N NOANDSK AB 31V0 'ON N0151,131 z W =� J IL 3 IIr O NII�daNNo 03 a3 O U O� o y Z LU 2- ON O 1 0 o a = 0 0 w� a LL@ — w � 3� ,3a , m w 0 0 w 0 0 - 0 L� . . . . . . . . . . . LL - po71 0 o ' 0 n u a O JU 0 O, _ sao! agsu NOIlH1S 13IIn3I3 ONH SNHId b0013 �, 00 = h uaauisu3�o uawuedaa SNOIlt/ONV JOIB N3MOM8 JNIISIX3 SHX31 0 0 0 x S J.J 3 ltll H]a tl z F N IlslaH�sndao��o uI� a X saH s�daoa o,edd 3 H,,6obFzE o. OI8 3b l lIIlOH3 3013d0 `S�3e s 1Nyld 1N3Wlt/32i12i31bM31SbM dH0311HM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOUN-0 Aa 31V0 'ON N0151,13a _off bn w aa ''` - m � a �so - - i 1 �.F, z z y O O sp7°` z z m m m m Z Z CDF F Z Z N N W W y y z z W W 0 0 W W N N `�n LL 0 :Tis m m S I.. J J Z z z a z o z a O F p to ;zz n H WLL tom: LL - OJ z z jll11�LW1� �m Z O Z W > w Q rr a W. J. �� F x � „ + J m 7 W .. .!' W' W v fq J F ~ oq W Op LL co Z N Z°a � M N o o yw w[ n4 z 0 0 i o 0 0 of m m mm J m K R o _ mLUJ WW ?, `�' LL 3 o O Q m m z z Fo o o m a _ 00 a 3 � a a o N Q 7 �;r � J- J- m- Wo t Jq o,p.o, Ws W_ Ur q 1 j W a 2 0 T-ev .ZILo -L Nm y< 7.. a. tnw Wa WN co Zy �'J WN �N M 00 1- CD sooimoSsuuaauisu]jojuawuedaa SlIVAGONH3ln03HOSa004 n 0 SHX31 NOliViS idll(INV 0010 d3MOM8 JNUSIX3 S O 3 • I 81481X1'1151FIH�SIIdiIOd'nHl9ddH3ll HIx5604F1 pz ILSIaHo sndaoO�o uo38HVE o= OI8-3b AiIIIOVd 30Idd0 1Ndld 1N]hiV]di b31dM31SVM dV03ilHM a NOLLdIaJ530 19 31tl0 'ONNq 77 NOANDSK Aa 31V0 'ONNQ10— 25 CO W W I W LL p I 0o p f = 7 N Ix 4 W= W= -- --- W= >m m Q � J y • J y J N ~ M 04 N wo J gg N at W Q p _ y,_ - _ co Lu sp w ¢ 2 s 2cc = _ p y p m LL' LL' LL LL LL m m I ix 0 0 0 to O K K a IW N ,WAN W h W L LH o3=a3xossa N a w z c.l a; Ow ON a a Vl a r w U. — U.ti �z Ow m ti 00 sooimoS 6uiaaw6u3 jo juawueda4 SNVId dOO-H 039aVIN3 0 z h T sb „................ ...o,..,..,., SVX31 0 w "� oN da 5 1 O 3 ltll H]a tl \ I = 1 " I1SMHO sn&100 bo AlIO alneaxl'iisiaeasnaaoa o ieada3liwnsoroal — _ a a o_ Z3211Wtl21 213N2Jf11 _ v U �_ - - 018-321 AlIIIOV3 301dd0 m a 1NVld 1N3AiV32li d31VM31SVM dV03ilHAA �, a NOI1dIaJ530 19 31tl0 'ON Ng7 N011dl—]O Aa 31tl0 ON NMI— ON WnONKOtl AT SZOZ/LIIZI l Z _ ❑ = J LU gar a — a y O w w' w cn X U d )S W (H Ow Q 0 N 3 _ LU U Z �a Q Q w WLLI z s J p Q w 0 a O _ a o - � o o w 0 �1 a - a m "'z Z Z U M w sLU e _ '', o ti3;a m� _m aovaans aaa of w e Y 0 o a ca � r LL os .aCao .a5 cia3i J r _z U 0 0 0 � LL m m p u L r m m a 6 LU Z Ir w Lu 3 ?-- - - - W - - - - - - N N 00 ee »juaw : gIlvk«a % agl \ \ 0 / \\ / ° | /aw/ate}� Img9Sn mmOoWO m= �m g { � ( (118 u$mupao \ § 2 � IA5Agw3&5#d«AY«mgH \ ( � / „ § k ; ( . .. . } §;��� `;) ILTI { } z } \ d/ jc 29 IL Li { LO (} {} ::: \\ LU d j f \ \ { m )IL \ juawlied@o NVId JOMJ 3ilSOdNOO SVXII - _ • • I �1 =-=_---------- M======wee===============_ ___-- -- ---- ---------- _________- _ ==--------- ---------------------=====r=--��� ___ _____________._- _______ -_�_--_--____ _ ___ ____ _______________ _=== ==�_� _____ _ --F-------------- - ■- = Q� ______-_- ------------ _ _ _ _ __________--� _vim=-____________ ___ _ _ --_ _----__=ram_-� --________ ------------------ -�—�--____-__________ ==--=====______=____ _____ _=_-rre ----------———. ee--� �------__ =_-ie -----_____ _ _ ------_____= == � =-_- _-- ________—_o ______ ----____--_ • —_------: _-- --_— ---------- ----_------- ------ --____ _____-�_ _________ ==_ -------------- ------------------- __ ____====1��=---___________`-____ --—------------------._ =------__-----_-----_ __ ---- - ---_-_ ___________________ __ __•_ ___--_____`-____ _-:____--____ ------ � _--_____ ____ r___________________--______ O sooimoS 6uiaaaui6u3 jo juawuedap 00 SlI'd13a do02i o SHXII 0 S J.J 3 ltll H]a tl z F I1SIUHO SndHOOtouWO a«e xilislaH sndaoa'a,edd 3 H,,6obF zaaiwva aaNani o= a == 018-3b-AiIIIOVd 30Idd0 1NVId AlhiVldi1 J31bM31SVM dV03ilHM a O � NOI1dIt1�530 19 31tl0 'ON Nq SIA3N NOANDSK AB 31V0 'ON N0151,131 n �33 N - - - - 5 J a F � NLU LU T U p a a wo W N � - I W I 9 2- I I „o p _ a= a �a R_ LU Z W 1 W W Q� a� WLU � I I � J� \ So Mw ID - e _= O J O a D w- LU LU =§ 0 wJ ca -- --- - ---------- - ---- jm Zw �N wN j •, to -`, M SNOUVA313 dOld3iX3SVXII iSIUHO .• • • I i IIIIIIIIII'Illlllld'll1111111111111111111111 ly�l�l�l�l'1!I�I�I�I�I�I'I�I�I�I�I�I�I�I�I�I 14�1�1�14'1�1�1�1�1�14'1�1�1�1�1�1�1�1�14 m 14444444444444444444444 14�1�1�14'1�1�1�1�1�14'1�1�1�1�1�1�1�1�14 I IIII11111111111111111 - {{tRRRRR{RRRgtRryR{RRRR{RS'■ ,I,I,I,I,I,',I,I,I,I,I,I,',I,I,I,I,I,I,I,I,I, K{RRRRRRR{l{RRRRRR{RI(RRR4� _ _ _ _ _ _ _ , 1� _ II'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII -----_-_---_--- _ - _- IIIIIIIIIIII11II11IIII __________ ________ ____ p�p���]] II'lllllll lllllllllllll lllllllllllllli!i!i! ;=-�''="�'="�'""_,' ="='="='='="=' II 11111111111111111111111'lllllll'lllllllllll I,I,I,I,I,1,I,I,I,I,I,I,1,1,1,1,1,1,1,1,1,1, � ■�_�_�__„_„-w_____ _____________________-___ IIIIIIIIIII ,I I I I I I I I� IIIIIIIIIIIIIIIIIIIIImlllllll'lllllllllll I�I�I'I�I�I�I�I�� II'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ■�=W=�=�_W=�_W=� _______________ I'IIII;IIIIIi 1111;11111 '-------------------------� _ _--___ ______ _---_----- I,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1,1 IIIIIIIIIII'IIIIIIIIIIIII'IIIIIIIIIIIIIIIIIII ;-__-e_e_e=fie_e=�=n ------=----=-=---- Il l�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�� �='='�='� yyyyyyyyyyyyyyyyyyyyyy _________________________ Ic_-_--�=-==--=� 14444444444444444444444 ® �HH _ _ yyyyyyyyyyyyyyyyyyyyyy -_-_-_cMIRRUM -_____- �• ;-----_=----- h4444444441d!I,yyyyyyyyyi ___-��- _�-���: I-=__-__ 1i4444444444'i�i4444444444 i a MU MMURM; --- _ yyyyyyyyyyyyyyyyyyyyyy mmm m mmm m =-- ® WW= —�`£v hlyyyyyyyyyyyyyyyyyyyy' Y- -- __ _ --__ ! ____-____-________ �•I■■;!!lilililililili'iggqrqqqqy __________________ __ __ _ ____ _ __ h44444444444yyyyyyyyyyi ME Pf- mo- W WWW WW_ ____________ __ ® ® _________________= h44444444�1'!'''!444444444� - - - __ - - - __ 4444444444'i'i4444444444 M=m= - -- 1i4444444444444444444444 ® -_--_-_-_---------- ®® _�--_-_--_-_-_--'--=- 14444444444�II,yyyyyyyyyi T-------------- 1111111111111111111111� ME =_ _ _ _____'____ �_ `= Il,yyyyyyyyyyyyyyyyyyyyy� IIIIIIIIIIIIIIIIIIIIII Eft- ------- s _=_-I'� yyyyyyyyyyyyyyyyyyyyyy = ;MM— £— __=- - ;1;1;1;1;1;1;1;1;1;144;1;1;1;1;1;1;1;1;1;� O__-'==- O z-'=: Iaaaaaaaaa.Yaaaaaaaaaa '=='�� c"-' _ ��� =, : 144444444444yyi,yyyyyyyi ■ "--`-�`-���-�`-�=-- -`��'-- �`_`- 10 ggm --- = ,�_--_-----tom- =I __--_=_= - -�=- — --=-=--=_ ---RR,RR„RR,RRRRRR,,,RRRR{ �---. om m e mmm mmmmm m emmm mmmmem sooiI 6uuaaui6u3 jo juawuedap SN01133S JNI011nB o 00 SHX31 0 _ 5 1 J 3 ltll H]a tl z F w_ Zaaiwva aaNani IiSIUHO sndHOO�O Ally 9l elX1I13I H S d u a,edd 3 H,,6obF `Q oo a == 018 3b llll10H�3013d0 g `'�W 1NVld AlhiVldi1 J31bM31SVM dV03ilHM a O � S'�3tl MI 19 31tl0 'ON Nq SIA3N NOI AB 31V0 'ON N0151,131 3 � _ O _ W Lu LLJ to �o — — =fir gyw�o _ m_ Z — — — o �So pro_ - Iii�IIi IM_ mUP m, p� Y = II l�lllm m=mY OR II Z III o ml B f w cn IBMI ImI-ll` C-a _ m-m Z J liffl _jll j = In y wN r \ _ u-ITI-Im wmImt ElA". = w-mwmt w-w-[ llli. m HmI uw=w=L w-w- w-w-[ TW-m mM 1 IIw Iwml limmm wwmIWw Imt -= IM-111--fffl- w-w- I I Z m--I Imi pZ p ,=O � I I I Iii i lm U U ITrTii SIT m e m y d, m � � � m P e _ w � w w�... irp' w II\nr-r rn y MEN 9 MEN Ilmm m Z�� uFm Z�� III II III I mm _ .uMEK ui°Iu r Iu uI 7 f 1 I9 7 MEN m iIm Eu r -m=m= m� mN ME i =um w-mW M i N m=r'I III ICI\ICI � i IIEIII --m` im IEUE wmwmr �w � i � � IIIIiIIIIiII =w m rrk ON -Wlilmi , ID ullmlm ON =m IUI 111111 =W \ W \\X NN =I�=I m u r MEN m Imw wi =m =l I= w . II' m�I \mL -WwW[ eue III-III-I =w - ulim=lli'I uI uen =w=rl= w w=m ul eil=_Im EI E' mil�ilID ueur -w-wt- .MR w mwmt _I%iI eue w w-wm-m- -w-w, w-w- IrI-Iri=l '-II�4 \.u- — lJ — — — — ,JI wmw w=W=II euE wmw =w=w ueur ICI III mt w_IrI l II a II�III I �I III - II�II EEE mMmT mmmi II= IIE II III :EI. sooiI BuiI jo,uawuedap 00 SN01133S llVM o 0 0 -N a a s,+Y SHX3I o S 110 3 ltll H]a tl z F Q,— IISIUHO SndHOO to uI� a«e xi,islaH sndaoo o,edd 3 HI,6obF = z38PI a3Nani (D w W¢ 5. 018-3b-Aill10Hd 30Idd0 °S�3e s INVld IN3WIt ldii i31bM3ISb'M dV03ilHAA a WI na 31tl0 'ON Ng77 NOI Aa 31V0 'ON Nolsl,13a (n w �L � =�ITIi�Tlll- W F = =IIiIIIEiI=IIE= U o oQ Ia Eu=ITeIE W Z W _ p3 IIE W �a - EIII 0 w - -0 Y W O _ EUEueIE U o_ = oI�leu=uelE w Z~❑ Z-w - - 3 i- III=IIII=II III��Irj,�,�I� °�� p _ z� � oIt mlm IIEIIEQ< mg 6 W °w x EEE�N IIr _ � O - a ZF � W 3 � Ielelr-IIeIE 3 m IIII IA IIGIGIII11III w �n __ IIIE IIEIRIEIIE - =Eu=IIEUEIIr IIIIEH II-IIEIIEI = EI EII EIIL IIEII=II EII EI E g _ Co IIII IGII IIIGII EIII EIIEI�IIEII�, It E IIII IEI-EI E ESE 0 �'I WIWE I I- 1 a. o -rEIIIEII=IieIE �WIIEE� W��� - _ IIWIIIIIIEIIEII=IIEIIE . .° EII rEIIEI IN " IIEII=IIEIIE IIW EIIEII EI br w z j I Wu�i'�'�'-'-IT II I _ i ueleTl=uelE q,. -- - =m=m=m =mll�I ml 11 z TT E�III'IEIEIE�� ii-m EIIIIIII ==IIIIII �,. -m y _ IEII IIIJI IE IIJ II J M Im Imilmil Q m m=m-m 3 N m m-m-m= �tl-m-m=mR N m 17=m=m= IE a-u IEII Em-ur m m=1 -m= uGu uI IlEIIiIIII= m II IIm Immm m-m- m mmmmmmmm EII mII m=m=2 IIIII iIi°EII-IIiI Q r 0 z II�IIWII�� z ml WWWWWWW„ Z o�= w W O EII III rI I_ IIII ywa WW W4 w WW w II III III III-III Z a WllWWWWWwWW Q fq" W W-W W " WW IW -W- � Ilb1ulI M -III WW WWI �-- - � I IIEIIIIIIIiIIIIi=-IIiIIl ---- WWWWwWWW W-W- u IW IWIiIWIiIu II Ilm-m-m=m I °' =mmmmmmmr sooinlag Buuaaui6u3 jo juawuedap 00 SNOIl33S llVM o SHX31 0 S 1 J 3 ltll H]a tl z F Q 131UH9 SndHOOlOAWO 8l elX11131 H Sndaoo'o,sddu3liwo-,soorE co Zaaiwva aaNani o_ a == 018 3b lllllOHd 30Idd0 1Nyld 1N3W1dIdi1 J31bM31Sb'M JV031lHAA a O � NOI1dIt1�530 19 31tl0 'ON Nq SIA3N NOI AB 31V0 'ON N0151,131 w LU ~w - pl - IiIWlil - =m= F M 2 2TI=III Z Z -IIU� off& =ie =u e= waF -- I-- - w - ==w -Iil w mw N au=m= Y W O z m LL IIIQ-IIm�II�II J S _ III II O=� - _y�Frc i mWIm�3h � o -- a3�� - -- --- o4aawz'= a q q = o Uo iIII W- IIN` J ll II 11 5111,w - __ Imlll3 w J II' N w. o �- LL iu N mu z II�O ITE� Ir_EU c IIN��II IIII IEJ w JIIIIIIIEII=IIEa � III W - s N W � u-TF w - o u1WMAI�IEM ffi qq qq z rnrn �I_„ O�/11MJ IE� h ___ 'III-IIII I�I I IIII-IIII V IL=III�II=III IL=III�II�II=11 - HE 11 Hill O =11)=W1I�I--Ii U 9 LLe�i w- 11-11 Il lI l ll�I J` W-WIIW--IJ w =�3//��N Ir/ WII W111IT I I II II I III MITI Ee WWfflN-II j WI�- WII A u I�IIIIIIIi°u Ii I�L Ee IImIu�ffl WWWWWL wWWj Wl-- I�IIIIIIII_IrI�rI' �WWWW�I W-W=A- -- - 'II'�IIIII�'I'III�IIII'11I' S Iil�ilumilumilil� eu III_I II I a III III III i °i Ell I a. I � a III III III III mmmm-i I�=m-F sooimog 6UllawBu]Jo juawuedap SlIVl3a IIVM o_ 00 JHX31 0 0 S 1 J 3 ltll H]a tl z F 11s1aH�sndao��o u1� 9l elX11131aH S dada a,edd 3 H,,6obFl �¢ o� s = _ zaaiwva aaNani (� w o. 018 3b lllllOH�3013d0 `S�3e s 1NVld AlhiVldi1 J31dM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON Nolsl,l3a h Q C spNo H II W o 71� 11U. WI "�o r .. tt I Q y 3 N - - = k p _ J LU -1 - aLL III III Y IIII I III III III IIII —III= ❑ J a Q III I I I I I I I I II I II I Iz LU 5 W N LL,M x J v LL w J w Q� NN 3� Ln N _ � .�� � I I=III III III=III III=III III III= m o ms e I � III—III III=III III III—III IIIII 19911 III—III- o J sfi os- J — I ': IIII IIII III—III III :1 U. 1 ll 11 11 _ o z x fA ¢ J LL W my M o J p w F m LL ❑ W .:.e IIII III —111-111-111-111-111-111-11 AM II y� II E 12 w 1 1 II —IIII ui I 1=1 1=1 =1 tiHill _ sooimoS 6uiaawBu3 jo juawuedap S3d.l13WHad ,,, 0 «s+ SHX31 /dOOG'a"A313 MOONIM`31n03HOS WOO v S 1 J 3 1•I H]a tl \ z F I 131UHO SndHOO�O uI0 R1KlX111MHOSndKD OAIGddD3 HM6OtFI o �¢ oo s a o_ zaaiwva aaNani 018-3b-ldlI 110Vd 30Idd0 AVId 1N3Wlt/32 i1 J]iVM31SVM dV031IHM a O � NOI1dIt1�530 19 31tl0 'ON Nq SIA3N NOUN-0 AB 31V0 'ON N0151,131 �o rs R rs� „+ rs Y �8 � �8 Z �w a2232e2e U vvvvvv .v. Q a a a a a a _ \\ LU �a Ba � ��a2 p Z LL _ aM0. 774 - y ,al H A9Nn.—0 01 N K I IL - w W K \\\ O ¢V Z \\\\\ o 1-13HIsse EL o m o \\ oaP 111114111131—001 � v — TV a3,a3 ss. — s s -H1,,310 111 ° o m LU W z hN N Q p N - o=Lu rLaL I I 00 saainlag 6uiaaaui6u3 jo juawuedap S]lVi34 MOaNIM'82i000 0 SHX31 0 Z 'fY S1]3ltll H Jtl V \ I z 1 F IiSIUHO SndaoO�o u19 R1KlX111MHOSndKD OAIG dVD]JHM6OtF I ¢ oo s a o_ zaaiwva aaNani _ _ 018-3b-Ail]10Vd 30Idd0 1NVId Alhi ldii i31dM31SVM dV03ilHM a O � S�3tl NOI1dIt1�530 19 31tl0 'ON W77 NOANDSK AB 31V0 'ON N0151,131 �y gg o � 7 c s wJ 2 � N 6 Z 2 2 O O O K IL'LL p LL LL LL LL W W W K j K IY \ _ 70 7a 7q Lu M N 91, w w F — — — Z Z �' w o Z O LL LL N LL \ w w w w m QC N N co I _j - 4 7 X= XW X= w,^N wy w Lo In w H O < Q O F Z 0 w ..; w m A Q in J, Q F a W� saainlag 6uua[auiWW6u3�o�uawuedap SlIVi3a MOONIM'82i000 0_ T� Z 'fY S1]3ltll H Jtl al V \ I I z 1 F � ILSIa HJ Sf1da00 f0 u1./ R1Kl X1 I1SIa HO sndKO OAIG dVD]JHM6OYF I CV ¢ oo s a o_ zaaiwva aaNan-L _ _ 018-3b-Ail]10Vd 30Idd0 1Ndld 1N]hiV]di b31dM31SVM dV03ilHM a O � NOI1dIt1�53O 19 31tlO 'ON W77 NOI1d11D530 AB 31V0 'ON NO151,131 wp .o Z Ze # "� p so W W ,� s h �� m Z W gp W J 2 co Z Z Z iE)F 0 K LL LL LL 3 .I y II y In am .." jXSI i ..:. .. wN wN wN z z F m w w z d a F F W o Q Q Q W J J 2 fA z F Z Z 0 0 O K K w LL LL 0 0 0 w 7? •� 7? �� 7? >'�z I rL � � rL rL a) OD I- 00 ee »� : gI1v2MOQk7%am % agl \ \ 0 / /aw/ate}� lmg9Sn mmOoWO m= �m § zE (118 u$mupao \ § 2 � IA5Agw3&5#V«AY«mgH \ ( � / q D LU - � ` , \ \ � ` : j _ ■ / « ; . . .., ) § ... ) \ LU \ � LU � k\ (n ° k} . . . . . \ \LU LU \ _ > : ! w ? . _ \' ..�� j} � . . \ § \ f - (D LO ( 2 > ! } N 00 saoinaag 6uiaaaui6u3 jo juawuedap NVId JN11130 GH331d3d o SHX31 0 0 S 1 J 3 ltll H]a tl z F 11s1aH�sndao��o u1� a«e xi iisiaH sndaua a,edd 3 H,,6obF �¢ o� s = _ zaaiwva aaNani _ (� w o. 018 3b 11I11OHd 30Idd0 °S�3e s 1NVId AlhiVldi1 J31bM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a z HEIZEJ � a o z J - - LLI U - w W pW o's _wso a w - - -- „-- z LL �rca wwrca .��arc osea J W - W K � U 0 03 03 W'v W° I J� 00 4- 4 w„ Lu�w as w r rw zoi i o e o � u z w fu op ma ti� m w aon x w z �w zs a o rc J o3am U LuHH, Lu z J — — 4 aw LLa L - IL oYz,wip i LLl z W 3 oy ¢w LL m m - �m® 0 Qom �6 - p �a I ® I I a I ws= I I a 00 ee ]jo juawlied@o SINE(]ekg£ % agl \ \ 0 / /aw/ate}� lmg9Sn mmOAII9 m= �m yzE (118 u$mupao \ § 2 � IA5Agw3&5#d«AY«mgH \ ( � / K \( } { \)} ! : ©: )) - \\:;;:e �, LU L> \ \}} }} §j \ }\ o � o , W) LU § _ §} § _ §: \ \ - ; N> )(} \\}}} ( !§ \ \ }} ;§ LU . § C4 Ml- 00 = h IlSIaH�lsndaooulW�hllJ INId 2i001d 311SOdW00 0 s 3� a NVId HS S ,..,.3 1 ,..o,..,..,.. � SVX31 _ 5 1 J 3 ltll H]a tl z F r 0 84b81X1'11SIFIH�SfIdiIOH'OAl9 dVN3ll HM604E1 (p = _ z38HVE a3Nani _ (� w o. p�W - - 018 3b llIllOVd 301dd0 °S�3e s 1NVld 1N3W1Vldi1 J31VM31SVM JV031lHM a NOI1dIaJ530 1a 31tl0 'ONNISIAM NOlI Aa 31V0 'ON N01 IUN IN ao N — eS m = a p¢ N C J — — 9 M z J a x Cl) LU LL 0 1i J +� C) IT 1 1 1 F � I a o a II a oao e e Li � 00 o, 00 sooimoS 6uiaaw6u3 jo juawueda4 3]n(13HOS HSINI3 VgOOd o z m� s T sb+ „................ ...o,..,..,., SVX31 0 w 5 1 O 3 ltll H]a tl \ I = 1 " 2 a _ Z3211Wtl21 213N2Jf11 I1SMHO sn&100 bo AlIO a�neaxi'iisiaHasnaaoa o�ieada3liw���soroa� w U o. == OI8-321 AlIIIOH3 30I330 coa 1NVld 1N3AiV32li d31VM31SVM dV03ilHM �, a NOLLdIaJ530 19 31tla 'ON Ng7 N011dl—]O Aa 31tla ON NMI— ON WnONKOtl AT SZOZ/L[/ZI l Z W cl Q�& Z W � U O �nC_>Ekk __kk E_E____ NK�K�KK6C�,�KK�,�,S6Ka6Ka LL - W J H N - _ = w - U - Z = O `� - rco•�rr�� p5�:C6 Z O LL t7 miAn-AM Y W Aw_ U H pew Z N c LE C74.H 5 m J zLU wou Lu and �S d.H _'M9 oa U fn U 1' j Q Q C o F C-, 35 r N y ¢ a o _ - _ - o _ tgx _ F y. e. =o va Fwa o o OO OO J � Z C7 HE -2 sma�d�yo _m o w ww o sw F z N 0 z p o s O O r N W J H � Q W Uo J w" - �a6i�nmdddo c,_� d'rc,nmdaaU�n_� eymaaaum_ C'�y`,�`do5os Hr,nmddd cTi�m_� �yaaa =��y ,n nLL 00 m ]jo juawlied@a SNO Ayl5a5£k �., S�1 \ \ 0 / — \ ) wa an ) �z � lmg9SamomUo 2 { � ( R ,! \a\-ui6£m\ | % IA5Agw3&5«d«A««mgH \ ( � \ z - q § E § ` � rl /ffi ` 11 , k - ., \ LU �® j : : S K( « _ LU k( : 07LU §\ 22 � __ , § § < \ w - E § _ § Lu 3 ` o. \i ` 1 Lu LU § § ( 6 \ \ \ - - . ` E _\ _ ! } \ , - � § _ . , k �y --- : \p: : 6 6 = 4 �j . §, §> o> o= w( m` ( : 00 :\ LO 00 saainaag 6uiaaaui6u3 jo juawuedap SNOUVA313 2JONHN1 0 SVX31 0 0 RIKIxi,isiaH sndaaa,edd3 H,6obF aiwva Nan o - 6z IlSIUHOSndH00 OAWO s= o m 1NVld AlhiVldi1 J31VM31SVM dV03ilHAA a rvoudiaosaa IN rvpsnaa rvoudiaosaa ea Siva ory rvoisinaa � N It a a Q 5 117 �-II� O w r �w U - m L---IT r___7___ro L w w w J J II II II - J W _ W - -74'i - w HE Wa w.5 3P Z,�, = T ------ w - Y W W W W W s II i W m b vl cll� II W O� - �§ a Ali �§ a � as w W- - w- —m- 1 w 171 z„ m m N w Q 177 L - \ Z \\\\\ O - f wLL - ;Ili`� 0 —go- _- U e Q w w m O I s e � LL illy - j II u� � NIA w J Lu w 5 Z z I C J O,c 4 IF w LU ay o o w w o_ o M p 6 00 Y 3 x I soms 6uiaaw6u o juawueda a SNOlVA313�023NI Z N d SVX31LU S J3 l tl V "' a s _ Z38IV4V21 Muni IlSIb HO SndbO0 bo l llO a nea xi'iisiaHosnaaoo o ie ddo3liwo-Boron v �bm"� 'W == 418-321-AiIIIOVH 301330 m F 1NVId 1N3W1H32li 2J31VM3iSW dV0311HAA NOLLda 19 31tla 'ON Ng7 NOANDSK Aa 31tla 'ONN015I- 1 ON WnONKOtl 1 ON WnONKOtldM' SZOZ/L[/ZI l z Z LU cl ry �cw.r _ o Q LU oia3 W 3 a, @ry LU s Q �w K oaa3 U — — -------III _ — o a @ III w Jw _ w 0! III w o� W� DM III mg Ww @ III Ww Q QI II LO = 0 _ n w yr w N u \ \\ \\\ \ J a w \\\\\ \\\ � W QI w J s6 _ � W _ __ r�4 � III � o✓a \ \\\\\ \ w w @ III > w W w N �9 ww �\ z ❑ se - w LL w J w Of LU LU c w .ma — + Z �V .e e JIt - LU y ¢ m d. nvnn 33aui iwsrvnri,3 a �.� w Q O 9 U w p W I LL LU w I W w — Zy ?� N co 00 m ]jo juawlied@a SNO Ayl5a5£k )r \ a �., S�1 \ \ 0 / - \ ) wa an ) �z � lmg9SamomUo a { � ( R ,! \a\-ui6£m\ | % IA5Agw3&5«d«A««mgH \ ( � \ 6 § LU a. \ j j Z LU , ` ' ~ ; g: 6 LU e ; m: /§ LU b> } a = LU El { a. / [! ] § \ j LU / T LU \ ( §} \ 0 § �> / \ : � !` ? _ N } �11 1 ^ / m \ \ \\\ \ § / _ §\ LU r } _ - - Z . § {}j} \ \ { : . j � > 2 \ \ - g - E E` � , 00 saainlag suuaauisu3 jo luawuedaa NVld 32inihdnd R 1N3WdInO3 HISOdWOO o yo o„ a as,+ .................,-,..o,..,.-.,.. SHX31 0 v S 1 iJ 3 1 z H]a tl I I1SIHHO SndHOO P l� O3awva v o= OI8-3b lll]IOV3 30I33O �W 1NVld 1N3W1V32i12i31VM31SVM dVO311HM a O S'�3tl `' NOUIt10530 AO 31tl0 'ON N17 NOIAWS30 AO 31V0 'ON NOISN31 N Q G�.o 65E658 __ w a rcrcrcrcrcrc p6'o'��'c �ao F c" o0000o c z e� Y 5 z a oMs LU --@,, a LL < w gpx w2 w ap LU 1 0 0 0 W LL @ U 0 b b o � - 1N Qa, o < L 0 oeo3a =o s� o' a x w < 0 00 o, L J .� sooimog 6uuaaui6u3 jo juawuedap 00 Sl1Vl341i2iOMll1W o SHX31 0 S 1 J 3 1 H]a tl z F IlSIUHO SndHOOlOAl1O a«e xi,isiaH sndaoao,edd 3 H,r,6obF M s = _ zaaiwva aaNani (� w 018 3b llll10Hd 30Idd0 °S�3e s 1NVld AlhiVldi 2J]iVM31SVM dV03ilHM a NOI1dIaJs30 Aa 31tl0 'ON Nq Sln3a NOANDS3a Aa —I 'ON N0151,13a LI 0 Qy6 p6JQ ULU Qac —_ W` Y J e,. J WLU H og W I\ snuNnowao�iN.nnsNa�Nsis3a,�mouu� 22 LU --1— ———— — W U K W ffi 'g r U V1 QI II II II Grq 0 3° — — W o J a yo Q'ry �N U R �� aw N >_ _NOLLvn3t3335 SrvOLL.n3t3335 Snplen3�3�s V "' goo Zdo `yam z .i, �G3 Z y y oo y _j �N N O �"�a� 3 � � - _ a= e Z Z 1 W U w I I w LU i I I I ir Ti � z W M swdiv—a aas sNaivnna aas INIIIII313311 .m a sNaian3�aas� LZ r ° 9z aoo a 30 0� Z Z U U y y J w 3`3 J w W �.r Y sooimog 6uiaaaui6u3 jo juawuedap 00 N'dld 39dNJIS o SHX31 0 S 1 J 3 1 H]a tl z F ILSIaH�sndao��o ul� a�KIXI iMHOs�daoa OAIGdVD] HM6OtF[ z38NVE a3Nani o. q�W == 018-3b-AiIIIOVd 30IddO `S�3e s 1Nyld AlhiVldi1 J31bM31SVM dV03ilHM a NOI1dIaJs30 na 31tl0 'ON Nq Sln3a NOANDSK Aa 31V0 'ON N0151,13a co-- mho co - =mom - mti _[ O c=� LU w c� o\\ t N i = p p 2 a Z ul w O� O w ti w �= a B W N Z -,JYW.- -ko - 'gip _ -'p3oww per= o of m � -mow - - N -2!E zZ O _wz X �� - w o ww� o wwwro Z Fes- err: � � Q J a . , . , w t7 Q w� z W cn �m LU N Q� Y 0 (9 g 0 6= O o0 LLI p ow U W W - U BLU 16) p - 0 00 O Q LU LU .z � �oY � (L 3Zo 8 p O O - Li Sow o � uzo „Zo L - U U = b O O u n 0 0 a 0 ° D- ED saowaS buuaeuibu3 to luampeda4 00 aN393l lV3Nt/H33W o SVX31 0 co 11SIaH�Sf1da0�)0 ul� a�na�xi'usiaeasnaaoaanieavoaliennsosc� n �� oo zaaiwva I aaNani� alb-321-1�llll�b'd 3�Idd0 � � cg U 1Ndld 1N3W1H32i12J31M31SHM dV03ilHM N � co NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 31tl4 'ONNO131— wy _ > _ - � Ill __ - - - � 5 - � 6�'p- ^gyp _ o m_o ill N - - - _ _ 3 11�__ _- runs Z _ _ =��oo= - J a tIM MUM, vo n W _;Mg mg _ - _ _ - k gyp_ yin 1 to go is ,W _ - - - - - - JI _ list HER U go Ps Vno 1 1 to is Qz - Jc - - Z -- - - - u -__ �' - - MR Q - Jz wk - 2 - -moo _ _ ' cW -2LLF - - - � -- Un a4 0 .:.., d LLy 1N 1 9; c UH! W Z a a a Q w z J _ _ ! go May U n- -LU V Y L) �z c ca � o � 11 a saoil buuaaui6u3 jo juawpeda0 00 NVId 2i001d lb'01Nb'H03W o co oN SvX31 0 1 oo I1SIHHO snda0010 uI0 a�na�xi'lislaea snaaoa ante avoalienn sosc�zaaiwva Muni _ _ LL 018 321 unl0b3 301330 m 1Ndld 1N3W1H32li 2J31MliSHM dV031IHM N � D- NOI1dIaOs30 AB 31tl0 'ON NOSI/da N011lIa�s30 A9 31tlO 'ONNO131— s II■W o a rc -_ a - ED vo aim 8 per" 0 OR IN LLoa � p p �dF �m psi 1 Ewa- o Qo e4 n - Qm_ x rc 0 V r� Qm Q ;Ogg wj uLJ Ill 2 oQa zZug ❑ O �QLL U rc p�r rc ®At IJ Aft nn`ood�I Q zLl O ®� its J °r O A — w SYR dam 81 in ass a ❑m — ���DjJDN ❑_ V� hill oil NO IjN I�I� ij Ij�Ipla ij ij i�l[�7 ill INI iJ � y. - - $ - L rc h o° J 0 p� Qm LL �wp a n - C7 8- ❑ r. 7��= iJ a w 0 JWW p u _ 00 saainaag suuaauisu3 jo juawpeda4 NVId 3NOZ 32mS3bd IVOINVH03W o mo SVXII 0 d� 1 I1SIHHO SndHOO 10 h1IO \ a na xi'usiaea sndaoa ante dvoalienn sosrf r oo Z38INVU Mum LL 3I9-3a-h1IlIOV3 3OI330 m 1NVld 1N3W1V32i12i31VM31SVM dV0311HM N NOI1dIaOs30 AB 31tl0 'ON N.7 3 0 ON NOI51,13a ___ "_ _V••W��U3ay�Io New __ rcarc 'u�aircarc nworc Iwo n }zWp i LF _ _ JIB 17 u 5 om = OwHE - _ o II l op -LL m" a� �I ❑m j�_ a E, ® ® wJ o ❑o- - m== p El r ❑ _ ❑oL ❑ z❑`ALL p 00 I g pop 90 ti wow w CS O ,R-T 0 6 U4 O saoil buuaaui6u3 jo jualupeda4 00 NVId JNldld lt/OINt/H03W o SVX31 0 \ 1 I1SIHH9 sndHOO)0 uI9 a�na�xi'uslaeasnaaoa anieavoaliennsosc,� oo z38iwva Muni _ _ � o (� o LL QI9-3a-AilllOV' 3OI330 m 1Ndld 1N3W1H32i12i31bM31SHM dt10311HM N NOI1dIa0s30 AB 31tl0 'ON N.7 ON N0151,13a aw ;w"wnrc Z Ig w -e N ws 4 n �z ED LL va a w -. L o p l FTT p pp L__ _J -- ---�n� -- ----- - w w — a I �"s i ps o I I �o� �G;o p w�wp O V oG V4 pR pew. 26 o I`I =1 z z I-'1 f lu a Ipl3 01 - I I N I x x x x o� z A p9 °3 A So /I 3 A. -27 � �vsa __ � Oowo O�sm O�w O�w Jew °emu Q -n nitw4 00 saowaS ». , ASao 5#a»quw % ag! \ \ 7 £ \\ / z wa}ate& IUgosamgm Uo G?3yailmmupao § : c § \ \ Ig5Ag7g&@#d«a««mg� = ) � E (we_- z @\£` �J ED!( } \} ( § } { }}} } , \ O § \ 00 saainaag suuaauisu3 lo juawpedaa NVId KOIJ(13E)dVIN3 IVOINVH031N o mo SVX31 0 d� _ S1J3ltll H]atl I1SIHHO s \ I ndHOO 10 h110 ana�xi'uslaeasnaaoa anieavoaliennsoscf o oo z38iwva Muni _ _ � o (� o LL 019-3a-AilllOV' 301dd0 m 1Ndld 1N3W1H32i12i31bM31SHM dt10311HM N NOI1dIaOs30 AB 31tl0 IN NasVaa NOI1dI l— A9 31tlO 'ON NOI51,13a ED I ■.I 2" �o N vo a I huF S:.- ——— 15 N 5 N 4 y "A 1 fm J n + r II 3 3 hV N o 0 0 0 O �' vIJ Q pz o. Z _ o N a ° saainaag 6uuaaui6u3 lo juawpeda0 S3in(13HOS IVOINVH031N o � SVX31 0 � _ 1 I1SIHHO sndHOO 10 uI� a�na�xi'usiaea snaaoa ante avoalienn sosc� oo zaaiwva Muni alb 321 IllllObd 3OIdd0 U U 1Ndld 1N3AiVRl12J31�M31SHM dV031IHM N � co NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 31tl4 'ONN0131— LL = = a Ig LU ED vo = a wop.wFoj � LL c o 2 n - - F�o J Qw^gz -- IL w J n F LU LU LU Q - _ Up¢ 2 - oo t r£3£v w �tt- 3 y a saainaag 6uuaaui6u3 Lo juawpeda0 S3in(13HOS IVOINVH031N o � o -o SVX31 0 — 1 I1SIHHO sndHOO 10 uI9 a�na�xi'usiaea snaaoa ante avoalienn sosc� N oo z38iwva Muni� alb 321 IllllObd 3OIdd0 � � � U 1Ndld 1N3AiVRl12J31�M31SHM dV031IHM N � CO rvoudiaosaa ne 3iva ory nasvaa rvoiuiaosaa na 3iva 'on rvoisinaa oV..W.aTv, o �z Ig va LLJ LLJ - ds U OLLJ LLJ 'WO ui -z'�o rc po w �mp�zah-- U o Q z Wougw -- x U U) o4i \U LL rc LL n LL oho amLL�w v =s LL LL w�iW�o - vw, °z >�° N a.3 CO ' C zs wow-- 00 saainaag 6uuaaui6u3 lo juawpeda0 SlIV13a IVOINVH03VI o SVX31 0 I1SIHHO sndHOO 10 uI9 a�na�xi'usiaea snaaoa ante avoalienn sosc� M oo Z38INVa Muni� alb 321 I11lIOVd 3OIddO � � � U 1NVld 1N3W1VRli1 J31VM31SVM dV031IHM N rvoudiaosaa ne 3iva ory nasvaa rvoiuiaosaa na 3iva 'on rvoisinaa oV.R TV o MIW Q k�Ia � r w= DZ 7s yha ao _ 56 w �: a a = z M M LU of 4 F \ _ Z �< Z > W Wm [If f ; �UgomGr. , g� Ivgag«Hm\ @ . 95 < _. ag! 7 \ � t \\ zwa}ate}� AmmUo :a= = m:r a ) � [ 019-3yaImmupao § : CO § \ \ Ig5Ag7g&@#M«a««mgH = ) � E v, ) �@\£` ) �k ( \ EJ \ \ \) / LU : ; _\ ) \ ) ( / - ? . 0 /( ) O © © - z _ \ ° - ` \ / LU \ \\_ - LU ) : --\- ` / -: :-- LU ,� / ) of \ / 00 saainaaS 6uuaaui6u3 lo juawpeda0 SlIV13a IVOINVH03VI o SVX31 0 I1SIHHO sndHOO 10 uI9 a�na�xi'usiaea sndaoa an,e dvoalienn sosc� n oo z38INVU Muni� alb 321 I11lIOVd 3OIdd0 � � � U 1NVld 1N3W1VRli1 J31VM31SVM dV031IHM N rvoudiaosaa ne 3iva ory nasvaa rvoiuiaosaa na 3iva 'on rvoisinaa oV..W.aTv, o Ig aoory day°3 ..e„dary a MOHNEIRWO ■r 2 pm s��aua°,a„darvdas o �I■W�B�w ALII�Hd 3 sso aw sa3a,varvvxa3uv 1NVld?J31VM31SVAASVM 0000 XO k T - 1 ®I W g a ° o= ° = 8 =r _ °G - g - _ _ p r"7 rc9a r- � N p°s 9 M < »_ : mau1S#>+ms \ : r G � r ,_ % | agl 7 z wU u }� lmgosamgm Uo �:a=m= A O m,r p \ � 5 co ( Ely u$mupao § : § ) \ IA5Agw3&5#d«Af«mgH _ ) � [ �a5 �/§i§r},_ ■■ 5 � . §J\�\/��■� » >>z z � - d � § < < & /) � O - \ , : - � - , \ ( \ ) ( } co saainaag 6uuaaui6u3 jo juawpedap NVId JNI1HJIl 1VOI2i10313 0 SVX31 0 0 �w o? z38INVU Muni I1SIUHOsndHOOlOA110 RLb X1liMHO3ndKOOA19dVO]JHM606E1 r- w LL 018 3b Ail]10V3 30I330 m 1NVld 1N3W1V32i12i31VM31SVM dV0311HIM a rvo¢diaosaa ne aiva IN rvasnaa rvoudiaosaa ea Sivaory rvoisinaa rOYr E b II I I `�o I � 4 co saainaag 6uuaaui6u3 jo juawpedap NVId 13MOd 1V012i10313 0 SVX31 0 0 I1SlUH9sndHOO1OA110 a�� X1liMHaao sndaaniadV0]JHnn606FI co - �w oo Z38INV 1 213 uni� _= 018 3b Ail]10V3 301330 1NVld AlhiVldi1 J31VM31SVM JV031lHM a rvoudiaosaa � ne aiva ory rvpsnaa NOIAU— es Siva ON rvoisinea ) iJ�------a—d—————————————————————————— U�z w II � II° (�'E'�': JE:l °u o�m� 1I - ` Z I m � I ❑L I � I O n o p o w o w m a �3 la � I m m J I�I � i U wxo R'o 1 I �j LJI I << I =aap a� a w am z � I � }� v` ❑lp w� o w m a .w mr Fwp°o o I paa — -- - - - - - - - - - - - - - - - - - -------------------------------- A _-° JL z inrc ° �> WAN ' VwmG°zaw3izr ♦w�m.� - 3Q3�.wa _ Mo _ wo¢¢rc�o°x �Y�¢Hgza o Qz 4w 4� -Fo LL�o°��rcaxrc a z4i rc��3 _ w� m3zz x3 `wgaaxo z� _ xzzZwz o. �LLrc - 3w p o 3p - °3a a Uo - - -- - -- - - - _ - U _ _ oox°»xrcw _raa „�W Oy° O LL 8 a S O o o(f) O w °Orco O rc r a owo °LL° U x O o o �°earc a ;J N �� co saainaag suuaauisu3jojuawpedaa NVId SIN3ISAS 1V103dS 1VONiO313 0 SVXII 0 o d� " w„ 11SIUH9 SI1dH003 O1WO s�� xi iiMHa sndaou 0nl9 dV0]JHnn606F I rn �w oo z38INVU Muni� _= alb 3b AiI11OV3 3013d0 1NVId AlhiVldi1 J31VM31SVM dV03ilHM a NQIA osaa ne aiva ory rvpsnaa rvo¢dia— es Siva ON NOISI ea s g Q LL LW wp ow � p o �� ■W ilk w` w �a 0 oN Ns N 0 00 0 0 v= 0 wt I J — o 5 p U uy r � w of w u p� O O� sJ O O - 3 O F-- O O O O O ET -y o == G•� zc o - o D o N LL O 3 U 'b' �l 4 OI'O O O O O O K w` saainaag 6uuaaui6u3 jo juawpedap S31n(13HOS IVOI'd1O313 0 co SHX31 0 11SIUHOSfldHOOlOA110 a�� X1liMHa sndaoaaniadV0]JHnn606FI CD �w oo Z38INV 1 213 uni� _= alb 3b A1111OHd 30IddO CO 1Ndld 1N3W1dldi1 J31bM31SVM dV0311HM a NQIA osaa ne aiva ory rvpsnaa NOIAU— es Siva ON rvoisinea Lw - ` �mi 2 a rye ~�w 8gvgo a _ V m Ja k v a k 1 SEEGa - y F 3 a�F. M _ 8 V 4 4 ti 4 ry ry ry O N ry 8 o i � � W N 4 4 4 4 o o - o W --c c c - c c- - < < < < \ co < »_ : AAevo+I+g�w>gms \ : r G � r agl J \ � ; LU z w a}a }� lmgosamgm Uo :a=m= m,r OEly u$mupao § : § ) \ IA5Agw3&5#d«Af«mgH _ ) � [ * ■■�5; G \\RNi■m » >\, �� 9 - - \\ �\ \ � §`( saainaaS buuaeuibu3 jo juawpedap CC) SHX31 0 CD `r' 11S1UHO sndHOO to A110 a�e�xi'iisiaea snaaoa ante avoaliennsose� c �w oo Z3211WV21 213N21f11 018-3b AiIIIDHd 30IddO CO AVId 1N3W1dIdi1 J31bM31SVM dV0311HAA a rvoudiaosaa ne aiva ory rvpsnaa rvoudiaosaa ea Siva ory rvoisinaa ag ��o o J J/ / um wW 0 3 3 _ ❑ ` Z S e V w _ - ° ��2 a W o oDo m 3, iM HIM g o° _° p WV - p o= �n m no�u rcu>�. -i'a�owwmm m� F zaaw� N m'ulmLL ua.f� w pu � -----J x m _ _ w _x ❑Z w x oil nut Lj w tea= IFIlux 1 1 out J Z o w Qa o � z ."I o a 6 or�ao i ry N _K 1= s -o x w a Hsi o w - � w � to w a z a - w °�w pew 11 J I I a - UR ts 0 5°=mr p °3 z JI z joe a - _ _ HAD11 0 CJ N I gap - - - _ _ _ _ __ ____ __ k - s _ 61 - Z MIN, 5 5 3 _ - 3 -_ -- Z 1 Q _ - Z - _ - w � c a c _c a x o oar 1 c ,. as �m m a - p U ago", w3e" Q - 10 maiJVq a4a U .G' � s3 x m KIP" Z 5 � 2a zu rp 4 -4 mp�rc ~ dgo� _ �z _ ' u MMM =k &� _ woo pR - Ems _ pi - v3,3. Uw 3y y3y�y3 33y3yy 3?3 z?y o - rc�o w - aVa � 9p vmmi tcmwio - _ 111 �6� zxp >'nrruous o [�rc mrc muo ino -.�[� ra ar 100 ra U w hu,HIM 11mm Hsu LL rc p`ga' - e- cuiFain � pw uw Zw � Z �LL �-o wtmi as a�w[mi�Q•O "" w y w w w w w w�o �� � Iv «aga mnƒ @ . 9 r < _�mz_a e g agl J \ LU z w ala I� lmgosamgm Uo :a=m= m,r g \ � 5 OEly u$mupao § : § ) \ IA5Agw3&5#d«Af«mgH _ ) � [ --- ——————§--- wt2- \ ■■ 5; Nism » � : ) ED _\ z \ \ CD CD, \ . :\ \ ; ) E � [ z cl fif # ) \ r cl )) \ ` j\ 7 \ saainaaS buuaeuibu3 jo juampeda4 00 SaN3031 JNIBWfIId o SVX31 0 co Fo w„ S 1 0 3 1 1 H 3 11 VI1SIHHO SfldHOO 10 hdlO a�na�xi'usiaea snaaoa ante avoalienn sosc� �a oo Z38INVa Muni� alb 321 lllll�b3 3�1330 `� � U U 1Ndld 1N3W1H32i12J31VMliSft dV031IHM N � � NOI1dIa0s30 AB 31tl0 'ON Na SI/da N011l1a�s30 A9 3 0 1 ONNO131— = V..W.U3a4 o :� q ' Van 4;Y;s.., Z w oow o Nis sw it sh RUM. ;gip- 1_� ill= in 1 w - ��Z e q _� Fee C9 �� a== p- w Z SeI jaw= - p poiwo:°w Z 1 aW w_� W °ow= 111 w: 4 g po °Apo€�pQ (7 � s - sssa Z �o»c Um 1 p £�boo;=mow Z y��' W gs�_ w€€ »� o a an! no. SIa�°oo m � Gaya �^_ QJQ p�; o%o g � O -w o"�a ohm ows �s m oaW W oo� 3m _ m ED vo J " ° PH IN=I 3r6o eo � ��� � =3oy =_a aA PH °8'a �w�6 �so5 � -o� ��� z s y LU of H UI W B¢�',`d sw an InHo" _ < a ! ° o 6w� �;3 '2F sp C o � 9 �km H. - 6° �.E �E'c'< Fs -aEj�F '09 $ __ o_g A N - H _ g �9 �gwa fop 3a agw'2„ <a3M INS MO._ _ <G 8P9pW. _ ug - _ a^ a� - :Y oil �w os '�' bs° Ex3 �'mg° oho_ h sw - - 4S lot - !Ulu maw nli WSa 1- :5 z3 _ p3 Sss H, H 2: 4�$o m� HI S mao j °Io M w§° HIS 11 it too esa§ .52 004 p° ap ' w;°� "d ps&z �_ ;ao °3°$` fix pew - ;"s g; a„�� IN _ - 05 Gw p � 34�e a'e mu5 $O,e°rc 3w m�a ffi� � aW <; �$� 4p m °9 8$ y 1"Ja §a wee' »3�e- aowe w �a a3 sw sa.=�o °` p oaw 49 9p = s §w o? e�=e`'s €2 .sod%,< olo. I II ;„ a°w„ SH H! 1 o =sI .n „s�€ 7 al re 0 0 0 00 O OO 07 - d 9 1_ _ °"IMONSAM* #� 1 ��TII �mmmm saainaaS buuaeuibu3 jo juampeda4 00 NV1d 311S 9NI8Wflld o SvX31 0 co a zaaiwva Muni 11S1aH�Sfldao�)0 u1� ana�xi'usiaeasnaaoaanieavoaliennsosc� _ LL --�- a1s-3a-unlov�301JJ0 co� m 1Ndld 1N3AiVR112J31MliSHM dV0311HM NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 31tl4 'ONNO131— zHI of 3 3;a lei sun a ®z Un � r�op uhrc � hh a�w nw IV gy oil; psi W, ---------------------------- e R � � A a �a �o 00 saainaag 6uuaaui6u3 lo juawpeda4 NVId JOOId AMO JNI9Wnld o mo SVX31 1 �a ooZ38INV1 Muni I1SIHHOsndHOO1ouI0 anaxi'usiaeasnaaoaan,eavoaliennsosc � o LL OI9-3a-AilllOVd 30I330 7 m 1NVld 1N3W1V32i12i31VM31SVM dV0311HM N NOI1dIa0s30 AB 31tl0 IN N.7 l."Al— A9 31tl4 'ON N0151,13a MIW Wm W a �03 U o 3i _ yp ED � r.od uvrc � a� uaw w� �� --- --- J _ _ _ _ D 'X w -— ss. � �I Il 00 " ;ps Ni A r ao 0 ���wl 00 m saainaag6uuaaui6u3lojuawpeda4 NVId KOId 2JRVM 9N19Wnld o o o SVX31 0 a ooZ38INV 1 Muni� I1SIHHn SndHOO 10 h119 a na xi'usiaeasnaaoa an,eavoaliennsosc m o LL 019-3a-AillIOVd 3OI330 7 m 1NVld 1N3W1V32i12i31VM31SVM dV0311HM N NOI1dIa0s30 AB 31tl0 'ON N.7 NOI1dI l— A9 31tl4 'ON N0151,13a uma 3 _ o ED n I n n n III a III � L� ' 4.3�aid 1 i o� 1 — I3i _3 5 1 q 1 LA as a �I 1 LLLJJJJJJ 1 ? 1 _Ma.7 _ o0o I o a 3 I � saowaS buuaouibu3 to luampeda4 00 S31f143HOS JNIBWfIId o SVX31 0 CD FNS 1 0 3 1 1 H 3 11 VI1SIHHO SfldHOO 10 hdlO a�na�xi'usiaeasnaaoa ante avoalienn sosc� �a oo z381YWH I HNani alb 321 lllll�bd 3�Idd0 `� U U 1Ndld 1N3W1H32li 2J31VMliSft dV031IHM N I � W NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 3 0 1 ONNO131— __r..w:U3ay�o � a - i� :�: A .� . - �3a° a Fo£O� w»` I. 1 tons np: w= t°=� ��gow w 38'�a� 38�6d � �wmo§<LL H 4�Y. � t m WHO! 4omt°'- . ��` � .� �w�i& wop w o �3,ma sp. "'• " m�:s �� wrc—' a `d3$t° ia"::i�-e,F_ w�p ��NOFz 3 .J $'<� �o� Gx��$wz:s p= ....��� os ° - e$ wee °spa mines; g,Q Uaa' $a��� $a��� 3;ws�ry m3-a=""w° Ww H�p =§Wa s° �a 'so c - p, LLv w�zc�yw �ka�w �2 N w' �n z n o p=•w >m � so U NI .=a ._ ' m V3o° d= _ °aw mimeo yin°mu ° = 3fu°was°mz"rc Vh w aC�1$o! . ws °°fw = �w h=a R—5 R—5 H' w oa I°° ■ Ze M! � 'aE H wp m'�= s'"a�.w $„ �" �" o5m=pa"° _ -.�� t_ �oNw"F =wo=� o $�p�°ao ° o °o w"e 3-w o °p� �I■W wHormJ=We ' e Ww w k'�uor»ru'o5£ W �$ k`wm. 04.�$-`�'.p J �w� $ 8'0= .4u'o� w=;`� wwpa "°�= yw $dww x'� wpow.�'g a agw $ `oa�a= o p�d3 mww.. �yf ' yf ' Qo .m ":PLLy=wo„ _ wz oCaon 1� w F x�p-^o°p aom=��� w "w " w - w '" 2'o w vo w 80 °f w u �. y.=mim= aFa eam�.w�, c> - °�w � _ �op�oaw Fa�psp; Y w �wwpwwg �� m s�wwa3�p= �6"ww°��wwa� �"ww�q M w J$ fig° a"'w I6_ 8 ;s$I'," RI $ �ww n" 10o=wki�w a s s oaw "�� sF ��_� "w��° Cw o�=mLL �3°kdS' �33��� 'a� �o � -LL�33 - eau w�u -C� � 33mF gm33u� �nu�°wm;�z m�¢ua W s 3N k -®3 ® 0 g - o ew = �'��°$ ao ��� _ =f"�" �o�: �W ,s .a psiw ygy; o= o :°me MH - " " � as oa £�apw w °° p m _ Ha ag ;;ion a; �' s° M .$w =��a .ail $maws nit low r�o�b HN! _ p, - a!, � s��� Ff� $£s� � ���� °wog _. ma _� s=w� _ s000 AE 01 W �� H l o w� ;y s w ogl» � Hg e""= HQ w= "�_�� �oa �€w�� 330 gip= �3 w_ a3il 10 LL=�°o. _ � �s =�w"�$�;w F�£ w8p _ x - - 'a.-H JHH is h Ill - °anw pw �`'im nun ao wa $k =�� _° a Wo; s m ed�n� � p_ w6wmo s�� � �" w3'sjai�'° _ In RUGA oar ' <�s3= xaoaw gN_°o HN a oa `�w=w v p H° Him!On "awn -xo sx '"aaa8� nJ=°�w 10H v°o a15�w �o'o�ow w 51w J�nwo N-o. Q w pogo � ° f�y'oo $°E_�ad w w iw " € w s1 =w 1CM U H t o"' EH191 Noea 101��°w£�� m�1 I gip° Wpz 3 _ to£� a� � �1.- pw za LLkwe 3a, w J € wow age$ a ww�= wmY� ��o�p m�J<VUS e�'w_ - � w°p ..s"�� " _ o°� _ �m a�f a - °� _ - =s a s€HI sa w— s�$°$ -<sz�� - �- lot! p�wewq�fw�w�` �o ss= $_'%1 w€= w ° o 'sg $ 'RH � °_$� - s aw LL o�LL %spaa� w� -m�§-r-�w� :o,h �° son a f m s _ m d w 3° „ H a ss°=a�;y = '° - sew,p a p F U - =sw� hQ:o° � ,°",.50 ��-$gm $°$:=J m gfl °K'�'a po w_ e r goa xaoN f pa H d $> 0 3 3 w oG y � � ��. oyNgn w�p� Fe= a $pa= _ =;„ wF �mw p@�m� o as= �� -a$w �a "� `$ 99 a'd aw °a wrc °9° _m�: w4r$�55 $ �w .�" x - pg ow - Z d �& 3G1 LL a3°"n 3 3� 3z°D- 3$H HOR 1HI RCOm� 'am'a°°i=mwika =w 1h H H! W " " x a ° o -a,wd`3crc rv3f" 3'd Q nw 030p " I I I I I I° I Im I I 166 w 10 - - - C9 m & �i i i i i i i qg i i i yg wa i zd 3 - a 31 " 3 I 81 ua ° Y _ L - ow Boa gn ga Sn __ w ° a$ a$a °pa a ww ' ww u° a M °=z �_ 3m3 i°d=3 3 3�3 p saainaaS buuaouibu3 jo juampeda4 00 SlIV130 JNIBWfIId o SVX31 0 co �C I1SIHHOSfldHOO10hll� a�na�xi'usiaeasnaaoaanieavoaliennsosc� rn �a oo Z38INVa Muni� 418 321 hllllDbd 30Idd0 `� � c U 1Ndld 1N3W1H32li 2J31MliSHM dV331lHM N � o NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 31tl4 'ONNO131— w o0 {£{£ 4 A �o owz�3a x� s 'LLB to IBM, all 2W" low 111 Z o 0 to " o�= ON, a LL z ----- ❑ BOO �w " a¢o=� ri p" z w a <� ----------------------�-------- m w z. °=a w° c`°_ - � l Q i ��pw �o°��=m33 a� 8� ¢:. °9 "�tiLL �"y g_ °ao w.t 3 . dw�gi°�W xxf 3 JE EDa - pa3 - p'aps Ws Na " o aLLn a:'nc�� - _ J� oo NNIga�LL" -g�My�i 11HI ❑ a LL=Yoe - x,w< xm� ,�s Wof o swap " W Z= wow a " p z Q � W 3 > zM � � ?� 3� f'ai °egoEll n z rc �2 r N Hm 2z zo a HER a ?Six ❑ _m3 a _ww � asp. ai•�° � = (7 -~m g a p wso =gN=qao =fLLH=w W o up za g�w a3�p H -6- a, � a�<� 'o;�;d LFgo�� z oil° �,. a° 1 Muni .w""ate all a oil O ow m �mxa� o$m�: �"� �p JAY � 3po a 1MIM Hill wpm r11, "<p - ull Wo Rig to HUM fL-� � ._ ❑ N E.M. foul �x m3 6 � m Ngz rcz ` 3 W 3w na� s x a �Po W F-n1 - Z O o m° Q � s �� z g F° w 5IMI w � Apo �o "� e � polio wpw � °rwz rao.e LL° andeses 2 6orG �� _ � � rcz'aF zaz W y i�pw f��z xini� U � ���:C.�:�.�:C.�:C.�:C,.��>n� si ❑� GAG `sue.==`k Fs aim i'�$J =jig 31 xg&� 3s rn 38 Ki All f ; �UgomGr. , g� 1v 6 egewma , @ . 9 5 < _. ag! 7 \ � t z wUIMuni AmmUo 019-3yaImmupao § : CO § ) \ Ig5Ag7g&@#M«a««mgH = ) � E v, ) /§� �@\£` M i �J ED!( \ : __1. § § LU TT G ° /\ w I � )#Qlr2 ) d{ § § ?? ??? ??? ? § } � ^ § } $ ° \\) �� \ � § �\ 8:NO !` gg, fl !t »\ &a§ \)/ «< ON /2� |! ! r =# . ©G) "/ \ » 00 saainaag suuaauisu3 lo juawpedaa WV2ISV10 213SN AMa JNlowd o SVX31 0 d�1 F� I1SIHHOSfldHOO10A11� a�na�xi'usiaeasnaaoaanieavoaliennsosc� �a oo zaaiwva Muni 418 321 IllllOb3 3O1330 �' U U 1Ndld 1N3A1H32i12J31VM31Sft dV0311HM N � co NOI1dIa0s30 AB 31tl0 'ON Ng51/da N011lIa�s30 A9 31tl4 'ONN0131— oV..W.aTv, o (we 4� 1 F- =o N sI C �■CC� C�- ri N = /r = ria 2 � .pyh ri /i —�Z4 Al 7/7 ��Md. 00 h saainaagsuuaauisu3 lo juampedaa AV/JSVIG?13SN 13iVM`JNIsAnld o oo SVX31 0 =v I1SIHH`O SfldHOO 10 v119 ana�xi'usiaea snaaoa ante avoalienn sosc N �a oo z3aiwva Muni� alb 321 JllllOb3 3O1330 � � U 1Ndld 1N3AiVRl12J31�M31SHM dV0311HM N � CO rvoudiaosaa ne 3iva ory nasvaa rvoiuiaosaa na 3iva 'on rvoisinaa oV..W.aTv, o (we 2ww�rc �,,,...,him zIg �z EDv a r su r ry // �I % � r Sr S 00 saoi aS suuaauisu3�o uawueaaa SNOUVOINfMW00-S310N 0Nd aN3oJ3l U (SVX31 I 1 I 2 F� � „� \•\''s S 1�tl3 1 ILJ'IOHO S Id U00 Y0 AiIJ 91h82 x19151a HO sndHoD'an0e&D3llHM 5Mro oo y M z3aiwva Muni r`• QI8-3d-Aillio 'i 3OI3d0 o Nb._,.l 1NVld 1N]AiVIK HIIVM31SVM dVO311HM a NOUNDSM ee 3i NNJ77 NdidlH,— ne 1 3— 1 ONNasN3H 0 o m m z o 0 _ o wo Z. 2� �� zza - o o -F m w ¢z0 oD. wm KZ, O < F 7 z 0 E po m ri oQ �2~E mmo mo 0 0 o U_ E i ua z o �o w owo w mzw ¢ �c� o ¢ o z z m o oo owzp wZp u7 E om w w w o o 00 p 5 5 arz a� - o o s m o o s v� .� oP oWoa � oa So pd ma a 8 m p m o Qo of � m gbg ow. igg> �05 am oo p z w ¢ o m p S m z m a a m a Q o 0 o a o m.ZO m.ZO m¢o o a a o z ¢ w w a o 0o zw zw¢ ow¢ 3 o o g o z z o m z mn z o s m ¢ ¢o ¢moo oo mZs r"z_z z_z o f Z a z z m z o �F (i�> o a 3m �z o0 ozWm oW� �' wUx �3� p3¢ uj w ¢ w d3 j 0 m m m o ¢p m r-n z o Z Q Z Z Z W 2 3 O W 6 K w 6 3 Q = S z o� o mW mzma QWma 'aoa ova ��a o u o o a - z a w z w m awv_ a Jv_ o z rc� z�� z i W W W W W a z m J w 'o o. W m m1m Jz QLL of o�ma J w Qaam Jo �W ¢ m m m z W m a 3 z z ooQ aw aw p<< asQQ ¢31IJJ awl w ro a UOU 30 OQ Z Um 3 UN OvFS 3mW UmW m m O O N N N m m m p a a w>oD oD > > > > > o r N ¢ a� z oo ¢ m z J m m e o0 3 ua ozF z ma 518 z - Uz �� K� ¢ im o o �� z 3a �m z5 o w o lwm mo o,- Y �- ia mo W z m - z mo c¢i - o mp � o oa o� 0o OQ z U IO 3 rii w�� �w O m 0 S ¢ m o o ~O w wc� c�a ri i U om o om a �z ma ow m? z� x �o s m zy� o po wm �o J o o za s pa wN Fa za c'.i m o go o N zc: ¢O mQa uN Q w Z 0 3 a wz o oN _ ¢m =ee//�� w N W m O m Ow FO J=m U O O� rc U om� a Q p i mz p >o U Q mz¢ u1�1n1 O O O Q Y �' w Om Z m w O Om wdo N¢ m Y j¢ czo> p Fp U o F9 3 m ¢LL w Nu pF oa z s3 NF z o rc i o swm oy Fig ow m o mo O m m o + N¢ o m z . ow nz moz ui� m oz Nm a g p �m n ¢ S a z rcmp Zo mo Qa_ �z o a oao m� i o m J y ~m w Wp o oz ¢w Wo NZi 3 j zcc: =r i zo 0 0 o moN wo ow i = ¢� mz Na azw �W o <o coi 0 3w z� <¢Q� GG oFpF mo ¢ z o o Ulmn QrZ o j KK ? m mm UOO m N OW Ww EEO oo Z UW o s z w ~ mz m N Ti r Ngw Up a�Wa w w oo w o mo 6 m o0 oLL aS W o o� �a oz mm A - a 3 G �� a Lizz p00 K? o o W3 d o - mQ Q Ym Z U. �� O Vw i o SS 3a wow. Z. o �w ¢ < F m zI min lw o Fcwm d �¢" F u� o,- mm m o ) JOQ rOuz OU r xz z p mW m S z xm 41m Ow �o U N �w m0 '- OI o OK 3 w - �' Vl y�j0 U aO 3 OQ 3 S� 6p� aZ �¢ U p ¢ o m zW �� ¢ 3 0oo m a m mz Z. da J o� o ¢ a ~off sao w� 0 0� c°�wi o u- w 'W zi i � z cxii a x� a o o �a ap i� zJ Iao � o� a _ m m m '^ m ow am 4w� <Z mU rn o �km �' �w w o 0 oZp d20 �� ¢ ? Z, W 80 20 mp O Q m Iz -mw Op Z3i pWzo a K pW- m0¢ N Do Do j SO Cma) O oG Q o� z mZw w uo 3 WO w m B-w pmno 0 os o� cFi �z WQ o 30 ow �m o.No �� oG, oQN J� No az m az c� Rio umWi i� �z <o m Wo m vJ o� o i� i� ooz a� F o c��w oton 4�4_ o 4�0 Iz wz w io 'aw wzp-Z Z. ao 4�4 ari¢o a �o oo�o yam E � z zUa WmpN a N� q o wz pg �WW'FO Z.N o N m r zz o¢ o Cixx ytt m E o w� qa - o Ww m_ m Sao as mo o o Jz m m a�� rn c> zWz wz_ oa No¢a awm 0 op uF¢ so �� Z. o i Wg a� z oo rcov_ o of o0 0 Mi my o� ao o d3 ¢Wwo aa o o� o� o r>wti mo _ yyz oon <z owa ¢pmp mW o ao �z� i�o W m �xU Gmm p �c�� >� oI a3� xrim m mm m -mo mrn - �WWW gw om �z I z a i~z oz W oma J ao oz z of rco 0 0 orc �m uJo,waW �ma ocm¢� so ^ Z. d ,m _ a oo ¢ Z. m p [� d m o w ao mml 03 5z d m O m s u a a o a F Iwo m zm o w o o mow o a o S �nm G o-W ZD� m W Qo y�m r v_ z KS FSx F w O W _ow o m w vp o y Q c� mwwFWF z s sam p y F O O m W ¢ O m y� m 4a1 J W OF p J o Z w U z Q U w °mzi�w oc�m a zo J m� _ a� ago — �zms o �rc i3 wm z m Nm oaa J� sm 3 xa 'o op i aix aw 322 o�=mz o zox of oo _ i wm of om mx E3 0o m wm c^,im �_ `^ mop¢ ioW z°W� J Fwmm �z o wo>o it w J z Qzz OQ ��cm° oo Nm¢m oQ az p i�w m¢a aaJoo a aFa p m ow¢ ��o o io z i �_o oQ z_ ax Wa m o mrrc� iza ow¢rJ Z 4-Z 8go my E hoz� waw 3� rg3G zw affirm j¢ wu p c�ori QrQ ¢-� UUUUUQ o¢m �tio m oz opo ¢0 3w w Wpm =¢ w -p m Sw m@ Z I¢im �41m Um�2 z 4�X w <o ¢- WF mZ. mm ¢ 02 >mo o¢z¢ mom 3 Ja i viWa ¢az Zoo W = mo �rc¢i z� ¢¢z m�N -m mW 0W6 OW Wp- �a 20 g zQW zoW �Z-Wo N m )) pw �mU m0 Uymj WWZ WJo ~ aN0 WN ¢@a Ixn 41 p3.m m OFUW m m am QO DIwi o �3w i� mF om mo ¢ fox a�mz oavi � zow az� o oa aam a. so map"j �m op ¢'oo wmz mo v� 3zo aw am ��n rz So' z owm o arcs vi Nz xw C'o mm Z�3mW UQm xzF ao g YZttm �UVI 02m Z z m Dopy az, a Zmo map NW ow oa oz zo =aLLc� i�zN Wm¢�mo m�Z p z zw pWE o owx o12 _ 3m xmm 3m QZu o3mo W � mp -�m 52m �:s i.im oo �W azww, Qomo xp<S'w o ow, z om �a "5 ai o� jm Z z¢pw pmF d0 2�0 m°Yow oo� oo zKa pj 3o0a KzQ M-, WZW K F Omz Cf oN p� Opp O o0 FOQ�m f m°am m a Wpm a wpm �m a F5 _ ¢P.<zri Q wam 'n _ rc wz of w oo¢ oW d- �z o oamz mJom zppWw W wa NO moo rco m mo 8 Qam mm z_cai �mo mz m= uoz amid adz'm S6oW w¢mpQ Wwm mo a z mop az No Z o�g�-68 io� o �J< ¢wm Wpf oo ��o w! oNc� awxW Smia.zzrn z ono o z z� � oz m W ¢ttW oU Qo p z m orc,¢z map Wmo zwc~i O - wzw �u� JU mp Omm rcm wc�w wN� U Z m N z m 0¢w0 zmw yogi pmw Dp� z a wo =m 3w mWW00 Nwmm yo-z N JQo z o Qo W�Q �zoz w �o o o m �m mQ m om iW� " a1. zzJ o_j im¢o a U - oz m a pWzp Dom o}�� NJw ¢ p � o�Q gzow o o ¢ g oo� w w mx� imp z3u mj xm�Z of�c�Q cord 3om o c9 - a� W�x �pwpz F oZo zs3 o �z ooF aJz J oo < w oar 3o�w 3w��9a - Ja woz mnzo m p0 z m m F a S z;p w 3 U W w rn w pU 3 3 U W a U 3 2 m a W o pU<pU z O¢a o 0 3 p o 6 U Q m K - Iw�mm mOm paa Uoy Wow m a w 4 �Jpp o¢wx o oaz m m m o w ^r Qz¢ dU FUm Q U QUm Ofm O Q I Z U' •��u an�i� a..re iae wn�r eo. u.a��v.um. y saoi aS suuaauisu3�o uawueaaa SNOIld01NnWW00 NHId 311S llHN3/�0 0 ?o _N 1\/�h1• n r SVX31 0 _ o� \�V-0 .& m 5�1�°•31 H �Mtltl J1 IlSIaHO Sndaoo l0 ul� e�oe�xi`usiaH�snaaoo anus avo3llwa�soroe� oo Yy Z341WVa N3NNfll r`■ o' o o '�f�tl3y5.a ala-3a-unloV�3olddo 1NVld 1N]AiV]Hi HIIVMIISVM dV0311HM Noudia— 777 �J77F-- Noueiaos33 ne 3— ONNasN3a z — �o w Q Z U w U U z a � W N p m F D a W z Z _ A =3 sw w z H� Op �U O F p WCFJW / Z >>O ar oo m Z. m8WO H Um J�F J F 2r oN FiZf ;z� awo \ F — o W zJ haw o � - 2 U p p�z -- o z — azo JAW v, N �p u� z ¢ O W z U m 2 O ZQ p� p p Z~� op� ...� \ OFa Z �o� U�1L �Ij QOQ��Z 3 QED �Q0 o d 11ZW -T \ N O O O O \\ p / r / G p oLL , a a. z \ o \ J a w LU \ 4W 0.1 T \ SNOLVOINnWWOo 00 B,ory0E5. eR sawu@Sbuiaaauibu3jojuawueda4 0 w0 .h r NVId NOON 311SOdW00 N o o N „ SVX]l 0 CV w2 c `�/xo6 .g m S 1 0 3 1tll H 0 tl tl liSWHn SndliOo to ulo 91h82 X191SINHO sndHOS'OA08 dv D3ll HM 5M4 LC7 ? ' Oo s z3aiwva a3Nan-L °' o (D ' Mtl3y— OI0-3N-AlIllovj 30lddo 1NVld 1N3W1V3Nl N31VM31SVM dVo311HM o Noudla— ee 3 'ON NJ7 NoudlN,— 1a 1 3— 'ONNasN3H ¢a �jOF ow 3 Wp i Qx K QgO wa — � H\a K a K N O K¢ Q p O w O O�Z inoO WOp -z > a wU¢wz Uz O Up Z Z H W K O F 2 J -� - =J aa S Z Q w6 Oj N6 U () O ZO zwp Oj of ¢wore roQ z \w U�¢ Q d O O d m 0 0 ZO Z Z Q O w 6 6 ww x -n 1 x V �U ¢O ZZ - N� v x W. 0 Z Fwz FM IO �¢ \E -Z. >� tW. - �wN a Owl rL JO �U �2 wo -UwHUxi ~ NM �ZW ¢m H ¢O Q U Z¢ N- O 2 Z N d w O FD o d O x u x �� x aw u-zH �F y Z. �- w a n~o a��w ai C� o �c4iu¢ ¢ >F wm ou3 Z E;w cw� 0 30 �^ z�JOQpQ �o x o uw Jwd Q Z 00¢Z O..UF F<o w OK UU-OU Ow d Q Z - J J o � ui a ¢ xN Noio aW ozZ� azN S p s� wz 000 00 W Hq O a (L w U4171 J ND � � O 00 3 I� 4ll L ry Wlivinail* j . .. .. .. .. ,. . M w0 Z3 L- rr� oeo C)J o FE t - 3 LJ� o w 0 0# o00 J � molVamwwo..... ` y\ 00 )� g�vl«Roawo2« 2 gl Qq 0m U9 (\ : a w��/q;auibu G»lyalimmupao�y2ymw@w2 \~ _¥ IA5mn73R mAMI±d AmgH \ / � \ § § s ° « J � e \ [ ; / B2 § % ) § § \ / j g ® s \26 \ —.§ } - \ j < . l � \ ) � � » 2 § ; ! § 322 : � )Iz ) ) § , , � \ R i ( E = § § § n ; ] \ ® z ! § � § ( ] : l2Km : ® § # ! : ! � [ Z ) � § � , w \ k ) § [ / \ $ ( \ / ) ) } ) ) \ \ ( ) eeesaasaaseatsaa ± to Z \©> © .\© . © .\© . © . °/ IM III! ud /\: ? 2? © 2\� ° ° �/ \©t . © .\© . © .\0 /© . 0— REE \ e ƒ . HMO-. y ) 0 � ƒ saoi ag6uuaauisu3}owawueaaa SNOUVOINnmoo-SINE(]4 V ]N30 0 .SVX_3l S 1�3V 1TH „ Bloe[xl'IIsndeoo'alle dHadywosro��Qa zaiwva ISW3 Sn 'dOn JO QI8-3d-AilliOVd 3OlddoL Muni 0 Nbja,_. ' 1NVld 1N]AiV3bl HIIVM31SVM dVO311HM NOI1dIaaS3a AA 31 NNa SYA3tl NOLLdlaa93a 19 31Ya ON NUISIA38 W05 O = U w Q w..ox 0r z pomp } 03 rc o x pma �s�w O Jw o w o -19;3 o Z 3 Qa� 30 9ww o� 0 0 m N Sea z op po o moI-m w = _ _ K F m U n w U Om oz m 027 O UZ m�� g � 3 Nln m0 J \ONO �ma 4z w K w Z < O Q K m x �w� N Zz K U ¢ m 3 U O u a Q zcz, K Q W w d w 0 m ¢N Tel o ¢r onnos \� €3 w a Uw O -Zw 3U z_ UZ m U Q O 6 3 O poON Nip - ¢ N H w z M.0 OU O¢U .N.¢� owWo 3 JN z O z =oUxp J o , wJ owco aw 3 0 0 - ud 1oz ¢ ?c�w i�c�a w > qa om ti O p ' o j zw m "€ J ¢ z ¢ F ¢a" 'o f vogij i o ¢ o aog o a'om�� -¢ zo Jo z U w wYr m� z� z- U' 0 0 _ om w ; N z �ac> ozig aga3 ao ¢ w z Z xro o oN coi 0. iw Quo ' aF� �� z Jw J p0 0 IOW wza �� o of z o F�= F wNoFo ?ao �� _ m - _ �: p w0 oc�3 w i� aNa a o00 o mo c�= 3U� U!Z¢ 0 0 00 Ir---------------,I x �F i c�iw w3 WMI w w- O w w N O Z Sri rnwpp 2 U a o H.W. w O O ICI 3w � - p 0w K w 0 p v N ___ dxOZ}Ja�UZO�WwpO aO� pUd�1wJ U3� -UW¢ omoUa mw z 'Mir i_oU w� Z¢El �O z wm¢NzoNz p pw' U3 zz ...._. ro YzmYU QpUU N N M Y Z x j m x Q O } f a J 3 \ .,°o O xo3 oozes p oa 3 a a�ry oarci 4.. zw 82 -ZppN N o m= w0 p o'OZ> \p= al oo Wz xU w W 0 0 0 �m z ud JomZ ow O im p azo zaarwn av F � ¢ > wrc2o f3 c¢iY mw p =z a U 2. mowpW 3Fzz c N m w�� U U 5a O� zJ H LL �O zx 70 wg Eo m g O >- U J 44 w U O 3 p U QpmZ ¢O ¢OOQ O26 w aUY w- Q 4 ¢�Z� Oral =58 UQUo0 p> z zw d ; Z� Np1 �J� I Nam' JfnJ�¢ pU — >w yg �H aw ap`a pp1 >¢Q0 wf ZZ �w�OZ p0 w� O x OU �' pa�UZ aw/�lO Y w�N Zn 'a0..\ zm 0a ao3 fop wz oo azza w w,06 a moz 3T la m pr zo-cw.� a�zo w o o-Z a omJp¢ omom z 10 om _ E N � 1. 0 J g a o xpo w w s w z o � o 0 Jo 000<� z z J 0O LL W. O 6 n o Z H .. cgi�ri� rc z 3 aN w z o O k'� a o - z z nJ �� m3o U z � �J¢ ¢3 cccR���¢ U a� 0�lz 4a w oQ� .y- Nw�n jz oo i O r¢ o�3[Oi � ~z U U� 03 aaa3N 3 S �3 a N n O O 8 O 8818 8 °"°`s'NeR saovuagBuiaaauiBu3�o uawueda0 32ifllmliSVbdN1 0 00 h or lVf1SIA014f1V S310N 4NV aN3931 2 SVX31 _ .& .•.S..�0 3,�.a,.�,.�.�.�... USWHO Sndl Oo 10 A110 91o82U`LLs18HOsndHO 0108dvO3JHM5Mro co : � Q °o �yh° tl3y5�� Z341WVa 213N21f11 418 32i AlIIIoVj 30Idd0 6' 1NVld 1N]AiVIK HIIVM31SVM dVO311HM NUIMIa0s3a AA 7 0 INNJSYA3a NOLLdI—M 19 3— ON NOUI A3a a <= zoo way sgz wok w w w w w w w 3 ;w - se '�a -�- - 0 0 0 0 o 0 0 0� w m e� _F ^ 3 ._b s 3 10 .6. Fz dojo �Vyoo _ 28 g 26 ZF �6 oa Sys a� _§5 ��� �B� 2=2 E � __ W �� mJ ;z �A >i�bN o S s - IS 8= -w < � .o€� CW F lwzs J=a 0 Q f - '�i_ su & aF-z Imo° wMaZ m w w Soo o n N �� mzw $ G �� aid 3=° am p m� °a __ �5' a aw oOb xi� F o�4� ��°�� �& ww a m z -I cb' w .zao fn� wir w 2acc°i 9 Sd =S .S,o _� Z F a 3 a 3 r 3 0Va owj a 0� 'F3w C) o a p a N w wm' w[xff m ¢ w J n G r �'aa& ��9 �rc6 - = 3 m Z U N da Oa 3 o vi 'a.1 a0. m E z a >> >> < �u m w S z �' ';ezm E Z. ^m� . N� - N mi Nam` H - w = o o '� z tmb _ 44 wg �€ w =io m 5 w 'o jU O O O Jr� '4'� o wtibm �3 sm¢d>a mz zw V3 (n Q ZzJ wz�j ��z cf i GP z z Sm =F� w §z SE w� Qw �o w 5 €a Q o ea Ww o¢G of ��o S z °� oap2�o at °g z _ ; a zu �o_ 5rda m� ow5 a m� j . F SF 3 - ohJ Y� i s S3 �3awH o� a o us'q N J ja- zz O3 °G o £ s g RE w � � � mD� a°� W i � m wLL °w oi6 a z oE as �Waoa I o V 2.Z w dH. s'ay O O O 9Z m r u w LLJ m o - _ Rio og flsg�jN a�uN ~ oa Y 4a a5�oa�� m oz .�oyilI .� ��nn .� NQ qa o prizes prizes pGiza >w Za z 3 x�3 xN 3 x� >05 ¢< w W e a3.a3.a3� Jo o = 0 ° n S a w w o 'a O m m m a m m m m o oa o w < 5 0 oa m m m m - 3aw� 4 � _ � � � w a a a U o x in m000 3 o 0 >> m W o J( o oZ oz o 0 0 0�¢~ o o J Q - ' 0 Oaf Q I Q Z a ¢ K w N w O O O W W W O y O nW �� n NO n Go 00~o yw NZ Q > J o W. O F- Z¢ > U[ZQ� ZQ ZQ O m I Z. ^ VO ` _ _m>w It_ 8U U xw U Qw �U�¢ CCU W. d Y O N a N F- Zj x p cxi¢ N i�N �C� z =a 'a ~ Q ¢ ¢ a H - � a w w f f ¢ .. .. Q wrc o J J o 0 0 0 0 _ _ x ¢i < �.. GF ,Ga x x o G \ \ ? cwi Z'o� a ow=owe a s a a a or or � � � r w w J =oo� a ` a a o a - > zoo J J m J J J J J J J o z z gz z p Q _ �� 3 3 3 3 3 3 3 3 3 3 3 3 J u N wg pp c° wo� 0 z i w w � F'o i zpJ ¢m w z - wGw < a 'aN3 o,�,',c i wt' wt' �� o wS? < aOW wm i wG i i � o� z"� zo?o?G� ¢ i i �m xa cm� cmo a s 9x = w Z 4 0 >m >m >m woo _w a oo�" p p o< o< oa pF o - .. pp a�cz-� c� S a� zo o GS �wu w ax ax ax J �a �2 z wm wm wm m � J-�Z o o zU 'z z V o o O ZW S HJ W r.0a0 J JF wl tt!! O Y cUc wl w Q ' (n °°�Fw �w �w c`i ad a3 aY�a �� ;Y K ttw i¢� m aYz OF px a J Z y�N Oa m;a d0 ~ >d >d O N d` dp0 GQ Jw O Oa W. O dJ �� Q Q OQj W8riO a -moo a< a a a wo 3� 5� 5o rn M E of o of goy Fc° U QwE� >�'Sm'w - No w o d W >cw��w �'am woz >a w - 4 0 M 4 m ��n Q z w Bory0E51�"'eR sawu@SBuiaaauibu3jojuawueda() o 32inimliSV2JJN • tl . .�. `•L\ ,1 1VnSIA014nV-NVId 21001d IiISOdWOOSVXII bS 1 J3 l liSlIdHO SndaOJ 10 Ailo 91682 X1 1SINHO 0 sndHOD 0109 dv D3ll HM 5M4 p' Z3aiwva a3Nani r`• _ o C`� ' tl3y5�a (118 32i AlIIIOVd 3OIdd0 1NVId 1N]AlVIK 2H31VM31SVM dVOIiIHM NOIMIaOs3a AA 7 O INNJSYA3a Ndidl—M AA 3— ON NOUI A3a 2 W _ F �w = Jra H zFo3 K U oar& Z_ o'os= r=n > O ° 0 a z dTfH ,III Q IadJ LL ,Ze+ - - w m0 �4 nr,n IOd3 U � kz << lad3 oo 30 966 N011tllflatllD 8a Y z� � r- ZgdJ .... F u� PI G 0 G w0 o �fi 00 e Z dAV =.a 3� C)JI o� .a+ z dnV .e - ZBdJ 0 � a o -0 3 ���II a L�J o L o� o00 ' _�- J saoi ag6uuaauisu3}owawuedaa ainimliSV2UNI ivnSIA01onv 0 _ SlIV13OlV?J3N3J O� m SVX31 Q> ° a1oas V=o¢ s i 3 11S1aH�sndao�}o u1� xi'iisiaHOsndeno 0108dV03JHN,5Mro o w 0o n j j amw :� ZHIHVa 1213NNnl _ V C� Q = a1a 3a unlov�301��0 CO ° 1NVld 1NIAlVIK 2H31VM31SVM dV0311HM NOadlil— 79 31tla 'ONNq SYA3tl NdldlNa931 19 31Ya 'ONNOISIA38 ---------------------------------------- __—- ------ Q H -------------------------------------- o � C7 w Y - o r U w w -- ---- ------ — ------ U r W H � LL K O o O H e Q -- — —— ------ K —� — — — ------ Z 4 O W J yd o F ~Z OW J s g ---- a 0 w Da a z <O N < d W U D w m U orc� arc No�zi� J a a w mHcai >K w zIN 7 z z W 7 O F Z. Q H d m U D 3 y N aHK JJ Z w a O d O N -0 j D 0 j 0 0 —U¢D O N ¢ a OU N �3 m D�IIDaU UU Da U�I��US 3 O O O O O O ---------------------------------------- CD O _ - - J o o o v z0 W U O-- — -- — W W � � a O � � a w z a ________________________ o DF D D L'K d �t' w za DU zz D w a aoz a a 'E z a - z� a5 U 40 �n f awl m4� mo m�D< z a� ao,nz Y w <vi �3rc zZ z D �zo Do�D 'a= - �� <wD � m ai D z > Z. w�i <zz5 �~� �~a o�zo�ww z_ 3� w azm> 5 �u oN a D m� ��z Uz awoN DoD o� 03 D�3Dwai3 a w�aO>N J d� �o'D o oa� i z Dzww D O N w>O j 0 0 j 0 0 j O W O z d > a o K o_ 6 r/I a S V > U S DNDaD moo �Da �DHaa�/1wD a- UmwwDD 3 >'o am a� 'a o �' ��ri 3 3wrm�io 0 0 0 0 OmF s e e@ 0 aowm <O?z Z H V V O d H N N < <O wO� wFm N V Q 6 E d Z w O zzDw Iao gNa pz 0 'o _ o moz a ® z V O?z Z ❑0m °» mm » m, AA9VOlN+lm r 00 Qgl #nsa� aOm-gI#£&mgo \ \ 7 \ 3 k - | lU+o9Q+om U9 =awe a� { ) § 22 2 \ r zkINVU 83}� _ �ƒ / G»lyailmmupao _7 IA5mn73R mAMI±d AmgH \ ( � / io - � _ � - \ �) J� z (\ } } .... =Z 2 00 y o saovuag BuiaaauiBu3jojuawueda4 AlI AOIS-S310N ONV aN3931 Li SVX31 I1SWHn Snd'dOO to AJO 91h81 X1'1151HHO sndHOD 0109 dV03JHN,5M4 p z 0. z3iwvaa3Na = QI8-3d-Ailliovd 3OIdd0Lim 1NVld 1NIAiVIK 2H31VM31SVM dVO311HM NOI1dIH— AA 7— 'ONNJSY NOI1dI— 19 3— ON NW A3H _ o o ep � upwi w K Q w p3 p3�N� m l l U w LL KF z�M�JO I d ¢ VI Q m 03 Q� m o f K K Op �¢ p z 0 O Q W x �a oWm wg �a a o o °o55 '_-w o o zzp °o ¢?wui o w ° a oz �g� o.1o1RZ wzI J F p o Z>o �o c> c> 3 0 °po 0H. �Op oaww z J ❑m � w� o 3�z awm3 waw o z �� a p��wz arc o = r �m m OMm Qa o o pz� m�� m PExm d`ro mog oa mxr�a mw<� wg z w ;o aQ�� Q3o z tomzg ppm o,oc6 8w2mo0 3 x g Z. p soo p o w wa wNm z M� o� ��<3 Ym w o� z m¢o Wao EZzM IS- i��x ug3 �LLH zmw m= J 3 w� Uzd woc�w rc�383 wzo 4-� <up A die .IT M. Or/wlPa�Qmp r�?IZ a3Uj - �)O .a�=m - �� o zed "yoovwi zo oz"y - o ow3 �.a aawzm G3 zZWQ iimw iV zOw _mo�< �sa�mow��moo 3ri ��3S ooJasG_wa= am � �zom & F rc h s _ i�a-W wp a o �5 L J L,a a� m o c" 1 8 W. wIc --------------- 4 o-wz iw z swwm o�x O - W. �Ga� o� & �6i Zz w� - ZIM p=lw u= mg �p z=� a� 9 s = - w3om �.0-8 -w chi q� z z i jQ z - ap Ow m paw rc3wZo mFo az _ - - -- w¢ww ammo - wAw ?(^ MW Jz rcuF= a w � �Qoa; �o � Jp oF f; < amwi i —8 ;w oyt���� ¢ p z � 2 ws� EO zLtw Ozz Q�F Hmj rcw w Jw=~z O j ugw -zgo�Q W�WN NO0 CHO =Fg of 3; ;= pp m ��o I. ;z P. a ow mim^� o zW. mo�wz = `E w �� �zgo v�mu� mmmz ooa I I oow ' o `�� =W rc `------- pp�d z �Q"ti 3 Pwawp � z� J� owm z�<m g. o rc n[6� 000 zo k pro s ? o� Fnw- �F m zo3dw who. `5o ww % zo 6���� �^ H pmz z z9w w m m9ow031.� dosowww o �W FNo you oZ YY3 a�Iz Q tM5o 3=Z ��� 8 OZ w� 0¢ UOr — m �Up wz ¢� t� j�p GZ. a ,\ tea= aaz= oo' z u� _ �w� a 6 d, tiw'h tiu[pi3 d ¢¢3 ¢t=ii�cwi cpiarc auu ❑ m md¢3? J w j � o z r Oz _F Z p�J p to m p a y b m d d S z f Z. N u 1 Su w z ¢ ¢ OF w w I w p p m J J w 0 z m Y z �6-'O dp. Sw tt Q )Cj p OF Q O O m \a O In y y a U w U w O Z O U J K GG K w o o o r Z O? 00 tt w O¢ m m l o o w vOi U 00 h o Cl Q a Z w w rc p W p 0 ¢ p O O w �t O O a s ¢i G¢ ¢U a> of a 3 a w Y LL p-- u a O z z p m N m 4=1 w d K Kp K K 30 30 W w Q JJ O ✓� p a z O ; m W W 2 W ° o o o w 0 o w. z x s z o 0 o w J s �i �a cZi i>i>c�i oho onNompgYxa J i iooa a n�S> m O m 0 0 0 0 Q •��u an�i� a.ire iae wn�r eo. .u.a��v.ur. y y saovuaS buuaauisu]jojuawueaa4 Aii Iinois-NVId KOld 311SOdWOO 0 � SVX31 I1SWHO Snd'd0010 AJO 91h82 U ILSINHO sndHOs 0108 dV03ll HN,5M4 0 Cl) oo ''= z3aiwva a3Nani I = 010-3d-Aillio 'd3OIdd0 w Z CO 1NVld 1NIAiVIK HIIVM31SVM dVO311HM 0 NOUN— AA 31t0 'GN Na SYA3tl Ndidl— 19 3— ON NWA3H rc� 0 ww'ow qa 880� r 3 r a3� f p W wNNo rFOQ � W Z �n0¢y o J a Z� o Z. Z tt O Y W U U W U O O w _ U)a o II L) �I ,3 D1Li of i oho i o c>� _ i r 2 20 0 NOiivinamo U oa r ,o� SO - -- oeo e O o L l oi 0 00 ono O O 00 y saoinaag Buu;w5u3;o fuawfieda4 O3S-SlIVAG NOLVA3l3 0 ul�n aooa SVX31 2 O) S 1 3 1 H 7Xa tl \ USIHHn SndliOO to AJO 91h82 ULLSIHHO sndHOD'Obis dV03JHN,5M4 p z Li ai oo g:a„ MIN" I a3NNnl� _ o ( o y�.._ � Clio-3d-AlIIIOVd 3OIddO Z CO 1NVld 1N3AlVIK HIIVM31SVM dVO311HM 0 NOadIHaS3a AA 31t0 'GN Na SYA3tl Ndid1tla93a 19 31Ya ON NOISIA38 Df o� ^ I I I , m , -Y ❑ w �o aN a w �� �Qw zpz w3 wm €�D> rc� oz ❑ U 0 mDD a ozw �_ w� 3tn mpw of U mzm om ~FdUtt prc� pD OND w ¢3v oo c¢iU Da�a O.. 5.9 ow UUD w oa ❑ RQ¢F¢ O�� CYU iomZ p o,ya to Y p � U ow wN W ❑ of J .T'D d=i owU c4i�F �¢ z �3 O, ~ zz>V z OT QNO>o� 3D Oo0 wx mmD two ott ❑a U. gOD DOmD Otter oDp O¢ Z .Aa U p�Qln URw aar U smD U2 M � O O O O O o o O O O On m ^ m F I,` �f 0 00 0 ) m� o � . D o p~ ¢w H �m -D o ` w DOW ¢ r ; wZ is SS az CL i�vwin �o to w =D 3pN of <3< w0� OttU t3iitt ttOw i� a .nrc K Q pzw a w az 3v mno z z W Nz m oFa 3 D w � Nz U FqQ o 0 ¢ m ow GDi Uwc¢i pU�U^ o.g Wz<6xDm p o <1 Dm _w wD zmpQc�w0 Cl0 a wo Z.x <¢o uw � w ohYs o mI wWD a paK 8 Zz aD J p m o Oo Z. Som ~� sy Z as -Ni- N OT- aDa ❑H-OUi N N O O O O O O O O O I I Wc� I r I I z 0 m ^ 0 0 ❑ W m� D 0 �mQO�UZ voF Oxx¢ttQowjo paKda . �OJ o� o Nypw �p�aoi ai U❑ zw ¢Q o Z. w w0iwN Kz wx w w Z 3 O .. QO Z4 mOO> 6 N zDo x ¢WYH 0 oiawwb oo o�wg j oE oao ,,,W. D x u❑w a wzw z Z. O WE U o. Z¢ O i O2SO Za0 O p 6 U"U Y _. •u anal_ ue... 00 y saovuaSbuiaaauibu]jojuawueda4 ?njois-SlIVACIlV ]N SVX31 2 O� S 1 3 1 H 7Xi1 tl \ I1SWHn SndaoO to AJO 91h81 X1'11SIHHO sndHOO'O108 dV03JHN,5M4 p z LiU) 0. „ z3aiwva a3Nanl = o C� o aIa 3a unloV�3ol�do Z CO 1NVld 1NIAiVIK 2H31VM31SVM dVOIiIHM 0 NOI1dIHaS3a AA 31t0 'GN Na SYA3tl N011dltla93a 19 31Ya 'ON NOISIA38 0 0 0 Of w m x o3 = Of y N O zDe F _moF5 O m w O U IGG Z QQ ZzzR <oopT o BBo a5.00. 00 0 00 e L� c ° oa q 08 I O Z x N Z z U Q O % wm ZN OU I — Z> Jo KWp Y}} K X 2 p d— O U m W a a m rcp ? x z Om 3 x moor w z ¢m O p a O zN zv ux m o.rcj no w U 0 �m �o �m , z oomN �a x z p w= LLw o� a� i z�o> ' 3� Qa ~O s p p U'e Za Y wm H rA'N d= zd m �wm — N� IF¢i N lf1 O O hfO/ O O O O O O lJ e C Q _------------------- U W � CD Of cl W W cl w t ¢ ¢ > o —�z K _— ZJw3 OW p3 z p �N d op x m z m m �Op p o Y wa �vwi 3r xrc ¢°¢ w ' m �o oW z a m u� p3oN 3N xw c� z — aw z am rF G or. jxo FOU UopIoo a¢ oam� i ¢z Y� O F� '� o>rc oN i F sw�oz m� wN�� 5 ApoIwo J �� z" oa w? wad a ^ z ��m ap3mwm 9Z <<zmNo w 3 pz u& �o �= oz y i5."�ffi i59W a Ed 0 �o Um J N x O Q F U V w11 9 W K ww w U E >Y H pH w U 9 J Z> Z Z O U W W.U p W F Y U p p p¢U m Q U S 6 S N — d O=F O O Z.O O W Z aa QQ rTad F UU UVi� d J~ K6] U O Op O O O O OO O O O O O O O OZ ri�anri� afire ra�wn�r eo. .u.a��v.ur. y