Loading...
HomeMy WebLinkAboutResolution - 2016-R0287 - Contract - 08_25_2016Resolution No. 2016-RO287 Item No. 6.20 August 25, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 12861 for renovations to the Citibus Administration and Maintenance Facility, as per RFP 16-I2861-MA, by and between the City of Lubbock and Henthorn Commercial Construction, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on August 25, 2016 -w6--jv-- DANIEL M. POPE, MAYOR ATTEST: eb cca Garza, City Secre ry APPROVED AS TO CONTENT: APPROVED AS TO FORM: ccdocs/RES. Contract 12861 — Henthom Commercial Construction, Inc. — Citibus Facility Renovation August 9, 2016 City of Lubbock Specifications for RFP 16-12861-MA Renovations to the Citibus Administration and Maintenance Facility CONTRACT 12861 Plans & Specifications may be obtained from BidSync.com �a16 �{oael City of bbock LU TEXAS CITY OF LUBBOCK Lubbock, Texas No Text ock TEXAS ADDENDUM 1 RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Date Issued: May 20, 2015 Date Due: June 1, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (90) NINETY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (100) ONE HUNDRED CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. 1) The estimated budget for the construction phase of this project is 575,000 2) Architects Addendum One which includes: a) Supplement Drawings b) Pre -Bid Comments All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarezAmylubbock.us THANK YOU, MV'& AVJ Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Lubbock TEXAS ADDENDUM 2 RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Date Issued: May 25, 2015 Date Due: June 1, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) Architects Addendum Two is attached. All requests for additional.in%rmation or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(a-)mylubbock.us THANK YOU, MV4 AkVq Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, rectu_uements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 612 Broadwa Lubbock,Texas 79401 May 25, 2016 Citibus Admin. & Maint. Renovation CHA Project #1404 COL Bid #16-12861-MA Bid Closing: Addendum Two Electrical June 1, 2016 3:00 pm o CMpmmHwvey ARCHITECTS, I N C. Is it possible to do multiple runs (home runs on cable trays with T-offs) from adjacent mechanical equipment within one conduit, or do they all need to be routed separately? • No, they need to be routed in separate conduits. 1. On the electrical panelboards (sheet E0.1) the new panel is called out as'RP', while on the roof plan (sheet E4.2) the new panel is called out as 'PP'. Please clarify which is correct. • The new panelboard is to be called 'RP'. 2. Will LED 4'x2' fixture'B' be able to fit within grid with adequate space between structure? • Contractor to verify, fixture is 2" high. Mechanical 3. Do the existing'to remain' mechanical diffusers need to be cleaned? • Existing diffusers to remain are to be cleaned. 4. Plans state that new condensing units are to be installed on a 4' concrete housekeeping pad on the roof. is this correct, or can a rail type mounting technique system be used for the two condensing units? • 4' housekeeping pad is not to be installed on roof, utilize a rail type mounting system instead. 5. Regarding thermostats, are they each to be wired directly to the units or are they wireless? If they are wired, are the wires to be routed utilizing the existing thermostat chases? • Thermostats are wired. Utilize existing chases and equipment locations for wire routing/new equipment. 6. Can the independent Testing Adjusting and Balancing agency be an NEBB and use NEBB forms, and if they have to be AABC do we have to use one of the three specified, as they are all out of town? • The independent TAB agency can be either NEBB or AABC and utilize the appropriate forms. 806.749.1153 fax 749.18661 Any accredited TAB agency may be used. architect 11End of Addendum Two Celebrating 26 years of service. �i�d��:• City f ubbo0k TEXAS ADDENDUM 3 Architect's Addendum Three RFP 15-12861-MA Renovations to the Citibus Administration and Maintenance Facility DATE ISSUED: May 27, 2016 CLOSE DATE: June 1, 2016 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Architect's Addendum Three 1) Architect's Addendum Three is attached. A) Responses to inquiries and additional specification sections are attached to this addendum. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(c4mylubbock.us THANK YOU, AC& Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. May 27, 2016 Citibus Admin. & Maint. Renovation CHA Project #1404 COL Bid #16-12861-MA Bid Closing: June 1, 2016 3:00 pm Addendum Three CikZplYldilHarvey ARCHITECTS, I NC. 1. There are many missing pages in the electrical section will they be needed? • Yes, please see the five attached missing electrical specification sections. 2 Is there any type of DDC controls other than the VRF controls? • No, utilize manufacturer's controllers and centralized touch screen controller. 3 In order to get the VRF piping in the drop ceiling, ceiling grid will need to be removed to accommodate this work, will that effect phasing? • This is means and methods by the contractors and should be proposed. 4 Will the mechanical and electrical contractors be responsible for disconnecting and reconnecting the roof top equipment for the reroofing, raising all roof top curbs, gas lines & conduits 10" above the roof per the general roofing notes? I don't believe this work is listed on the MEP's. • Reference specification section 26 0501 Par. 3.1. 5 Does the mechanical contractor furnish the pipe supports for gas lines & conduits? • Yes. 6 Can you provide access points where we can get materials on & off the roof? • Citibus is providing a 1500sf +/- stack area for materials inside their fenced bus parking area. Surplus materials are not to accumulate on the roof. The alley will be made accessible for forklifts & other equipment as needed and coordinated by the Contractor with Citibus. i1 7 If there is any asbestos in the roof system will you please identify it and locate so we can bid accordingly? • The report was not currently available, however, the roof flashing is suspect due to the age of the facility. Assume this is the case. The report will be made available to the Contractor prior to the Notice to Proceed. The expense for this item will be deducted from the total bid, if this work proves unnecessary. Identify this amount specifically, in your proposal. IM m End of Addendum Three 612 Broadway; Lubbock,Texas 79401 806.749.1153 fax 749.1866 i architect( chapmanharveycom Celebrating 26 years of service. Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 2716 - ELECTRICAL CABINETS AND ENCLOSURES PART I - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of electrical cabinets and enclosures as indicated on the Drawings and as specified. B. Work included: 1. Hinged cover enclosures 2. Cabinets 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance to the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide manufacturer's certificates that confirm the materials meet or exceed minimum requirements as specified. 1.4 SUBMITTALS A. Comply with the requirements specified in Division 1. PART2-PRODUCTS 2.1 HINGED COVER ENCLOSURES A. Construction: NEMA 250, steel. B. Type: 1. Indoor locations -NEMA Type 1. 2. Outdoor locations - NEMA Type 3R C. Finish: Manufacturer's standard gray enamel finish. D. Covers: Continuous hinge, held closed by flush vandal -resistant latch operable by key. Make keys interchangeable with new enclosures of the same voltage and use. E. Panel for Mounting Terminal Blocks or Electrical Components: 14 gage steel, manufacturer's standard gray enamel. 2.2 CABINETS A. Cabinet Boxes: Galvanized steel with removable end walls, 24 inches wide 10 inches deep. Provide %-inch-thick, plywood backboard painted matte white, for mounting terminal blocks. B. Cabinet Fronts: Steel, surface type with concealed trim clamps, screw cover front ELECTRICAL CABINETS AND ENCLOSURES 262716 -1 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. concealed hinge and flush lock keyed to match branch circuit panelboard; finish in gray baked enamel. C. Provide identification label. Reference Section 26 0553. 2.3 FABRICATION A. Shop assembled enclosures and cabinets housing terminal blocks or electrical components in accordance with ANSI/NEMA ICS 6. B. Provide knockouts on enclosures. C. Provide protective pocket inside front cover with schematic diagram, connection diagram, and layout drawing of control wiring and components within enclosures. PART 3 - EXECUTION 3.1 INSTALLATION A. Install cabinets and enclosures plumb, and anchor securely to wall and structural supports at each corner, minimum. B. Provide accessory feet for free-standing equipment enclosures. C. Install trim plumb minimum 6'-6" from finished grade or floor to top of enclosure. END OF SECTION 262716 ELECTRICAL CABINETS AND ENCLOSURES MDE Project No. 16761 262716 - 2 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 2726 - WIRING DEVICES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SCOPE OF WORK A. Provide labor, material, equipment, tools and services, and perform operations required for, and reasonably incidental to, the providing of wiring devices, including related systems and accessories. 1.3 SUBMITTALS B. Submit product data and shop drawings in accordance with Division 1 for products specified under PART 2 - PRODUCTS. 1.4 REFERENCE STANDARDS C. The wiring devices specified herein shall be designed, manufactured, tested and installed according to the latest version of the following standards: 1. National Electrical Manufacturers Association (NEMA) WD-1 2. Federal Specification (FS) WC-596 3. Federal Specification (FS) WS-896 4. Underwriters Laboratories (UL) D. All wiring devices shall be UL listed. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Pass & Seymour B. Hubbell E. Leviton F. Cooper 2.2 RECEPTACLES A. General 1. Receptacles shall be standard style as indicated herein. They shall be constructed of high -impact resistant thermoplastic material wi a nylon face and thermoplastic back body. Unless noted otherwise, they shall be 2-pole, 3-wire with a green equipment ground screw or an automatic grounding system attached to the strap. 2. Receptacle color shall be ivory unless noted otherwise. B. Specification Grade 1. Specification Grade receptacles shall be standard style. The face shall be constructed of a high -impact resistant thermoplastic. The contacts shall be a triple wipe, T-slot, one-piece copper alloy design. The device shall have a green ground screw or an automatic grounding system attached to the strap. The device shall be 20-ampere, 125-volts, NEMA configuration 5-20R, back and side -wired. C. Special purpose receptacles shall be of the specific NEMA configuration indicated on the Drawings. D. Ground Fault Circuit Interrupter (GFCI) WIRING DEVICES 262726 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13 -2016 1. GFCI receptacles shall be a feed -through type wired for single receptacle protection thus not affecting receptacles downstream on the same circuit. They shall be UL rated Class 1 with 5-milliampere ground fault trip level and a 20-ampere feed - through rating. GFCI receptacles shall be NEMA configuration 5-20R. G. Isolated Ground (IG) 1. Isolated ground receptacles shall be standard style. The contacts shall be atriple wipe, T-slot, one-piece copper alloy design. The ground contacts shall be isolated from the mounting strap and conduit system. The device shall have a green ground screw that totally isolates the grounding contacts, and it shall require that the insulated ground conductor run uninterrupted to the neutral at the service entrance. The device shall also have an automatic grounding system and center rivet attached to the mounting strap allowing the use of a metal wall plate. The device shall carry an identifying triangle on the face to signify Isolated Ground. The device shall be 20-ampere, 125- volts, NEMA configuration 5-20R, back and side -wired, orange. 2.3 SWITCHES A. General 1. Switches shall be toggle or decorative rocker type as indicated herein. The body of the switch shall be made of an arc -resistant thermoset material. All toggle switch handles shall be constructed of a thermoplastic material. All rocker switch handles shall be constructed of a thermoset material. All wall switches shall be of the quiet AC type. 2. Switches shall be SPST, DPST, 3-way or 4-way as indicated on the Drawings. 3. Switch color shall be ivory unless noted otherwise. B. Specification Grade 1. Specification Grade switches shall be toggle type. The contact arms shall be made of one-piece copper alloy material. The switch shall include a green ground screw attached to the mounting strap. The switch shall be 20-ampere, 120/277-volts AC, horsepower rated, back and side -wired. C. Incandescent Wallbox Dimmers 1. Manufacturer a.) Lutron 2. Performance a.) All devices shall be capable of operating at rated capacity without adversely affecting design lifetime. b.) All devices shall mount individually in a single gang switchbox. Devices shall be gangable without removing side sections or derating capacity. c.) Devices shall operate in an ambient temperature range of 0°C (32°F) to 40°C (104°F). d.) All dimmers and switches shall incorporate an air gap switch which shall be accessible without removing the faceplate. The air gap switch shall be capable of meeting all applicable requirements of UL 20 for air gap switches in incandescent dimmers. e.) All dimmers and switches shall provide power -failure memory. Should power be interrupted and subsequently returned, the lights will come back on to the same levels set prior to the power interruption. Restoration to some other default level is not acceptable, unless noted otherwise. f.) Dimmers and switches shall not be susceptible to damage or loss of memory due to static discharge. WIRING DEVICES 262726 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 g.) Dimmers and switches shall be tested to withstand voltage surges of up to 600V and current surges of up to 200A without damage per ANSI/IEEE std. C62.41-1980. h.) Dimmers and switches shall meet the UL 20 limited short circuit test requirement for snap switches. Dimmer Controls a.) Dimmer control of light intensity shall be via a linear slide. b.) Linear slide dimmer shall provide intensity and on/off control with movement of slider. This shall apply to single pole and 2-location dimmers. c.) Dimmer shall include voltage compensation circuitry that adjusts the firing angle of the dimmer in such a manner as to compensate light output for variations in the AC line voltage. Dimmers in which the firing angle is merely held constant with varying AC line voltage shall not be acceptable. d.) All dimmers shall provide a smooth and continuous Square Law Dimming curve. e.) Dimmers shall utilize a filtering network to minimize interference with properly installed radio, audio and video equipment. f.) Dimmer control slider shall be captured. g.) All dimmers shall meet UL 20 and be appropriately marked. 4. Switches a.) All dimmer related on/off switches shall be single pole, 3-Way and 4-Way configuration as indicated on the Drawings. b.) Switch rating shall be 20A, 120 VAC, for tungsten or inductive loads. 5. Wall Plates a.) Wall plates shall include mounting frame for proper device alignment and faceplate attachment. b.) Wall plates shall be constructed of high impact, scratch -resistant ABS plastic. Color shall be ivory unless noted otherwise. c.) Wall plates shall snap on to device with no visible means of attachment. d.) Heat fins shall not be visible on front of device. e.) At locations with multiple devices, one seamless, multi -gang faceplate shall be provided. Coordinate proper switch box size and wall plate type. 2.4 WALL PLATES A. Wall plates shall be provided for all switches, receptacles, blanks, telephone and special purpose outlets. The wall plates shall be of suitable configuration for the device for which it is to cover with color matched mounting screws. Color of the wall plates shall match the device, unless noted otherwise. B. Weatherproof. Wiring devices in wet and damp locations shall be installed with a hinged metal outlet cover/enclosure clearly marked "Suitable for Wet Locations While in Use" and "UL Listed". There shall be a gasket between the cover/enclosure and the mounting surface, and between the hinged cover and mounting plate/base to assure proper seal. The cover/enclosure shall employ stainless steel mounting hardware and be constructed of impact resistant polycarbonate. The cover/enclosure shall be specification grade as manufactured by Pass and Seymour or equal. PART 3 — EXECUTION 3.1 INSTALLATION OF WIRING DEVICES A. Each wiring device shall be mounted in a metallic outlet box. In general, devices in finished spaces shall be flush mounted and devices in unfinished spaces, i.e. mechanical and electrical WIRING DEVICES 262726 - 3 NIDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 equipment rooms shall be surface mounted. Verify the requirements of all spaces with the Architect. B. Wall Plates 1. Each device shall have a cover plate appropriate for the application. 2. Cover plates shall be installed true and plumb with building lines, mortar joints and architectural features. 3. Adjacent devices shall be mounted under a common cover plate suitable for the application. C. Mount receptacles and special systems outlets above finish floor to the device centerline, unless noted or required otherwise. D. Place conductor under wiring device screw terminals and draw up snugly. E. Mount switches above finish floor to the device centerline and 6" from a door strike, unless noted or required otherwise. F. Grounding continuity shall be maintained between devices and metallic raceway system in addition to the green equipment grounding conductor run with circuit conductors. Care shall be taken when installing receptacles having an isolated ground pole so as to not bond the equipment ground conductor to the conduit system. G. Wire each receptacle using correct polarity (i.e., neutral to neutral terminal, etc.). H. Mount receptacles throughout the project with ground pole at the top of the configuration when mounted vertically, on the right when horizontally mounted. I. All exterior wiring devices shall be provided with a weatherproof cover/enclosure. Exterior receptacles shall be GFCI type. H. De -rate dimmer capacity as required by the manufacturer if side sections are removed. I. Run separate neutral wire for each phase of a three phase system when dimmers are installed on multiple phases and for each dimmer when multiple dimmers are installed on the same phase. J. Receptacles located in secure areas shall be GFCI type. END OF SECTION 262726 WIRING DEVICES MDE Project No. 16761 262726 - 4 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 2816.16 - ENCLOSED SWITCHES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of disconnect switches as shown or indicated on the Drawings and/or as specified. B. Work Included: 1. Circuit disconnects. 2. Motor disconnects. 1.3 SUBMITTALS A. Reference Sections 01300 and 26 0500 for detailed requirements. 1.4 QUALITY ASSURANCE A_ Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance to the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Architect with manufacturer's certificate that materials meet or exceed minimum requirements as specified. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Provide disconnect switches manufactured by one of the following: 1. General Electric Company 2. Siemens Energy and Automation 3. Square D Schneider Electric 4. Eaton, Cutler Hammer 2.2 HEAVY-DUTY SAFETY SWITCHES A. Provide surface -mounted, heavy-duty type, sheet -steel enclosed safety switches, of types, sizes and electrical characteristics indicated; fusible type, rated 600 volts, and incorporating quick -make, quick -break type switches; construct so that switch blades are visible in OFF position with door open. Equip with operating handle which is pad lockable in OFF position; construct current carrying parts of high -conductivity copper, with silver -tungsten type switch contacts, and positive pressure type reinforced fuse clips. Provide NEMA Type 3R enclosures at exterior equipment.. 2.3 COMPONENTS A. Motor and circuit disconnects shall have an Underwriters' Laboratory label. ENCLOSED SWITCHES MDE Project No. 16761 262816.16 - 1 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. B. Single Phase Disconnect Switches: Two pole toggle switch equal to Square D Type F with thermal overloads in appropriate enclosure. C. Three Phase Motor Disconnect Switches: 3 pole heavy duty 250 or 600 volt as required in NEMA Type 1 or 3 enclosures as indicated and as required. D. Enclosures 1. Normal indoor locations — heavy duty NEMA 1. 2. Outdoor or wet locations — heavy duty NEMA 3R 2.4 FUSES A. Acceptable manufacturers: Cooper Bussman, Littelfuse, or Ferraz Shawmut. B. Provide fuse types as follows: 1). Motors — current limiting, dual element, Class RK-1. 2). Feeders — current limiting, PART 3 - EXECUTION 3.1 INSTALLATION A. Install circuit and motor disconnect switches as indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA, and NECA's "Standard of Installation", and in accordance with recognized industry practices. END OF SECTION 262816.16 ENCLOSED SWITCHES MDE Project No. 16761 262816.16-2 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 5563 - LIGHTING PART I —GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. This Section includes interior lighting fixtures, lighting fixtures mounted on exterior building surfaces, lamps, ballasts, emergency lighting units and accessories. 1.3 SUBMITTALS A. Product Data: For each type of lighting fixture indicated, arranged in order of fixture designation. Include data on features, accessories, and the following: 1. Dimensions of fixtures. 2. Certified results of independent laboratory tests for fixtures and lamps for electrical ratings and photometric data. 3. Catalog cut sheets for each fixture type including complete photometric data in IES format. 4. Emergency lighting unit battery and charger. 5. Fluorescent and high -intensity -discharge (HID) ballasts. 6. Types of lamps. 7. Electronic ballast warranty and applicable combined lamp/ballast warranty. 8. Submit catalog cut sheets for photocells, occupancy sensors, dimming components, time clocks and lighting contractors. B. Shop Drawings: Show details of nonstandard or custom fixtures. Indicate dimensions, weights, method of field assembly, components, features, and accessories. 1. Wiring Diagrams: Detail wiring for fixtures and differentiate between manufacturer installed and field -installed wiring. C. Samples for Verification: For lighting fixtures designated for sample submission in the Interior Lighting Fixture Schedule or on proposed substitutions as requested by the Engineer. 1. Lamps: Specified units installed. 2. Ballast: 120V or 277V as directed. 3. Accessories: Cord and plug. 1.4 QUALITY ASSURANCE A. Listed and Labeling: Provide products specified in this Section that are listed and labeled. The Terms "Listed" and "Labeled" shall be as defined in NFPA 70, Article 100, by a testing agency acceptable to Authorities Having Jurisdiction, and marked for intended use. B. Standards: Comply with applicable NEMA, IEEE, UL and NFPA Standards. C. NFPA 101 Compliance: Comply with visibility and luminance requirements for exit signs. 1.5 COORDINATION A. Fixtures, Mounting Hardware, and Trim: Coordinate layout and installation of lighting fixtures with ceiling system and other construction. PART 2 — PRODUCTS 2.1 MANUFACTURERS LIGHTING MDE Project No. 16761 265563 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 A. Available Products: Subject to compliance with requirements, provide one manufacturer of the products indicated for each designation in the Lighting Fixture Schedule shown on the Drawings: 1. Lamps: a.) Osram Sylvania b.) General Electric c.) Phillips d.) Ushio. 2. Ballasts: a.) Fluorescent Electronic Ballast: Advance, Lutron'GE, Oshram Sylvania b.) HID Ballast: Advance, Magnetek/GE, Oshram Sylvania, Venture, and Holophane. c.) Dimming Ballasts: Lutron, Advance, Oshram Sylvania, and Holophane. 3. Emergency Fluorescent Power Supply Units: a.) Bodine b.) Chloride c.) Dual Lite 2.2 FIXTURES AND FIXTURE COMPONENTS A. Metal Parts: Free from burrs, sharp corners, and edges. B. Sheet Metal Components: Steel, unless otherwise indicated. Form and support to prevent warping and sagging. C. Doors, Frames, and Other Internal Access: Smooth operating, free from light leakage under operating conditions, and arranged to permit re-lamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during re-lamping and when secured in operating position. D. Verify that there is no other point of lamp contact to the fixture other than the lamp base to the lamp socket. E. Reflecting Surfaces: Minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent 3. Diffusing Specular Surfaces: 75 percent. F. Lenses, Diffusers, Covers, and Globes: 100 percent virgin acrylic plastic or crystal glass, unless otherwise indicated. 1. Plastic: High resistance to yellowing and other changes due to aging, exposure to heat, and ultraviolet radiation. 2. Lens Thickness: 0.125 inch (3 mm) minimum, unless greater thickness is indicated. G. Air -Handling Fixtures: For use with plenum ceiling for air return and heat extraction. 1. Air -Movement Performance Requirements: Certified according to ADC. 2. Heat Removal Units: An air path through lamp cavity. 3. Static Fixtures: Supply slots are blanked off, and fixture appearance matches active units. 2.3 FLUORESCENT LAMP BALLASTS A. General Requirements: Unless otherwise indicated, features include the following: 1. Designed for type and quantity of lamps indicated at full light output and lamp life unless otherwise noted. 2. Total Harmonic Distortion Rating: Less than 10 percent. 3. Sound Rating: A. 4. Ballasts for lamps of T5, T8, or T2 diameter shall contain dynamic end —of--lam- life sensing circuitry. 5. Coordinate lamp and ballast compatibility with manufacturers. LIGHTING 265563 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. B. Electronic Ballasts for Linear Lamps: Unless otherwise indicated, features include the following, besides those in "General Requirements" Paragraph above: 1. Certified Ballast Manufacturer Certification: Indicated by label. 2. Encapsulation: Without voids in potting compound. 3. Parallel Lamp Circuits: Multiple lamp ballasts connected to maintain full light output on surviving lamps If one or more lamps fail. 4. High power factor: Greater than 95%. 5. Ballast shall have inrush current limiting circuitry to assure compatibility with all lighting system controls. 6. Ballast shall provide lamp starting conditions and operating parameters consistent with lamp manufacturer's recommendations. 7. Ballast shall be instant start, or programmed start without continuous cathode hearting, for maximum efficiency. 8. The electronic ballast shall be Underwriters laboratories (UL) listed, Class P, Type 1 outdoor rated, CSA certified and manufactured in accordance with ANSI methods where applicable. 9. Ballast shall comply with applicable ANSI and IEEE standards for harmonic distortion and line voltage transient protection, and be immune to electrical disturbances. 10. Integral leads on ballasts shall be color -coded to applicable ANSI standards. 11. T8 instant start ballasts shall be parallel wired, THD<10%, minimum starting temperature of 0 Deg. F., maximum case temperature of 70 Deg. C., and allow for remote mounting up to 18 feet. Ballast factor to be [0.88-0.90 for normal light output] [0.77 for low light output] [1.18-1.20 for high light output]. 12. T8 rapid start ballasts shall be series wired, THD<10%, minimum starting temperature of 0 Deg., maximum case temperature of 70 Deg. C., and allow for remote mounting up to 18 feet. Ballast factor shall be [0.88 for normal light output] [0.74 for low light output] of T8 lamps Ballast shall provide 50,000 or better switching cycles for use on occupancy sensors and build control systems. 13. T8 or/and T5 program start ballasts shall be series wired, THD,10%, minimum starting temperature of 0 Deg. F., maximum case temperature of 70 Deg. C., and allow for remote mounting up to 18 feet. Ballast factor shall be 1.00 for normal light output of T5 lamps. Ballasts shall provide up to 100,000 switching cycles for use on occupancy sensors and building control systems. Ballast shall provide dynamic and end -of -life sensing with auto -reset feature when lamps are replaced. C. Ballasts for Compact Fluorescent Lamps in Recessed Fixtures: Unless otherwise indicated, additional features include the following: 1. Type: Electronic, fully encapsulated in potting compound. 2. Power Factor: Electronic-97% minimum and electromagnetc-90% minimum. 3. Operating Frequency: Electronic-20 kHz or higher and electromagnetic-60Hz. 4. Flicker: Less than 5 percent. 5. Lamp Current Crest Factor: Less than 1.7. 6. Compact fluorescent ballasts shall be series wired, THD,10%, minimum starting temperature of 0 Deg. F., maximum case temperature of 70 Deg. C., and allow for remote mounting up to 18 feet. Ballast factor shall be 0.95-1.05 for normal light output. Ballast input voltage shall be universal voltage (120 volts through 277 volts). D. Ballasts for Dimmer -Controlled Fixtures: Comply with general and fixture -related requirements above for electronic ballasts. 1. Compatibility: Certified by manufacturer for use with specific dimming system indicated for use with each dimming ballast. LIGHTING 265563 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 2. Power Factor: Designed with high power factor (greater than 0.90), continuous dimming to levels indicated on the Drawings, high power factor throughout the entire dimming range, ANSI cathode voltage, and EMMI shielding. 3. Ballasts shall have anti -flash circuitry that will start the lamp in any level mode without flashing to full light output. Light level output shall be continuous, even and flicker free over the entire dimming range. E. Ballasts for Low -Temperature Environments: As follows: 1. Temperatures 0 Deg F (Minus 17 Deg C) and Above: Electronic or electromagnetic type rated for 0 Deg F (minus 17 Deg C) starting temperature. 2. Temperature Minus 20 Deg F (Minus 29 Deg C) and Above: Electromagnetic type designed for use with high -output lamps. 2.4 HIGH -INTENSITY -DISCHARGE (HID) LAMP BALLASTS A. General Requirements for Magnetic HID Ballast: Comply with applicable ANSI standards. Unless otherwise indicated, features include the following: 1. Type: Constant wattage autotransformer or regulating high -power type, core and coil assembly encapsulated in non -melt resin unless otherwise indicated. 2. Operating Voltage: Match system voltage. 3. Externally fused. 4. Minimum Starting Temperature: Minus 22 Deg F (Minus 30 Deg C) for single lamp ballasts. 5. Normal Ambient Operating Temperature: 104 Deg F (40 Deg C). 6. Open -circuit operation that will not reduce average life. 7. Auxiliary, Instant -on, Quartz System: Automatically switches quartz lamp on when fixture is initially energized and when momentary power outages occur. Automatically turns quartz lamp off when high -intensity -discharge lamp reaches approximately 60 percent light output. 8. The ballast shall be in full compliance with lamp manufacturers at the time of fixture manufacture. 9. Encapsulation: manufacturer's standard epoxy -encapsulated model design to minimize audible fixture noise. 10. Encase ballast for outdoor use in a weather -tight enclosure with outdoor rating wiring. B. High -Pressure Sodium Ballasts: Equip with a solid-state igniter/starter having an average life in pulsing mode of 10,000 hours at an igniter/starter case temperature of 90 Deg C. C. Magnetic Metal Halide Ballast: Provide high power factor, constant wattage (CW) or constant wattage auto -transformer (CWA) ballast for the various voltages and wattages as shown or linear -reactor Pulse Start Ballasts for pulse start wattages as shown. D. Electronic Metal Halide Ballasts: 1. Universal input voltage of 120 volts through 277 volts. 2. Ballast factor of 1.0 3. Constant power regulation, which provides constant light output with varying input voltage. 4. High power factor rating greater than 98%. 5. Sensing technology to shut down the lamp power when inoperative or malfunctioning lamp is present. 6. 50/60 hertz input frequency rated. 7. Low THD of less than 10%. 8. Starting temperature of -5 Deg. F/-20 Deg. C. minimum. 9. Maximum case temperature of 90 Deg. C. 10. Remote mounting up to 6 feet with capabilities up to 15 feet. LIGHTING MDE Project No. 16761 265563 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 11. UL listed, Type 1, outdoor suitable for recessed use, thermally protected and sound rated A. 12. Metal halide lamp/ballast combinations shall be covered by a combined lamp/ballast warranty where applicable. Covered ballast shall carry a 5 year warranty and include a nominal labor replacement allowance. Where lamp/ballast combinations have a combination warranty, the lamp and ballast shall be manufactured by the same company. 2.5 EXIT SIGNS A. General Requirements: Comply with applicable UL standards for sign colors and lettering size: Comply with Authorities Having Jurisdiction. See light fixture schedule. B. Internally Lighted Signs: As follows: 1. Lamps for AC Operation: Light -emitting diodes, 50,000 hours minimum rated lamp life. C. Self -Powered Exit Signs (Battery Type): Integral automatic charger in self-contained power pack. 1. Battery: sealed, maintenance -free, nickel -cadmium type with special warranty. 2. Charger: Fully automatic, solid-state type with sealed transfer relay. 3. Operation: Relay automatically energizes lamp from unit when circuit voltage drops to 80 percent of nominal or below. When normal voltage is restored, relay disconnects lamps, and battery is automatically recharged and floated on charger. D. Visibility and Luminance Compliance: Comply with visibility and luminance requirements of NFPA 101 for exit signs. 2.6 EMERGENCY LIGHTING UNITS A. General Requirements: Self-contained units. Comply with UL standards. Units include the following features. 1. Battery: Sealed, maintenance -free, lead -acid type with minimum 10-year nominal life and special warranty. 2. Charger: Fully automatic, solid-state type with sealed transfer relay. 3. Operation: Relay automatically turns lamp on when supply circuit voltage drops to 80 percent of nominal voltage or below. Lamp automatically disconnects from battery when voltage approaches deep -discharge level. When normal voltage is restored, relay disconnects lamps, and battery is automatically recharged and floated on charger. 2.7 LAMPS A. Lamps shall comply with the current Federal energy legislation [Energy Policy ACT (EPACT) 1992 or latest] and meet current Federal Environmental Protection Agency (EPA) Universal Waste regulation and pass Toxic Characteristic Leaching Procedure (TCLP) test. B. Coordinate ballast and lamp compatibility with manufacturers. C. Fluorescent lamps shall be as described in the Lighting Fixture Schedule and as follows: 1. Linear and U-bent T8 medium bi-pin lamps. a.) Correlated color temperature as indicated in the Lighting Fixture Schedule. b.) Minimum Color Rendering Index (CRI) of 85 CRI. c.) Provide 1 Om000 operating hour lamp replacement warranty on lamps to owner. 2. Twin tube T5 compact fluorescent lamps. a.) Coordinate T 5 diameter lamp with electronic ballasts equipped with shutdown circuit. b.) Average rated life at 3 hours per start on electronic ballasts shall be 20,000 hours. LIGHTING MDE Project No. 16761 265563 - 5 Chapman Harvey Architects, Inc. Apr-13-2016 f 2016 Unauthorized duplication prohibited. c.) Provide 10,000 operating hour lamp replacement warranty on lamps to owner, including dimming applications. d.) Correlated color temperature as indicated in the Lighting Fixture Schedule. e.) Minimum color rendering index 82CRI. 3. Linear T5 diameter lamp with electronic ballasts equipped with shutdown circuit. a.) Coordinate T5 diameter lamp with electronic ballasts equipped with shutdown circuit. b.) Average rated life at 3 hours per start on electronic ballasts shall be 20,000 hours. c.) Provide 10,000 operating hour lamp replacement warranty on lamps to owner, including dimming applications. d.) Correlated color temperature as indicated in the Lighting Fixture Schedule. e.) Minimum color rendering index 82 CRI. f.) Minimum lamp lumen depreciation (LLD) 0.95 at 100% ballast factor (BF). 4. T4 single tube, double -tube and triple -tube compact fluorescent pin -base lamps: a.) Coordinate 4-pin based T4 diameter lamps on electronic or dimming ballasts equipped with end of life shutdown circuits. b.) Correlated color temperature as indicated in the Lighting Fixture Schedule. c.) Color rendering index of 82 CRI. d.) Average rated life at 3 hours per start of 10,000 hours. D. Metal -halide Color Temperature and Minimum Color -Rendering Index: 3600 Deg. K and 70 CRI or higher, unless otherwise indicated. 1. Lamps and ballasts must be compatible. 2. All metal halide lamps for indoor use shall be coated lamps. 3. All low wattage metal halide lamps (less than or equal to 250 watts) shall contain a protective shroud or other suitable containment material for use in open fixtures. 4. Refer to the Lighting Fixture Schedule for specific lamp requirements. E. High Pressure Sodium Lamps: Lamps shall be rated for 24,000 hours, be coated, have a CRI rating of 60 or higher, and have a color temperature of 220 Deg. K. 2.8 FINISHES A. General: Manufacturer's standard, unless otherwise indicated. B. Paint Finish: Factory applied over corrosion -resistant treatment or primer, free or defects. Apply after fixture body has been fabricated. PART 3 —EXECUTION 3.1 INSTALLATION A. Fixtures: Set level, plumb, and square with ceiling and walls, and secure according to manufacturer's written instructions, authority having jurisdiction, and approved submittal materials. Install lamps in each fixture. B. Support for Fixtures in or on Grid -Type Suspended Ceilings: Use grid for support. 1. Install ceiling support system rods or wires from the structure for each fixture as required by the authority having jurisdiction. 2. Support Clips: Fasten to fixtures and to ceiling grid members at or near each fixture corner. LIGHTING MDE Project No. 16761 265563 - 6 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 3. Fixtures of Sizes Less than Ceiling Grid: Arrange as indicated on reflected ceiling plans or center in acoustical panel, and support fixtures independently with at least two %-inch (20mm) metal channels spanning and secured to ceiling tees or as required by the authority having jurisdiction. C. Suspended Fixture Support: 1. Stem -Mounted, Single -Unit Fixtures: Suspend with twin -stem hangers. 2. Continuous Rows: Use tubing or stem for wiring at one point and tubing or rod for suspension for each unit length of fixture chassis including one at each end. 3. Continuous Rows: Suspend from cable installed according to fixture manufacturer's written instructions, complete with escutcheons, etc., and details on Drawings. 4. Grounding: Continuous rows of light fixtures hall be provided with properly connected continuous ground system. 5. Attachment: All suspended fixtures shall be supported with proper connections to the building structure. D. Fixture Start-up: 1. Fluorescent lamps shall be operated continuously for 24 hours after the fixtures have been energized. 2. HID lamps shall be operated continuously for 100 hours after the fixtures have energized. 3.2 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Operational Testing: Perform operational and functional testing as follows to verify performance: 1. Verify normal operation of each fixture after installation. 2. Interrupt electrical supply to emergency lighting fixtures to demonstrate proper operation. Verify normal transfer to battery source and retransfer to normal. 3. Report results in writing. C. Malfunctioning Fixtures and Components: Replace or repair, then retest. Repeat procedure until units operate properly. 3.3 CLEANING AND ADJUSTING A. Clean fixtures internally and externally after installation. Use methods and material recommended by manufacturer. B. Adjust amiable fixtures to provide required light intensities. C. Dispose of defective and/or broken lamps per EPA and manufacturer's requirements. D. Refer to the "Lighting Fixture Schedule" on the Drawings. END OF SECTION 265563 LIGHTING 265563 - 7 r. MDE Project No. 16761 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-100529 Henthorn Commercial Construction, LLC Lubbock, TX United States Date Filed: 08/17/2016 2 Name of governmental entity or state agency that Is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12861 General Contractor for the Renovations to the Citibus Administration and Maintenance Facility 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT_ a,�:,�,w,.=, 1 swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. KATHY VARNER My Commission ExpireFL— August 31, 2018Of Im - - Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said Rly-+f— O AAJ,%0Y % this the 20 (o to certify which, witness my hand and seal of office. day of Lop 4i�� \Jo Signature of dicer administering oath Printed name of lofficer administering oath Title of officer administering th Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-100529 Date Filed: 08/17/2016 Date Acknowledged: 08/17/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Henthorn Commercial Construction, LLC Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12861 General Contractor for the Renovations to the Citibus Administration and Maintenance Facility 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK LIGHTING MDE Project No. 16761 Apr-13-2016 265563 - 8 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 5700 - DISPOSAL OF LAMPS AND BALLASTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provided all equipment, materials, labor supervision, and services necessary for or incidental to the disposal of lamps and ballasts as indicated on the drawings, and as specified. B. Work included: 1. Removal of light fixtures where indicated. 2. Arrange for the disposal of lamps and ballasts in accordance with TSCA. 1.3 STANDARDS A. All work shall comply with the Toxic Substances Control Act (TSCA) 1976. 1.4 SUBMITTALS AND SHOP DRAWINGS A. Submit qualifications of disposal company. . B. Reference Section 01300 and Section 26 0500 for detailed requirements. 1.5 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 BALLASTS A. Check ballast labels to determine whether they contain PCB's. Ballasts containing PCB's shall be disposed of in accordance with the following matrix. PCB Capacitor PCB Potting Labeling, Transportation and Disposal Disposal Options material Manifesting for Disposal Reference in Art. 761 "No PCB's" Label Not regulated under TSCA N/A Not regulated under TSCA DISPOSAL OF LAMPS 265700 - 1 MDE Project No. 16761 4 l t Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 None <50 ppm Not regulated under TSCA N/A Not regulated under TSCA Intact and non- > 50 ppm Is a PCB bulk product waste. .50(b)(2)(ii) TSCA Incinerator, leaking or none. No labeling is required. .62(a)-(c). TSCA/RCRA Manifesting is required for Landfill, Alternate disposal in accordance with Art. Destruction Method, 761.62(a); is not under Art. Decontamination 761.62(b); may be required (Art. 761.65(d) under Art. 761.62(c). storage approval may be required), Coordinated approval, State approved landfill (leach test required), Risk -based approval Intact and non- <50 ppm No labeling or manifesting .50(b)(2)(i). As municipal solid leaking required 62(b)(ii). waste 40CFR 761 subpart D options Leaking <50 ppm or Disposal as PCB bulk product .62(a) or TSCA Incinerator, > 50 ppm waste. No labeling is required. (c). TSCA/RCRA Manifesting is required for Landfill, Alternate disposal in accordance with Art. Destruction Method, 761.62(a); may be required Decontamination under Art. 761.62(c). (Art. 761.65(d) storage approval may be required), Coordinated approval, Risk -based ,approval 3.2 LAMPS A. Dispose of used fluorescent lamps as a universal waste in accordance with 40 CFR, part 273. 3.3 SAFETY AND STORAGE OF BALLASTS A. Provide protective safety equipment for workers. Chemical -resistant gloves shall be worn when handling all ballasts. For handling leaky PCB ballasts, a chemical -resistant Tyvek® suit and respirator are also required. If there has been a fire near light fixtures, assume that ballasts are leaky. Contaminated clothing shall be treated as hazardous waste along with the ballasts. B. Inspect ballasts for likely PCB content. Unless a ballast is labeled "No PCBs," assume that it contains PCB. C. Separate PCB ballasts. As ballasts are removed, separate and store separately ballasts that are presumed to contain PCBs. Non -PCB ballasts will be less costly to dispose. D. When removing ballasts, clip connecting wires close to ballasts, minimizing extra weight. E. Store PCB ballasts in standard, 55-gallon sealable steel drums labeled with yellow "Caution: Contains PCBs" labels. Leaky ballasts shall be double -bagged before placing in drums. Do not over -pack drums, as this may cause breakage or leakage. A full drum should contain no more than 250 ballasts, and it should weigh no more than 1,000 pounds (450 DISPOSAL OF LAMPS 265700 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. kg). F. Handle PCB ballasts carefully. Do not drop or throw PCB ballasts, as this may cause breakage. G. Identify a responsible ballast disposal company, registered with the U.S. Environmental Protection Agency. The best disposal option from an environmental standpoint is capacitor removal and incineration, with recycling of other ballast components. The second-best option is whole -ballast incineration. 3.4 DOCUMENTATION A. Submit documentation detailing the characteristics of the disposed lamps and ballasts, including the date of shipment, number of lamps and ballasts, location from which lamps and ballasts are shipped, destination of shipment, and also detailing the manner of disposal and the location of the disposal site. Provide copies of invoices that track the used lamps. END OF SECTION 265700 DISPOSAL OF LAMPS 265700 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK DISPOSAL OF LAMPS MDE Project No. 16761 Apr-13-2016 265700 - 4 ubbo�k ADDENDUM 4 RFP 15-12861-MA Renovations to the Citibus Administration and Maintenance Facility DATE ISSUED: May 31, 2016 NEW CLOSE DATE: June 3, 2016 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Please be advice of the following: NEW CLOSE DATE: June 3, 2016 at 3:00 p.m. REVISED BID FORM: 1) Added alternates to the bid form. 2) Revised bid form must be submitted with bid. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(d)mylubbock.us THANK YOU, XtV4 A Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Renovations to the Citibus Administration and Maintenance Facility having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BID ITEM DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE NO. Renovations to the Citibus 1 Administration and Maintenance LS Facility as specified herein TOTAL PROPOSAL ITEMS #1: ($ Number of days required for construction: TOTAL CALENDAR DAYS: ALTERNATES DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add — the Roofing Add Alternate NO as described in Scope of Work on LS 1 Sht. R1.01 of the Construction Documents. Add — Repaint interior surfaces NO and install tack -boards as LS 2.1 indicate on Construction Documents. J DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add —Remove and/or replace NO flooring materials as indicated on LS 2.2 Construction Documents. Add — Repair and repaint existing NO acoustical ceiling grid and install 3. new ceiling titles as indicated on LS Construction Documents. NO Add — Replace existing lighting with LED lighting as shown on LS 4. the Construction Documents. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (90) NINETY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (100) ONE HUNDRED CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas. VL4 CSty of ubbock IFIA ADDENDUM 6 RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Date Issued: June 8, 2015 New Date Due: July 6, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: a) The close date has been extended until July 6, 2016 @ 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvareznu,mylubbock.us THANK YOU, Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing _& ContractManagement if anv language, requirements, etc., or anv combinations 1 thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Ciof 'L'ubboty ck rEen ADDENDUM 7 Closing Extension RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Date Issued: July 1, 2016 New Date Due: July 20, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: a) The close date has been extended until July 20, 2016 @ 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(cr�xnylubbock.us THANK YOU, ntq& Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. k u nWLtr,. City of b b 0 ADDENDUM 8 RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Date Issued: July 20, 2017 New Close Date: July 27, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) Due date has been extended until July 27, 2016 @ 3:00 p.m. 2) A revised bid is attached and must be submit with proposal. 3) Architects Addendum Eight which includes: a) Supplement documents All requests for additional information or clarification must be submitted in writing and directed to; City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarezAmYlubbock.us THANKYOU, / 4V4 Akaq Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. requirements. etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 7-20-2016 PROJECT NUMBER: 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Renovations to the Citibus Administration and Maintenance Facility having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BID ITEM DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE NO. Renovations to the Citibus 1 Administration and Maintenance LS Facility as specified herein TOTAL PROPOSAL ITEMS #1: ($ Number of days required for construction: TOTAL CALENDAR DAYS: ALTERNATES DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add — the Roofing Add Alternate as described in Scope Alt No 1• LS of Work on Slit. R1.01 of the Construction Documents. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add —Remove and replace Alt No 2. carpeting as indicated on LS Construction Documents. Add — Replace existing acoustical ceiling grid and Alt No 3. install new ceiling titles as LS indicated on Construction Documents. Add — Replace existing lighting Alt No 4. with LED lighting as shown on LS the Construction Documents. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (114) ONE HUNDRED AND FOURTEEN CONSECUTIVE CALENDAR DAYS and attain Final Completion within (128) ONE HUNDRED AND TWENTY EIGHT CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. _ The undersigned Offeror hereby declares that he has visited _the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas. July 20, 2016 Citibus Admin. & Maint. Renovation CHA Project #1404 COL Bid #16-12861-MA Bid Closing Addendum Eight 612 Broadway Lubbock.Texas 79401 806.749.1153 fax 749.1866 j Larchi[ect;chapmanharveycom July 27, 2016 3:00 pm ChapmanHarvey ARCHITECTS, I NC. F rr -- 2- °G 3+ 3 1) The attached Supplemental Document "City of Lubbock Citibus Roof Abatement Project", prepared by Compliance Sampling and Analysis, Inc., dated 6/16/16, shall be included and made a part of the Construction Documents and the work of this project, 2) The attached Supplemental drawing "SUP. 1", dated 6/23/16 shall be included and made a part of the Construction Documents and the work of this project. 3) Modify the previously issued Addenda 1 - 7 as follows: ADDENDUM 1 — Comment 1 is REVISED per this Addendum, item 2) above. Comment 2 is REVISED to include all new metal elements. OMIT pre -bid comments 3 — 6. ADDENDUM 2 — Electrical and Mechanical comments are UNCHANGED. ADDENDUM 3 - Comments 1 — 6 are UNCHANGED. Comment 7 is REVISED below in "Addendum 5, Base bid", ADDENDUM 4—See updated bid form attached with this addendum. ADDENDUM 5- • Base bid — ADD asbestos abatement as described in this Addendum, item 1) above. OMIT separate asbestos cost figure. Roofing work as described on drawing sheets R1.01 and R2.01 remains UNCHANGED. Roof hatch described in Addendum 1 is REVISED per the supplemental drawing SP.01 included in this Addendum. • Alt. 1 — OMIT separate asbestos cost figure. Roofing work as described on drawings R1.01 and R2.01 remains UNCHANGED. • Alt. 2.1 — OMIT all interior painting and new tack boards. • Alt. 2.2 — Remove old carpet and replace with new carpeting and vinyl base as identified on Finish Schedule, Sheet A6. The west stairs shall be included in the carpeting replacement. OMIT all other floor work including materials, finishes and east stair treads. LCelebrating 26 years of service. • Alt. 3 — REVISE to read — OMIT comments regarding repair and repainting of ceiling grid. ADD - all ceiling grid and acoustical ceiling tile to be replaced with new material. See specifications. • Alt. 4 — UNCHANGED. ADDENDUM 6 — SUPERCEEDED BY ADDENNDUM 8. ADDENDUM 7 — SUPERCEEDED BY ADDENNDUM 8. End of Addendum Eight Celebrating 26 years of service. 2016 ACMASATEMENT CITBUS FACILITY. LUBBOCK, TX. 5,0 EXHIBIT A: SCOPE OF WORK CITY OF LUBBOCK CITI BUS ROOF ABATEMENT PROJECT 1.0 General: 1.1 The intent of the 2016 Asbestos Abatement Project is to abate the ACM contaminated flashing mastic on roof flashing, roof HVAC bases, and ail roof penetrations. Abatement prior to installing a new roof. 1.2 The specifications comply with the Nation Emissions Standard for Hazardous Air Pollutants ( NESHAP), regulations 40 CFR 61 Appendix A Subpart M - Al for asbestos built up roof (BUR) abatement projects when ACM is removed Intact using wet removal methods. 1.3 OSHA Compliance for Intact Removal of ACM Roof: The specifications comply with OSHS regulations for removal of a building up roof when a contractor uses the specified wet removal of intact ACM containing roofing materials with wet removal methods supervised by an onsite OSHS defined "Competent Person" to instruct in work practices and compliance with OSHA 1926.1101- g, through k. 1.4 OSHA Competent Person: The abatement of the ACM containing roofing materials may be performed by a roofing contractor with the approved -training for a OSHA defined °Competent Person" and trained workers or a roofing contractor who hires a asbestos abatement contractor to perform the abatement work. ' 1.5 NESHAP Trained Person: The roofing. contractor is required to have a NESHAP trained person on site, during all removal of the ACM roof fiashings 40 CFR 61 Appendix A Subpart M V Training for intact removal of the category 1 roofing materials. 1.6 Roofing Contractor requirements. If the contractor does not have the training and method to comply with the NESHAP and OSHA regulation they will need to hire a abatement contractor to provide for the removal of the ACM materials, 2.0 Special Conditions: 2.1 Intact Removal Category I ACM: The abatement of the ACM roof materials when removed intact and with wet removal methods will not require a NESHAP renovation/demolition notification as the project will not remove the -threshold amount of 5580 square feet of ACM or produce more than 160 square feet of regulated asbestos containing materials, (RCAM). 40 CFR 61 Appendix A Subpart Al for Category 1 ACM. 2.2.OSHA Compliance: The roofing contractor must comply with OSHA regulations for worker safety as outline in OSHA standard 1926.1101 as pertains to removing flashing materials intact and with wet removal methods 1101. (g) (pi), worker training in 1101. (k) (8) (vi), and 1101. (f) (2) (ii) for an OSHA approved Negative Exposure Assessment (NEA) for worker exposure requirement on the project 2.3 NESHAP Compliance: The roofing contractor must comply with.the NESHAP requirement for removal of the ACM roofing materials intact and using wet removal methods to assure no more than 160 square feet of COMPLIANCE SAMPLING AND ANALYSIS, INC TDSHS Agency Lic. 10.0347 TDSHS Lab Lic. 30-0316 CSA Project No,2016.097 Clark Del.avan, JAC TDSHS Lic.10.5031 2016 ACM ABATEMENT CITRUS FACILITY. LUBBOCK, TX. RACM Is generated. If not found to be in compliance the requirement of Category li abatement will be required. - 2.4 NFSHAP Compliance: Worker training is required for NFSHAP compliance. Provide a NFSHAP trained person for supervision and asbestos awareness trained workers for removal see 40 CFR 61 Appendix A Subpart Al 40 CFR 61 Appendix A Subpart Al for Category 1 ACM. "training". 3.0 Job Site Submittals: 3.1 Roofing. Contractor. Submit NFSHAP trained persons training certificates, worker training certificates on all workers performing removal of ACM materials. 3.2 Abatement contractor: TDSHS contractor license and transporter license. Training certificates of workers and supervisor, (if required). 3.3 Approval for the landfill to accept Category 1 non -friable ACM roofing materials, Submit disposal manifests for all waste following disposal. 4.0 Scope of Work: Cit[Bus facif tty 2016 roof renovation. 4.1 Materials to abate ACM containing roof mastic for roof flashing, HVAC bases and all roof penetrations abatement. 4.1.1 Refer to attached drawing for ACM locations and estimating quantities. 4.2 OSHA required regulated area: 4.2.1 Provided a regulated area by installing. hazard warning tape around the immediate work area and place asbestos warning signs at entrance to alert works and job site personnel to the hazard and wam to not enter the regulated area. Only trained personnel may enter the regulated area. 4.2.2 Label trailers and storage container(s) with asbestos warning signs and barrier tape. Storage containers need to clearly warn of hazard to ensure the general contractors worker do not attempt to use. The labeling is not required but recommend to prevent use of bins by others and mixing waste. 5.0 Manifesting of Waste and Transporting Off Site 5.1 The NFSHAP regulation considers the wane as non -regulated when removed intact as specified above. 5.2 The contractor will need to meet the landfill requirements for disposal. Landfill requirements vary and some landfills may require wrapping/bagging and labeling of waste for disposal COMPLIANCE SAMPLING AND ANALYSIS, ING TONS Agency L(c. 10.0347 TDSHS Lab Lic, 30-0318 CSA Project No.2018-097 Clark DeLavan, IAC TDSHS Lie,10.5031 2016 ACM ABATEMENT CITRUS FACILITY. LUBBOCK, 7X 5.3 Manifesting waste is recommended for the owners tracking and records. The supervisor will maintain copies of all manifests in the job site log book and provide the project manage with a copy for the owner's project manual. 6.0 TDSHS Renovation/Demoiltion Notification 6.1 None Required: A NESHAP or TDSHS notification is not required for the abatement of less than 6,580 square feet of roofing ACM. 7. Competent Person requirements for worker training and worker monitoring, 7.1 The contractor competent person will be responsible for meeting the training and worker requirement of both the OSHA and NESHAP requirement. The contractor will be responsible- for compliance with OSHA and NESHAP regulatory compliance as well as local requirements and permits required. 7.2 The contractors competent person will be responsible for furnishing a negative assessment exposure for the workers. This maybe an in house developed assessment from similar projects or assessment established by the National Roofing Contractors Association publications. END OF EXHIBIT A 3 COMPLIANCE SAMPLING AND ANALYSIS, IINC TDSHS Agency Lic.10-0347 TDSHS Lab Lie, 30-0318 CSA Project No.2018-087 - Clark Del-avan, IAC TDSHS Lic.10.5031 i f F- Q; �.-R Q i O 1 v I� NO ABATEMENT I REQUIRE. i I ' y I Q I`I I ! ��f1 I1 .+ .lwft ��_ .NI0 g �IAL •IwR�t1i Y iM p�y.fiiww"fRtP' �'■ frw+o�c'va �/0,1Lq ,,�.e��w►.ir �1�t epequi �Dr���FR .o..rw..sow.e1 wiu.■e..r.r.s®ttLLY:O� d.-g u.tra�..s- �o�ias �� q �psmm.s.nc sm wmcsuumm.leawaoamYRaansle■tmwP �....r.w .. �wmas xrunmRuwmweonwfu+dc.wroaor..em �imw+1lPY VpumWlawwraLAtftYtauPmNeX.siou.rusrr�.o '+awn��masvwsar.uer.orm wm/st.saucutm:.+ruu.we.xowmw Frm.YulMbP sxa weamwn:sauve. Na+4+k40aDr1o.Y wgVwsle .eawumcmnlmwrortaalwwr�ler as�naPnr• u�"wx+nuwnwarmrnwn..m eunsxmxMnn+ rrc+'�mvuwa �t�aCCL Ql-tfCYC� YliM1AmF4WaY WWart4fnOLbiw11010. WIAtD M4aY.K1Gtdlfm , Ac—A—t O.@,VpOI�YI■.KVs41bMP11w1aAN rO0lplfpl'iCt��p1APlNNtfiu11hY1 M.aOP/hJwaluiOID�MWt1�9410�IltDK�GrMPGOtMCRPYt Ldf11R dv4TPtiPmr W,qp'NiOuauP0.0rOFW6PP4+�elaiPNl9flR��Ifeerw �D PR�OT � xY109t110�g10�98Y�wa1�lrs AREA REQUIING ABATEMENT ALL ACM ROOF FLASHING MASTIC, HVAC BASES MASTIC, ALL MASTIC ON ROOF PENETRATION, VENTS, ELECTRICAL 1 ERA! L R Pl {�N ospus 1 n ROOF LEGEND !S B 9 ® ® >Anu+r. wr naatww<s �wma wt.® .u..r,n °Y1er swtRa ,rcuso'n r�mOrLN7 �rtan ■tul woro.s ot23 n..eA. rsr'oR .sritRR wlgrR+Ra+s� .Yn .mr�.r ..r..t a¢>•Ira wr.t ma KAwAu. •' - �oa.on....�.R.. P� ..R ..tgPv�T a�GU OO M.00 ORMmtl.,t Oa;,. RR.MM �aVR OP41Nb O�Y� .TA4 { 2016 ACM ABATEMENT CITBUS FACILITY. LUBBOCK, TX I CONSULTING AGENCY LICENSES COMPLIANCE SAMPLING AND ANALYSIS, INC TDSHS Agency Lie. 10.0347 TDSHS Lab Lic, 30-0319 Clark DeLavan, 1AC 'TDSHS Lic. 10-5031 4 GSA Project No.2016-097 - • � �'.sm .+e�u��iyry�yc.�- '� ti' •G, �Nt apex[. �y.�K:�r.�g.��1#�.+�b. 't3.. � � ^ State. Reaft Servic � , ' _.... A •r.y t.tcv�. trot. r..{r>..r+: a _. Jf`. Y �f.. i.^.l •r•lpra •.:. r.•.� _ .ems . ^.4t•• •t a. •^ .ti . .. .. �.�... �.•_ •_ ...w—�� w•` ter+'• .. • . . ^: �.... .��......• w.. .. .. .. •. ......�. .. .. ..��.... ���.. ... ... .. .ram .t�N • .�.. J.. ..�� .+. . r� •.. �.�...��.�w...... TEXAS DEPARTMENT -OF STATE BEALTH SERVICES CONTLUNCE SLING .AND ANALYSIS INC iscertpwtoPfffom asa Asb o$ Consultant Agency in the &ate of Texas iithk the p of Texas Qccupaoons Cede, chapter 1954, so low as this lacersae is not sspended or rawked and is reeved according to the rukas adopted by the Te=Board of lkal h r• �� •:�: s RKphzdon bye: 312 016 ((Void After F.xpration Daie) VOID IF }ALTERED NON-TF2ANSFERABY E iR TEXAS DEPARTNffiNT OF STATE BEALTH SERVICES is carhfud to perr vzm cu a Asbestos Laboratory PCM ft ! a !. ..� ' X .i i :� / � K t! lXi ! ! !. � '. fI/ :r � " f . ! • R R X :s / ya f ti4 f. ' i IJAW& • ! ' Yt R 1. ' .f /,. / i I • fi :1 / f f ! +�I. i if .� ) I i.X' ! I�MF■ ' ! X �--tt��kk.,,Dyy1`i��v M� LAX� 7G s 11�1,D.. r � 40AfiY2373JI0lYli Z OF �•1.-[1 was - s I sE VOID IF ALTERED AIOWTRANSF LE NEW BILCO TYPE 520 ROOF HATCH NEW ROOF HATCH OPENING LADDER EXI5TING ROOF, 5EE ROOFING DETAIL5, SHEET R2.01 n w NEW 2X4 BLOCKING FOR ROOF HATCH IN5TALLATION ?ANGLE ATTACHMENT NEW CSx11.5 GSx11.5 -- ANCHORED WITH ANGLE TO GONG. BRACING 4 FLASHING @ ROOF HATCH FLOOR 1 1/2" = 1'-01' 4' - 0" NEW CHANNELS 1 EXI5TING EA5T EXTERIOR WALL 5' - O" OPENING i ATTACH LADDER TO CHANNEL &,ANCHOR TO FLOOR ROOF HATCH 2 1/2" = 1'-0 " LY NEW CHANNEL-5 ChapmanHarvey c mus oE R% ARCH ITECTS INC C� o vJ y9A / date: 06/23/16 612 Broadway (866) 749 -1153 ADMINISTRATION AND a Q ➢ o Lubbock, Texas 79401 FAX (BOB) 749 -1i1s6 TBAE-BR961 MAINTENANCE o� o�S jog; 1404 - RENOVATIONS so1461G¢ P �rTT 7 m 2016 CHAPMAN HARVEY ARC1RECTS, INC. 801 TEXAS AVENUE, LUBBOCl�, �TF OF ��F'� sheet �.7 v�. 1 UNAUTHORIZED DUPLICATION PROHIBITED. TEXAS j one ic) This drawing and all prints of it are the property of Chapman Harvey Architects, Inc. Prints ore to be returned to Chapman Harvey Architects, Inc. upon completion of use for which thenyh were issued. Reproductions of these drawings without the written consent of Chapman Harvey Architects, Inc. is not permitted, and Chapman Harvey Architects, Inc. retains all common low and statutory and other reserved rights, including the copyright. Page Intentionally Left Blank d City of Lubbock Bid 16-12861-MA City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12861-MA Renovations to the Citibus Administration and Maintenance Facility Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. x Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. x Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. x Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. x Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. x Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. x Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. x Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number and the following: Completed and signed Statement of Eligibility. Completed and signed Certification of Restrictions on Lobbying. Completed and signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Pursuant To 49 CFR Part 29, Appendix B) Completed and signed Business Questionnaire Completed and signed Non -Collusion Affidavit. Completed and signed Buy America Certificate. Completed Reference Form. 8. x Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. x Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 5/9/2016 8:40 AM P. 5 z.. 10. x 11. x City of Lubbock Bid 16-12861-MA DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: .i Complete and submit the FINAL LIST OF SUB -CONTRACTORS. i DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: _ Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS , COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. HENTHORN COMMERCIAL CONSTRUCTION LLC. (Type or Print Company Name) 1 Page Intentionally Left Blank 5/9/2016 8:40 AM i ( pFp t i $€11 7 j i k t p• 6 3 t ...t INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank 6 NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 16-12861-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on June 1, 2016 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Renovations to the Citibus Administration and Maintenance Facility" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 P.M. on June 1, 20161 and the City of Lubbock City Council will consider the proposals June 23, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeroor. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeroor regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on May 19t6, 2016 at 11:00 A.M., in Committee 103 Room, City Hall, 1625 13111 Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at h=://i)r.theLMroductioncoMpany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. v Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Renovations to the Citibus Administration and Maintenance Facility per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 P.M. on June 1, 2016 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 16- 12861-MA, Renovations to the Citibus Administration and Maintenance Facility" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal conference will be held at May 1911, 2016 at 11:00 A.M., in Committee 103 Room, City Hall,1625 13' Street, Lubbock, Texas. 3 2.1 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsvnc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hqp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 2 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. - 9 CONFLICT OF INTEREST - 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR I CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13'' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within (120) ONE HUNDRED TWENTY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (150) ONE HUNDRED FIFTY CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or 1 limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be. the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 1 , 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 7 r. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or 30 ( 31 others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name: Henthorn Commercial Construction, LLC. 29.3.2 Proposal — RFP-16-12861-MA- Renovations to the Citibus Administration and Maintenance Facility" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) (b) (c) (d) (e) Notice to Offerors. General Instructions to Offerors. Proposer's Submittal Form. Statutory Bonds (if required). Contract Agreement. General Conditions. Special Conditions (if any). Specifications. Insurance Certificates. for Contractor and all Sub -Contractors. All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the 9 proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to .perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience' with the contractor. The City may also interview the job superintendent at a time to be named j after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: 10 (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is 500,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 11 f__. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS s SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not s less than the general prevailing rate of per diem wages for the work of a similar character in the 12 locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htt-o://www.wdol.gov/dba.asm 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 TEXAS GOVERNMENT CODE 4 2269 SUBCHAPTER D. I" SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: July 27, 2016 7-20-2016 PROJECT NUMBER: 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility Proposal of Henthorn Commercial Construction, LLC (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Renovations to the Citibus Administration and Maintenance Facility having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. NO.. DESCRIPTION UNIT Renovations to the Citibus 1 Administration and Maintenance LS Facility as specified herein MATERIALS I LABOR 31,292 TOTAL PRICE 513j077. TOTAL PROPOSAL ITEMS #1: (S C. 31017 Number of days required for construction: TOTAL CALENDAR DAYS: 120 ALTERNATES Plus Alt. 3 & 4 $599,209.00 DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add — the Roofing Add Alt No 1. Alternate as described in Scope of Work on Sht. R1.01 of the of 4 Construction Documents. 0 DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Add —Remove and replace Alt No 2. carpeting as indicated on LS "� JfgI 1 1 Construction Documents. Add — Replace existing acoustical ceiling grid and Alt No 3. install new ceiling titles as indicated on Construction LS DD )4566. ®o )�. Z } ve '.JJ/ �� Documents. Add — Replace existing lighting Alt No 4. with LED lighting as shown on LS �8, y 7® o0 214' A460,1 �! (aG ®• `7�• the Construction Documents. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (114) ONE HUNDRED AND FOURTEEN CONSECL' IT E CALENDAR DAYS and attain Final Completion within (128) ONE HUINDRED AND TWENTY EIGHT CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of S500 (FIVE HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more My set forth in the general conditions of the contract Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the tight to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date -specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. !� Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% Bid Bona Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 5-20 No. 5 Date: 6-3 Addenda No. 2 Date 5-25 No. 6 Date: 6-8 Addenda No. 3 Date 5-27 No. 7 Date: 7-1 Addenda No. 4 Date 5-31 No. 8 Date: 7-20 M/WBE Firm: 7/27/2016 Authorized Signature Rhett Dawson (Printed or Typed Name) Henthorn Commercial Construction, LLC Company 2011 Avenue C Address Lubbock Lubbock City, County Texas 79404 State Zip Code Telephone: 806 - 687-3084 Fax: 806- 209-0220 Email: rhett@henthorncommercial.com FEDERAL TAX ID or SOCIAL SECURITY No. 26-4058489 Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas. { Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Henthorn Commercial Construction LLC as Principal hereinafter called the Principal, and The Guarantee Company of North America USA a corporation created and existing under the laws of the State of Michigan whose principal office is in Southfield, MI as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Renovations for Citibus Admin and Maintenance NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 1st day of June, 2016 Henthorn Commercial Construction LLC (PriixCipal) By e- _ (SEAL) The Guarantee Companv of North America USA (Sure By Z (SEAL) Jo y Moss Attorney -in -fact I 1 i THE The Guarantee Company of Noah America USA. _ GUARANTEE Sautti�ir"1d, Mit:hign POWER OF ATTORNEY • KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having Its principal office in Southfield, Michigan, does hereby constitute and appoint Tony Flerro, Johnny Moss, Jay Jordan, Mistie Beck, Robert G. Kanuth, Jeremy Barnett, Jade Porter, Jarrett Willson of Rockwall, Texas Tony Flerro, Mistie Beck, Robert J. Shuya, Jade Porter, Johnny Moss of El Paso, Texas K & S Group, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on Its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney Is executed and may be certified so, and may be revoked, pursuant to and by authority of Article V, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31°c day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -In -fact and revoke the authority given, except as provided below 3. - In connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the -final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under Its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, It is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following Is a true excerpt RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of Indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. cb, IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to bd signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. %ax, THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said - instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of rQ Cynthia A. Takal Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting In Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of No-rthh..Amedca USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this .I <ay®RIZ_�'Nk. Randall Musselman, Secretary City of Lubbock Bid 16-12861-MA CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor ( riginal Signature) TYLER HENTHORN Contractor (Print) CONTRACTOR'S BUSINESS NAME: HENTHORN COMMERCIAL CONSTRUCTION (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2011 AVE . C LUBBOCK, TEXAS 79404 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. PROPOSAL 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility 5/9/2016 8:40 AM p. 48 s i; NON -COLLUSION AFFIDAVIT STATE OF TEXAS § COUNTY OF TRAVIS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: v Printed Name: TYLER HENTHORN Title: VICE PRESIDENT Company: Date: HENTHORN COMMERCIAL CONSTRUCTION, LLC. June 3, 2016 SUBSCRIBED and sworn to before me the undersigned authority by 3 the of, on behalf of said bidder. --— Notary Pub6c in and for the State of Texas My commission expires: wll WHY YAWR Mhr CoaMnissbn E> a,'toptty� A"W131. 2018 Revised May 2007 I> THE AMERICAN INSTITUTE OF ARCHITECTS r-< AIA Document A305 CONTRACTOR'S QUALIFICATION STATEMENT 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated General Contractors of America (AGC) for use in evaluating the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the AIA or AGC. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: ADDRESS City of Lubbock Marta Alvarez 1635 15u' St Lubbock, TX SUBMITTED BY: Henthorn Commercial Construction, LLC NAME: Tyler Henthorn ADDRESS: 2011 Ave. C, Lubbock, TX 79404 PRINCIPAL OFFICE: 2011 Ave. C, Lubbock, TX 79404 Corporation Partnership Individual Joint Venture Other NAME OF PROJECT: Children's Area, Workshop Expansion and Mechanical Package TYPE OF WORK (file separate form for each Classification of Work): ii X General Construction HVAC Plumbing Electrical Other (please specify) 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 8 years 1.2 How many years has your organization been in business under its present name? 8 years 1.2.1 Under what other or former names has your organization operated? None Copyright 1964. 1969. O 1956 by Tile American Institute of Architects, 1735 New York ;Avenue, N.\u. Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without v,— itten permission of the AIA violates the copyright hm%s of the United States and will be sub;cct j to legal prosecution. AIA DOCUMENT A305 e Contractors Qualifications Statement 6 1986 Edition ® ^c, 1986 THE AMERICAN INSTITUTE OF .ARCHITECTS. 1735 NEW YORK AI.VENUE. N.W. W ASHING`ION. DC 20006 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: n/a 1.3.2 State of incorporation: n/a 1.3.3 President's name: n/a 1.3.4 Vice-president's name(s): n/a 1.3.5 Secretary's name: n/a 1.3.6 Treasurer's name: n/a 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization n/a 1.4.2 Type of partnership (if applicable): n/a 1.4.3 Name(s) of general partner(s): n/a 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: n/a 1.5.2 Name of owner: n/a 1.6 If the form of your organization is other than those listed above, describe it and name the principals: Texas Limited Liability Corporation President: Michael Henthorn Vice President: Tyler Henthorn Secretary/Treasurer: Kathy Varner Organized in June of 2008 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration of license numbers, if applicable: General Contractor, Lubbock, TX General Contractor, Amarillo, TX General Contractor, Seminole, TX General Contractor, Levelland, TX General Contractor, Sundown, TX General Contractor, Wolfforth, TX General Contractor, Snyder, TX General Contractor, Plainview, TX General Contractor, Dumas, TX Copyright 1964. 1969, © 1986 by The American Institute of Architects. 1735 New fork Avenue. N.W. Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright lags of the United States and will be subject . to legal prosecution. ` AIA DOCUMENT A305 a Contractors Qualifications Statement ® 1986 Edition ® @ 1986 THE. AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON. DC 20006 2 2.2 List jurisdictions in which your organization's partnership or trade name is filed: State of Texas 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces: Wood and metal framing sheetrock, concrete, low level steel erection, rough carpentry, finish carpentry, misc floor coverings, doors and hardware, final cleanup 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details). 3.2.1 Has your organization ever failed to complete any work awarded to it? No 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or suits pending or outstanding against your organization or its officers? No 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction conttact? (if the answer is yes, please attach details) Iwo 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. See "Experience" Division with resumes 3.4.1 State total worth in progress and under contract: $ 65,497,560.00 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. Copyright 1964, 1969. © 1986 by The American institute of Architects_ 1735 New York Avenue. N.W. Washington. D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without 4vritten permission of the AI_A violates the copyright laws of the United States and will be subject to legal prosecution. 3 AIA DOCUMENT A305 a Contractors Qualifications Statement 0 1986 Edition a Q 1986 THE .AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON_ DC 20006 See "Firm Qualifications" division with resumes 3.5.1 State average annual amount of construction work performed during the past six years: Since our company is only 8 years old, our annual average has gone up every year and continues to grow. Currently we are doing in excess of 65 million dollars. 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See attached resumes under "Firm Qualifications & Current Projects" division 4. REFERENCES 4.1 Trade References: Contractor's Choice — Lubbock, TX Bright Star Electric — Lubbock, TX T&S Plasterings- Lubbock, TX Ahern Rental — Lubbock, TX White Services —Lubbock, TX 4.2 Bank References: People's Bank — Lubbock Contact: Troy Vanderburg American Bank of Commerce — Lubbock/Wolfforth Contact: Troy Melcher 4.3 Surety: 4.3.1 Name of bonding company: The Guarantee Company of North America USA Contact: Dan Jameson 4.3.2 Name and address of agent: Johnny Moss K & S Insurance Agency 2255 Ridge Road, Suite 333 P.O. Box 277 Rockwall, TX 75087 5. FINANCING 5.1 Financial Statement 5.1.1 Attach a financial statement, preferably audited, including your Copyright 1964. 1969, v 19,96 by The American Institute of Architects. 1735 New York Avenue, N.W. Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyrizltt laws of the United States and will be subiect to legal prosecution. 4 AIA DOCUMENT A305 ® Contractors Qualifications Statement ® 1986 Edition e J 1986 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON. DC 20006 organization's latest balance sheet and income statements showing the following items: Financial Statement provide upon request Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); w/ financial statement Net Fixed Assets; w/ financial statement Other Assets; w/ financial statement Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); w/ financial statement Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings); w/ financial statement 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: Brian Bennett McMahon, Vinson, Bennett, LLP 7822 Orlando Ave. Lubbock, TX 79423-1954 806.792-0633 5.1.3 Is the attached statement for the identical organization named on page one? Yes 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Upon request. Copyright 1964. 1969..O 1986 by The American Institute of Architects. 1735 New York Avenue. N A.. Washington. D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission ofthe AiA violates the copyright laws of the United States and will be subject to legal prosecution. 5 AIA DOCUMENT A305 ® Contractors Qualifications Statement.® 1986 Edition 9 © 1986 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON. DC 20006 i_ 6. SIGNATURE 6.1 Dated: 3rd day of June, 2016 Name of Organization: Henthorn Commercial Construction, LLC By: Tyler Henthorn Title: Vice President Copyright 1964. 1969. ^ 1986 by The American Institute of architects. 1735 New York Avenue. N.W. Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written pennission of the AIA violates the copyTi_ht laws of the United States and will be subject to legal prosecution. 6 AIA DOCUMENT A305 e Contractors Qualifications Statement e 1986 Edition ® ^ 1986 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON. DC 20006 HENTHORN CONSTRUCTION- MUNICIPAL EXPERIENCE r CITY OF LUBBOCK SOUTH FUELING STATION December 2014 Renovations and new fueling stations for the City of Lubbock. $936,000 Leslie Cox Architect: Fred Curnutt 806-775-3000 EHT 806-794-1100 CITY OF LUBBOCK BUSINESS PARK PUMP HOUSE December 2014 Masonry and metal building to house pump equipment for the City of Lubbock. $162,500 Mark Deerwood Architect: Bill Noonan 806-741-1446 PSC 806-473-2200 CITIBUS RENOVATIONS September 2014 Renovations of existing building for Citibus $360,000 Chris Mandrel Architect: Chapman Harvey 806-775-3000 806-749-1153 GODEKE LIBRARY CITY OF LUBBOCK January 2015 Addition and finish out of new building for City of Lubbock library $583,000 Chad Price Architect: Cox Dirks 806-775-3000 806-762-1226 LUBBOCK EMERGENCY ADMIN AND 911 BUILDING August 2015 Ground up Admin Building and backup 911 call center. FEMA rated building $2,850,000 Michael Grossie CEO F Paee Intentionally Left Blank City of Lubbock Bid 16-12861-MA i' SAFETY RECORD QUESTIONNAIRE T The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: OUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty ii assessed. Offeror's Initials ij tf 1 5/9/2016 8:40 AM p. 50 } 1 ' City of Lubbock Bid 16-12861-MA QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO x If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR -71 Provide your company's Experience Modification Rate and supporting information: , ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature VICE PRESIDENT Title i` r 2 4. 5/9/2016 8:40 AM p. 51 City of Lubbock Bid 16-12861-MA SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: HENTHORN COMMERCIAL CONSTRUCTION FEDERAL TAXED or SOCIAL SECURITY No., 26-4058-489 Signature of Company Printed name of company official signing Date Signed: JUNE 3, 2016 TYLER HENTHORN 5/9/2016 8:40 AM P. 52 (q Paae Intentionally Left Blank 0 HENTHORN COMMERCIAL CONSTRUCTION 2011 Ave. C Lubbock, Texas 79404 P: 806-687-3084 F: 806-209-0220 Renovations to the Citibus Administration & Maintenance Facility — RFP 16-12861-MA List of Subcontractors Minor Demolition Major Demo (Alternate) Structural Steel Roofing Roof Hatch Ceilings (Alternate) Flooring (Alternate) Enamel Flooring (Alternate) Mechanical Electrical (Base & Alt.) Henthom Construction (HCC) HCC W&W Steel Tecta America Roofing Sterling Henley Interiors Paul Graham Alonzo White Service Company N2EC POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank City of Lubbock Bid 16-12861-MA FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1• Hpmthorn Commercial Lubback Demolitmon ° 1 2• W&W Steel Lubbock Structural Steel} roof hatch 9 3. Tecta America Roofing Lubbock Roofing 0 9 4. Horizon Glass Lubbock Glazing 0 x 5. Pro Works Contractors Lubbock Ceilings 0( o 6. White Service Co. Wolfforth HVAC o A 7. N2EC Lubbock Electrical 0 A 8. 0 0 9. ° ° 10. ° ° 11. ° ° 12. ° ° 13. ° ° 14. ° ° 15. ° 16. ° ° SUBMITTED BY: Henthorn Commercial Construction LLC (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility 5/9/2016 8:40 AM p. 57 Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond #75138897 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC. (hereinafter called the Principal(s), as Principal(s), and The Guarantee Company of North America USA (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FM HUNDRED NINETY-NINE THOUSAND TWO HUNDRED NINE DOLLARS ($599,209.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25" day of August, 2016, for 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 12th day of September 2016. The Guarantee Compan fNorth America USA Surety *By: �. (Title) . ohnny Mos Attorney -in -fact Henthorn Commercial Construction, LLC (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Moss an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. The Guarantee Compaq of North America USA Surety X� Attorney -in -fact Approved as to Form City of Lubbock By: City Z Note:y an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 '2UARANT99"' Tha duataniea Compny of Nofth AmeAca USA ROWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan having Its principal office In Southfield, Michigan, does hereby constitute and appoint Tony Fierro, Johnny Moss, Jay Jordan, Mistie Beck, Robert G. Kanuth, Jeremy Barnett, Jade Porter, Jarrett Willson of Rockwall; Texas Tony Fierro, Mistie Beck, Robert J. Shuya, Jade Porter, Johnny Moss of El Paso, Texas K & S Group, Inc. its true and lawful attorney(s)-in-fact to execute, seat and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, Mutation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as If the same had been duly executed and acknowledged by its regularly elected officers at the principal office. 1'he Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article i.X, Section 9,03 Of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31`t day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: To appoint Atlorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of Indemnity and other writings obligatory In the nature thereof; and To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -In -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the•final estimate to the Contractor and/or its assignee, shall not retleve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of Indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA y�'P7/fAM�1Gp STATE OF MiCHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland - On this 23rd day of February, 2012 before me came the individuals who executed the preceding Instrument, to me personally known, and being by me duly sworn, said that each Is the herein described and authorized officer of The Guarantee Company of North America USA; that the seat affixed to said instrument is the Corporate Seat of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State ofMichlgan County of Oakland My Commission aplres February 27, 2018 Acting In Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North,Amertca USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which Is still in full force and effect. TEeq, IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this day of ��R+kAx�aNF Randall Musselman, Secretary THE GUARANTEE" TEXAS CONSUMER NOTICE 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your agent at: 3. You may call The Guarantee Company of North America USA's toll -free telephone number for information or to make a complaint at: 1-866-328- 0567 4. You may also write to The Guarantee Company of North America USA at: One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.thequaranteeus.com E-mail: Info(cDtheguaranteeus.com Fax: 248-750-0431 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252- 3439 0 7 You may write the Texas Department of Insurance 333 Guadalupe Street P.O. Box 149104 Austin, TX 78701 Fax: (512) 490-1007 Web: http://ww.tdi.texas.gov E-mail: Cons u m erProtection a-td i.texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Teas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al Usted puede Ilamar al numero de telefono gratis de The Guarantee Company of North America USA's para informacion o para someter una queja al: 1-866-328-0567 Usted tambien puede escribir a to The Guarantee Company of North America USA; One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.thequaranteeus.com E-mail: Info(a)theguaranteeus.com Fax: 248-750-0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: 333 Guadalupe Street P.O. Box 149104 Austin, TX 78701 Fax: (512) 490-1007 Web: httr)://ww.tdi.texas.gov E-mail: ConsumerProtection(cDtdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del document adj unto. Rev. 12/2/15 Page 1 of 1 One Towne Square, Suite 1470, Southfield, Michigan, USA 48076 1 Tei. 248.281.07.81 1.866.328.0567 1 Fax- 248.750-0431 02015 1'he Guarantee Company of North America, The Guarantee is a trademark of The GuaranrRP A----- All __ No Text Bond #751138897 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC. (hereinafter called the Principal(s), as Principal(s), and The Guarantee Company of North America USA (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-NINE THOUSAND TWO HUNDRED NINE DOLLARS ($599,209.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25' day of August, 2016, for 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 12th day of September , 2016. The Guarantee Com orth America A Henthorn Commercial Construction, LLC Surety (Company Name) " By: By: 2't-}��' Lul' &{, (Title) Jo y Moss, A rney-in-f t ' Tinted Name) (Signature) (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Moss an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. The Guarantee Coniparpy of North America USA Surety JohnnyVoss, Attorney -in -fact Approved as to Form City of L bbock By: ___ City A o ey *Note: I si ed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this p on has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 ( _t STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC. l (hereinafter called the Principal(s), as Principal(s), and 1_... (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-NINE THOUSAND TWO HUNDRED NINE DOLLARS ($599,209.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25' day of August, 2016, for 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the .,: Texas Government Code, and all liabilities on this bond shall be determined in. accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2016. .. Surety *By. (Title) (Company Name) By: (Printed Name) (Signature) (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 4 PERFORMANCE BOND i..a, STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) _ OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) t KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-NINE THOUSAND TWO HUNDRED NINE DOLLARS ($599,209.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 251 day of August, 2016, for 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent _ as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. ) PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the CA Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2016. - } Surety (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By_ (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 CERTIFICATE OF INSURANCE Page Intentionally Left Blank IF 0 ACOR" CERTIFICATE OF LIABILITY INSURANCE 1`„,/ DATE(MMIDDIYYYY) 09/14/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P. O. Box 277 Rockwall TX 75087 CON NAME: Cheryl Rogers PHONE (972) 771-4071 NC (972)771-4695 IL ADDRESS crogers@kandsins.com INSURERS AFFORDING COVERAGE NAIC d INSURERA:United Fire & Casualty Company 13021 INSURED Henthorn Commercial Construction, LLC 2011 Avenue C Lubbock TX 79404 INSURERB:Texas Mutual Insurance Co. 22945 INSURER C: Continental Casualty Insurance 20443 INSURER D: Federal Insurance Conpany 0281 INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:16/17 Std 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 LTR TYPE OF INSURANCE AD SU POLICY NUMBER POLICY MM D POLICY EXP MM D LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE aX OCCUR FJirIS PRDAMA ET Fa o Erxurrence $ 100,000 MED Epp (Any One person) $ 5,000 85321420 06/22/2016 06/22/2017 PERSONAL &ADVINJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY a ECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) _ $ A X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS 85321428 06/22/2016 06/22/2017 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Pera.d. $ NON -OWNED X HIREDAUTOS E AUTOS Underinsured motorist combined sir $ 1,000,000 X UMBRELLA LIAS OCCUR EACH OCCURRENCE $ 1,000,000 N AGGREGATE 1 $ 1,000 000 A EXCESS LIAS CLAIMS -MADE DED I I RETENTION $ 85321428 06/22/2016 06/22/2017 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X I PER OT STATUTE I I ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 ISOFFICERIMEMBER EXCLUDED? ❑ (Mandatory in NH) NIA 000130e254 06/22/2016 06/22/2017 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Builders Risk C6042727492 06/22/2016 06/22/2017 $15,DG0,0D0 w/$25DO Ded. D Leased/Rented Equipment 45467943 08/01/2015 06/22/2017 $100.000 w/$1000 Ded. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Sdredula, may be attached 11 more space is required) See attached for list of additional insured and waiver of subrogation endorsement forms. CERTIFICATE HOLDER CANCELLATION rhett@henthorncommercial.com City of Lubbock Citibus 801 Texas Avenue Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Moss/CHERYL reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS026 (201401) TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ Uther than Auto Unty: Each Accident Aggregate ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND f EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ _ Disease -Each Employee $ OTHER r, i The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. j. is CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year there,fter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (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; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices - shall be the following text provided by -the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) 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; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 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 (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT L Page Intentionally Left Blank CONTRACT 12861 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this August day of 25, 2016 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Henthorn Commercial Construction, LLC. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL RFP 16-12861-MA - Renovations to the Citibus Administration and Maintenance Facility and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Henthorn Commercial Construction, LLC.'s proposal dated July 27, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Henthorn Commercial Construction, LLC COMPLETE ADDRESS: Company Henthorn Commercial Construction, LLC. Address 2011 Avenue C City, State, Zip Lubbock, Texas 79404 ATTES IA- �/WAI�N Corporate Secre CITY OF LUBB K, TEXAS (OWNER): By: / DANIEL M. POPE, MAYOR A ST: Rebe a Garza, City Secretary 11 APP OVED AS TO FORM: c / Just' P itt, Assi tant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 T,, Page Intentionally Left Blank r` t., CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts -. Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. - Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 r Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with - the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: hl!ps://www.ethics.state.tx.us/whatsnew/elf info forml295.htm Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT l . OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Maurice Pearl, General Manager Citibus , so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other _documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR ' The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). Ia t 7. WRITTEN NOTICE - Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site.-- 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the l commencement of the work contemplated by these contract documents or the completion of the work S APurchas"id Docs\RFP 16-12631-TF Citibus Trawit Bus and Paratransit Van Security Cameras 10 contemplated by. these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. �..; The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. I S:\Purcfiue\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratfawit Van Security Cameras I I .17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the r ; nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the p prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at -j all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or S:\Purcbase\Bid Doa\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 12 manufactured at a location where it is not convenient for Owner or Owner's Representative to make ` observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is ftulher agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. i SAPurchasMid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 13 25. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, r., .J SAFUrc1me\Bid Docs\RPP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 14 shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of ,,... proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that { any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subj ect matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as - required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the l City and written notice of cancellation or any material change will be provided ten (10) calendar days in f _ advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer I or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such S:\Purchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 15 insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON A PRIMARY AND NON CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS AND HEAVY EQUIPMENT. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor i or any Subcontractor on the job with Employers Liability of at least $1,000,000 S:\Pwchase\Bid Docs\RFP 16-12631-TF Citibus Tmasit Bus and Pamtransit Van Security Cameras 16 1. Definitions: ;.- 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. 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. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. 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. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. 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. 5. The Contractor shall obtain from each person providing services on the project, and - provide to the governmental entity: - (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. 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. , SAPurchase\Bid Docs\RFP 16-12631-TF Chibus Transit Bus and Parattansit Van Security Cameras 17 1-, 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. 1_ 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) 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; ig. (b) provide to the Contractor, prior to that person beginning work on the project, a 4_ 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; (c) 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; (e) retain all required certificates of coverage on file for the duration of the project I and for one year thereafter; J (f) 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 -" (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. 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 worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. 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 SAPurchasc\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 18 the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period _ shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) 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 (ii) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) 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 S:\Purchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 19 that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the - worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 7 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512- 804-4000 (www.tdi.state. mus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its iJ employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; - (iii) include in all contracts to provide services on the project the following 3 language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract 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 reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; SAP"chase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 20 S - .(iv) 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; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) 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 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way,. manner or form, the indemnity provided by Contractor in -paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is SAPurchasc\Bid Docs\RFP 16-12631-TF Citibus Tramit Bus end Paratransit Van Security Camem 21 F allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $ of $500(Five Hundred) Per Day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of of $ of $500(Five Hundred) Per Day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time =; requirements stipulated for substantially completing the work. L t SA11urchaselBid Docs\RFP 16-12631-TF Citibus Treusit Bus and Paratraasit Van Security Cameras 22 } <1 It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. [ _ S:UPurchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 23 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed f length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJODUNG PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an G application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, 4 t SAPurchwe\Bid Docs\RFP 16-12631-TF Citibus Transit Bus end Paratrawit Van Security Cameras 24 . shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty -or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or S:\Puchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 25 workmanship, and Contractor shall remedy any defects due .thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. F 46. PAYMENT WITHHELD I The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold f or nullify the whole or part of any certification to such extent as may be necessary to protect itself from �- loss on account of: (a) Defective work not remedied and/or work not performed, j (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, 4 (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, f (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together t__r with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. S S:Twchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Puatraasit Van Security Cameras 26 I In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms }. and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the 1 jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies f_ S:\Purchwe\BidDocs\RFP 16.12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 27 provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth.' 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, i__ and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in '. good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS i SAPurchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 28 { _i Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 1 SAPurchase\Bid Docs\RFP 16-12631-TF Citibus Tc it Bus and Paretrensit Vm Security Cameras 29 Page Intentionally Left Blank FEDERAL CLAUSES L3 S:\Purchase\Bid Docs\RFP 16-12631-TF Citibus Treusit Bus and Paratramit Van Security Cameral 31 �\ Page Intentionally Left Blank Federal Clauses NO GOVERNMENT OBLIGATION TO THIRD PARTIES. No Government Obligation to Third Parties. All contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) (1) The municipal corporation and contractor acknowledge and agree that, notwithstanding any concurrence by the US Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the US Government, the US Government is not a party to this contract and shall not be subject to any obligations or liabilities to the municipal corporation, the contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) Contractor agrees to include the above clause in each subcontract financed in whole or in part with FTA assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENT AND RELATED ACTS. All contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) (1) Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49 CFR 31, apply to its actions pertaining to this project. Upon execution of the underlying contract, contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal, or certification, the US Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act (1986) on contractor to the extent the US Government deems appropriate. (2) If contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal, or certification to the US Government under a contract connected with a project that is financed in whole or in part with FTA assistance under the authority of 49 USC 5307, the Government reserves the right to impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on contractor, to the extent the US Government deems appropriate. (3) Contractor shall include the above two clauses in each subcontract financed in whole or in part with FTA assistance. The clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. ACCESS TO RECORDS AND REPORTS. Applicability — As shown below. These requirements do not apply to micro -purchases ($3,000 or less, except for construction contracts over $2,000) The following access to records requirements apply to this Contract: 1. Where the purchaser is not a State but a local government and is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 CFR 18.36(i), contractor shall provide the purchaser, the FTA, the US Comptroller General or their authorized representatives access to any books, documents, papers and contractor records which are pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA representatives, including any PMO contractor, access to contractor's records and construction sites pertaining to a capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the programs described at 49 USC 5307, 5309 or 5311. - 2. Where the purchaser is a State and is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 CFR 633.17, contractor shall provide the purchaser, authorized FTA representatives, including any PMO Contractor, access to contractor's records and construction sites pertaining to a capital project, defined at 49 USC 5302(a)1, which receives FTA assistance through the programs described at 49 USC 5307, 5309 or 5311. By definition, a capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 CFR 19.48, contractor shall provide the purchaser, the FTA, the US Comptroller General or their authorized representatives, access to any books, documents, papers and record of the contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where a purchaser which is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 USC 5325(a) enters into a contract for a capital project or improvement (defined at 49 USC 5302(a)1) through other than competitive bidding, contractor shall make available records related to the contract to the purchaser, the Secretary of USDOT and the US Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. Contractor shall permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. E • SAPurcbase\Bid Docs\RFP 16-12631•TF Citibus Transit Bus and Paratrausit Van Security Cameras 32 6. Contractor shall maintain all books, records, accounts and reports required under this contract for a period of not less than three (3) years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case contractor agrees to maintain same until the municipal corporation, FTA Administrator, US Comptroller General, or any of their authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Re: 49 CFR - 18.39(i)(11). FTA does not require the inclusion of these requirements in subcontracts. 4 FEDERAL CHANGES. All Contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) Contractor shall comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the purchaser and FTA, as they may be amended or promulgated from time to time during the term of the contract. Contractor's failure to comply shall constitute a material breach of the contract. CIVIL RIGHTS REQUIREMENTS. All contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 USC 2000d, Sec. 303 of the Age Discrimination Act (1975), as amended, 42 USC 6102, Sec. 202 of the Americans with Disabilities Act (1990), 42 USC 12132, and 49 USC 5332, contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age or disability. Contractor shall also comply with applicable Federal implementing regulations and other requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 USC 2000e, and 49 USC 5332, contractor shall comply with all applicable equal employment opportunity requirements of USDOL, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, USDOL," 41 CFR 60 et seq., (implementing Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 USC 2000e), and any applicable Federal statutes, executive orders, regulations, and policies that may in the future affect construction activities undertaken in the course of the project. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, contractor shall comply with any implementing requirements FTA may issue. (b) Age - In accordance with Sec. 4 of the Age Discrimination in Employment Act (1967), as amended, 29 USC 623 and 49 USC 5332, contractor shall refrain from discrimination against present and prospective employees for reason of age. Contractor shall also comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with Sec. 102 of the Americans with Disabilities Act (ADA), as amended, 42 USC 12112, contractor shall comply with the requirements of US Equal Employment Opportunity Commission (EEOC), Regulations to Implement Equal Employment Provisions of the Americans with Disabilities Act, 29 CFR 1630, pertaining to employment of persons with disabilities. Contractor shall also comply with any implementing requirements FTA may issue. (3) Contractor shall include these requirements in each subcontract financed in whole or in part with FTA assistance, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS ENTERPRISE (DBE). Contracts over $3,000 awarded on the basis of a bid or proposal offering to use DBEs (a) This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The municipal corporation's overall goal for DBE participation is listed elsewhere. If a separate contract goal for DBE participation has been established for this procurement, it is listed elsewhere. (b) Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as The City deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). (c) If a separate contract goal has been established, Bidders/offerors are required to document sufficient DBE J participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. d. If no separate contract goal has been established, the successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. e. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the municipal corporation. In addition, the contractor may not hold retainage from its subcontractors or must return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is { satisfactorily completed or must return any retainage payments to those subcontractors within 30 days after SAPurchwe\Bid D=\RFP 16-12631-TF Citibus Transit Bus and Perms A Van Sectuity Cameras 33 incremental acceptance of the subcontractor's work by the municipal corporation and contractor's receipt of the partial retainage payment related to the subcontractor's work. f. The contractor must promptly notify the municipal corporation whenever a DBE subcontractor performing work related to this contract is terminated or fails to { ' complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the municipal corporation. 7 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS. All contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, asset forth in FTA Circular 4220.1E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City requests which would cause the City to be in violation of the FTA terms and conditions. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON -PROCUREMENT). This contract is a covered transaction for purposes of 49 CFR Part 29. As such, Contractor is required to verify that none of Contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. a By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by municipal corporation. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to The City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. BUY AMERICA. Buy America - The contractor agrees to comply with 49 U.S.C. 53236) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53236)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 10 FLY AMERICA. Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10; which provide that recipients and sub - recipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government - financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 11 ACCESS FOR INDIVIDUALS WITH DISABILITIES. Contractor agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. Contractor also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities, and any subsequent amendments to these laws. In addition, Contractor agrees to comply with applicable implementing Federal regulations and directives and any subsequent amendments thereto, as follows: S:\Purchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 34 (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. 1 Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. Part 1192 and 49 C.F.R. Part 38; ?, (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; (6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the Physically } Handicapped," 41 C.F.R. Subpart 101-19; (7) U.S. EEOC, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; and (9) U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. j Part 1194; (10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing regulations, except to the extent the Federal Government determines otherwise in writing. 12 AMERICANS WITH DISABILITIES ACT (ADA) Bids shall comply with all federal, state, county, and local laws concerning this type of products/service/equipment/project and the fulfillment of all ADA requirements. 13 DRUG -FREE WORKPLACE All Respondents shall provide any and all notices as may be required under the Drug -Free Workplace Act of 1988, 28 CFR Part 67, Subpart F, to their employees and all sub -contractors to insure that the County maintains a drug -free workplace. 14 ENERGY CONSERVATION All Contracts except micro -purchases ($3,000 or less, except for construction contracts over $2,000) Contractor shall comply with mandatory standards and policies relating to energy efficiency, IJ, stated in the state energy conservation plan issued in compliance with the Energy Policy & Conservation Act. 15 TRANSIT EMPLOYEE PROTECTIVE ARRANGEMENTS The Contractor agrees to the comply with applicable transit employee protective requirements as follows: a. General Transit Employee Protective Requirements - To the extent that FTA determines that - transit operations are involved, the Contractor agrees to carry out the transit operations work on 1 the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under 1 this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to &....1 the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the f conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. § 5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in subsections (b) and (c) of this clause. b. Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individuals and Individuals with Disabilities - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. § 5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the -..- underlying contract, the Contractor agrees to carry out the Project in compliance with the terms SA1 urchase\Bid Docs\RFP 16-I263 I-TF Citibus Transit Bus and Paratransit Van Security Cameras 35 l .€ and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor t agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. c. Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. 2. The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. 16 CHARTER SERVICE OPERATIONS Charter Service Operations - The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. 17 SCHOOL BUS OPERATIONS School Bus Operations - Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment, vehicles, or facilities - 17 RECYCLED PRODUCTS Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 18 TERMINATION All Contracts over $10,000, except contracts with nonprofit organizations and institutions of higher learning, where the threshold is $100,000 a. Termination for Convenience (General Provision) the municipal corporation may terminate this contract, in whole or in part, at any time by written notice to contractor when it is in the municipal corporation's best interest. Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. Contractor shall promptly submit its termination claim to the municipal corporation. If contractor is in possession of any the municipal corporation property, contractor shall account for same, and dispose of it as the municipal corporation directs. b. Termination for Default [Breach or Cause] (General Provision) If contractor does not deliver items in accordance with the contract delivery schedule, or, if the contract is for services, and contractor fails to perform in the manner called for in the contract, or if contractor fails to comply with any other provisions of the contract, the municipal corporation may terminate this contract for default. Termination shall be effected by serving a notice of termination to contractor setting forth the manner in which contractor is in default. Contractor shall only be paid the contract price for supplies delivered and accepted, or for services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the municipal corporation that contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor, the municipal corporation, after setting up a new delivery or performance schedule, may allow contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) the municipal corporation in its sole discretion may, in the case of a termination for breach or default, allow contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions If contractor fails to remedy to the municipal corporation's satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within ten (10) days after receipt by contractor or written notice from the municipal corporation setting forth the nature of said breach or default, the municipal corporation shall have the right to terminate the Contract without any further obligation to contractor. Any such termination for default shall not in any way operate to preclude the municipal corporation from also pursuing all available remedies against contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the municipal corporation elects to waive its remedies for any breach by contractor of any covenant, term or condition of this Contract, such waiver by the municipal corporation shall not limit its remedies for any succeeding breach of that or of any other term, covenant or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) SAPurchaseNBid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 36 the municipal corporation, by written notice, may terminate this contract, in whole or in part, when it is in the municipal corporation's interest. If the contract is terminated, the municipal corporation shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination , f. Termination for Default (Supplies and Service) If contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the contractor fails to comply with any other provisions of this contract, the municipal corporation may terminate this contract for default. the municipal corporation shall terminate by delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid the contract price for supplies delivered and accepted, or services performed in f accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that contractor was not in default, the rights and obligations of the parties shall be the same as if termination had been issued for the municipal corporation's convenience. g. Termination for Default (Transportation Services) If contractor fails to pick up the commodities or to perform the services, - including delivery services, within the time specified in this contract or any extension or if contractor fails to comply with any other provisions of this contract, the municipal corporation may terminate this contract for default. The municipal corporation shall terminate by delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while contractor has possession of the municipal corporation goods, contractor shall, as directed by the municipal corporation, protect and preserve the goods until surrendered to the municipal corporation or its agent. Contractor and the municipal corporation shall 3 agree on payment for the preservation and protection of goods. Failure to agree on an amount shall be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that contractor was not in default, the rights and obligations of the parties shall be the same as if termination had been issued for the municipal corporation's convenience. h. Termination for Default (Construction) If contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified, or any extension, or fails to complete the work within this time, or if contractor fails to comply with any other provisions of this contract, the municipal corporation may terminate this contract for default. the .. municipal corporation shall terminate by delivering to contractor a notice of termination specifying the nature of default. In this event, the municipal corporation may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. Contractor and its sureties shall be liable for any damage to the municipal corporation resulting from contractor's refusal or failure to complete the work within specified time, whether or not contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the municipal 1 corporation in completing the work. Contractor's right to proceed shall not be terminated nor shall contractor be I charged with damages under this clause if.- 1. Delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of contractor. Examples of such causes include: acts of God, 1 acts of the municipal corporation, acts of another contractor in the performance of a contract with the recipient, epidemics, quarantine restrictions strikes freight embargoes; and 2. Contractor, within 10 days from the beginning p g g Y g� g of any delay, notifies the municipal corporation in writing of the causes of delay. If in the municipal corporation's judgment, delay is excusable, the time for completing the work shall be extended. the municipal corporation's judgment shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after t . termination of contractor's right to proceed, it is determined that contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if termination had been issued for the municipal corporation's convenience. i. Termination for Convenience or Default (Architect & Engineering) the municipal corporation may terminate this contract in whole or in part, for the municipal corporation's convenience i or because of contractor's failure to fulfill contract obligations. The municipal corporation shall terminate by delivering to contractor a notice of termination specifying the nature, extent and effective date of termination. Upon 1 receipt of the notice, contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the municipal corporation all data, drawings, specifications, reports, estimates, summaries and other information and materials accumulated in performing this contract, whether completed or in r process. If termination is for the municipal corporation's convenience, it shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If termination is for contractor's failure to fulfill contract obligations, the municipal corporation may complete the work by contact or otherwise and contractor shall be liable for any additional cost incurred by the municipal corporation. If, after termination for ! failure to fulfill contract obligations, it is determined that contractor was not in default the rights and obligations of gg :.4 the parties shall be the same as if termination had been issued for the municipal corporation's convenience. J. Termination for Convenience or Default (Cost -Type Contracts) the municipal corporation may terminate this contract, or any portion of it, by serving a notice or termination on contractor. The notice shall state whether termination is for convenience of the municipal corporation or for default of contractor. If termination is for default, the notice shall state the manner in which contractor has failed to perform the requirements of the contract. Contractor shall account for any property in its possession paid for from funds received from the municipal corporation, or property supplied to contractor by the municipal corporation. If termination is for default, the municipal corporation may fix the fee, if the contract provides for a fee, to be paid to contractor in proportion to the value, if any, of work performed up to the time of termination. Contractor shall promptly submit its termination S;\PurchwetBid DocstRFP 16-12631-TF Citihus Transit Bus and Paratransit Von Security Cameras 37 claim to the municipal corporation and the parties shall negotiate the termination settlement to. be paid to t ' ` contractor. If termination is for the municipal corporation's convenience, contractor shall be paid its contract close- out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the municipal corporation determines that contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of contractor, the municipal corporation, after setting up a new work schedule, may r- allow contractor to continue work, or treat the termination as a termination for convenience. 19 LOBBYING. BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65[to be codified at 2 U.S.C. § 1601, et seq.]Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying."Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. 20 CARGO PREFERENCE. (1) to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; (2) to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through Contractor in the case of a subcontractor's bill -of - lading.) (3) to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 21 Clean Air. (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 22 Clean Water. (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided -by FTA. - 23 CONTRACT WORK HOURS AND SAFETY STANDARDS. (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work ttt in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - Contractor or subcontractor shall insert in any subcontracts the clauses set forth in S:\Purcbase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Paratraosit Van Security Cameras 38 paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 24 BREACHES AND DISPUTE RESOLUTION All claims, disputes, and other matters in question between the Parties arising out of or relating to this Agreement or the breach thereof, shall be formally discussed and negotiated between the Parties for resolution. In the event that the Parties are unable to resolve the claims, disputes, or other matters in question within 30 days of written notification from the aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies available at law or in equity. Please see Section 44 of the Generally Applicable Provisions of the United States of America Department of Transportation Federal Transit Administration Master Agreement for Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, as amended, Title 23, United States Code (Highways), the Moving Ahead for Progress in the 21st Century Act (MAP-21), the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA- LU), as amended by the SAFETEA-LU Technical Corrections Act of 2008, or other Federal laws that FTA administers. This is located on the City of Lubbock website: http://mylubbock.us/docs/default-source/purchasing= hbrar�r/purchasing-librar//federal-transit-administration---master-agreement-2015.pdf S:\Purchase\Bid Docs\RFP 16-12631-TF Citibus Transit Bus and Parattansit Van Security Cameras 39 City of Lubbock c Bid 16-12861-MA STATEMENT OF ELIGIBILITY I hereby certify that HENTHORN COMMERCIAL CONSTRUCTION, LLC. (Name of Bidder) is/is not (underscore one) included on the U.S. Comptroller General's Consolidated List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions. HENTHORN COMMERCIAL CONSTRUCTION Name of Firm 2011 AVE. C Address LUBBOCK TEXAS 79404 City State Zip Code Signature of A / orized Person TYLER HENTHORN Name LIMITED LIABILITY CORPORATION Type of Entity VICE PRESIDENT Position and/or Title DUNE 3, 2016 Date d 6/9/2016 A$hgsg Ad Docs\RFP 16-12631-TF Ci6bus Transit Bus and Pamtrensit Van Security Cameras 39 p 113 P :4U M City of Lubbock Bid 16-12861-MA t.. CERTIFICATION OF RESTRICTIONS ON LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal. appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of the fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this 3RD day of JUNE . 2016 Company Name: xENTxORN COMMERCIAL CONSTRUCTION By: (Sign re of Company Official) VICE PRESIDENT (Title of Company Official) S:�Purchas �Bi csVBFP 16-12631-TF Ci6bus Transit Bus and Paratransit Van Security Gametes 40 5/9/2016 8:4� AM p. 114 i_ i City of Lubbock Bid 16-12861-MA CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (Pursuant to 49 CFR Part 29, Appendix B) 1. By signing and submitting this bid or proposal, the Bidder is providing the signed certification set out below. 2. The certification referred to in this paragraph clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to THE CITY if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances: 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered participant," "Persons," "lower tier covered transaction, "principal, " "proposal," and "voluntarily excluded," as used in this paragraph, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549, 49 CFR Part 29. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered _E transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause entitled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and all solicitations for lower -tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier P P Y Y P P P P P covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered 1 transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non -procurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under subparagraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government may pursue available remedies including suspension and/or debarment. CERTIFICATION The prospective lower tier participant certifies, by submission of this offer, that neither it nor its "principals," [as defined at 49 C.F.R. § 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. When the prospective lower tier participant is unable to certify to the statements in this certificatio , prospective lower tier participant shall attach an explanation to this proposal. Signature Typed or Printed Name TYLER HENTHORN Title VICE PRESIDENT Company HENTHORN CONSTRUCTION Date JUNE 3, 2016 5/9/2016 4�M ocs1R7P 16-12631-TF Citibus Transit Bus and Peretrensit VanSecurity Cameras 41 P. 115 City of Lubbock Bid 16-12861-MA BUY AMERICA CERTIFICATE (Equipment Procurements) (Complete one of two sections) CERTIFICATE OF COMPLIANCE WITH SECTION 165(a). Federal Law found at 49 U.S.C. 53230) and 49 CFR Part 661 permits FTA participation on the contract only if steel and manufactured products used in the contract are produced in the United States. The bidder hereby certifies that it will meet the requirements of 49 U.S.C. 53236)(1) and the applicable regulations in 49 CFR Part 661.5 JUNE 3, 2016 DATE SIGNATUIO TYLER HENTHORN NAME LIMITED LIABILITY CORPORATION TYPE OF ENTITY VICE PRESIDENT POSITION AND/OR TITLE OR CERTIFICATE OF NON-COMPLIANCE WITH SECTION 165(a). The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) but may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2)(A), 49 U.S.C. 53230)(2)(B), or 49 U.S.C. 53230)(2)(D) and the applicable regulations in 49 CFR 661.7 JUNE 3, 2016 DATE SIGNAT TYLER HENTHORN NAME LIMITED LIABILITY CORPORATION TYPE OF ENTITY VICE PRESIDENT POSITION AND/OR TITLE S �Purchase�Bi cs1RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 42 5/9/20S 6 8:40 A p. 116 _j City of Lubbock Bid 16-12861-MA BUSINESS QUESTIONNAIRE This questionnaire must be submitted for all potential Contractors and subcontractors listed on the r.. Schedule of Participation. 1. Name of Proposed Contractor ('Business", herein): HENTHORN COMMERCIAL CONSTRUCTION Doing Business As: N/A (other business name, if applicable) 2. Business Mailing Address: 2011 AVE. C Street Address LUBBOCK TEXAS 79404 City State Zip Code 3. Business Telephone Number:( 806 ) 687-3084 Fax Number: 8( 06 ) 209-0220 4. Business Type: ❑Individual ®Corporation ❑Partnership ❑Joint Venture 5. Number of Years in Business: 8 6. Annual Gross Revenue: (M represents Millions) ❑$1M or less ❑$1M-$5M ❑$5M-$IOM ❑$IOM-$16M ®$16M or Over 7. Number of Employees: ❑X less than 50 ❑50-100* ❑101-750 ❑751-1,000 ❑1,001 or over 8. Is Business Owned by Minority Ethnicity? ❑Yes ®No 9. Ethnic Group: ❑Black American ❑Hispanic American ❑Native American ❑Asian Pacific American ❑Subcontinent Asian American ❑Other 10. Woman Owned? ❑Yes ®No 11. Physically Challenged? ❑Yes ❑X No 12. Type of Work Performed: ®Construction ❑Wholesale/Distributor ❑Manufacturing ❑Professional Service ❑General/Technical Service [—]Retail 13. Please provide a brief description of your materials and/or services: 14. Is the Business a subsidiary of another entity? ❑Yes ®No 15. Has the Business, or any officer or partner thereof, failed to complete a contract? ❑Yes ®No 16. Is any litigation pending against the Business? ❑Yes ®No 17. Has the Business ever been declared "not responsible"? ❑Yes X❑No 18. Has the Business been debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded or otherwise disqualified from bidding, proposing or contracting? ❑Yes ONo 19. Has the Business been a defaulter, as principal, surety or otherwise? ❑Yes O o 51912i)i 6 1VT Ad [Mcs1RFP 16-12631-TF Citibus Tmsit Bus and Paratransit Van Security Cameras 43 p 117 !_ U M City of Lubbock �r Bid 16-12861-MA 20. Has the government or other public entity requested or required enforcement of any of its rights under a surety agreement on the basis of a default or in lieu of declaring the Business in default? ❑Yes ❑X No 21. Is the Business in arrears upon a contract or debt? ❑Yes ❑X No 22. Are there any proceedings pending relating to the Business' responsibility, debarment, suspension, voluntary exclusion or qualification to receive a public contract? ❑Yes X❑No 23. Have liquidated damages or penalty provisions been assessed against the Business for failure to complete the work on time or for any other reason? [—]Yes [R]No 24. If a "yes" response is given under questions 14 through 23, please provide a detailed explanation including dates, references to contract information, contacts, etc. (attach additional pages as necessary). The City reserves the right to inquire further with respect thereto. 25. List the name and business address of each person or legal entity that has a 10% or more ownership or control interest in the Business (attach additional pages as necessary). MIKE HENTHORN, TYLER HENTHORN, RHETT DAWSON (2011 AVE. C LUBBOCK, TEXAS) 26. Name of principal financial institution for financial responsibility reference. Name of Bank: PEOPLES BANK Address: City and State: LUBBOCK, TEXAS Officer familiar with bidders account: TROY VANDERBURG Federal Taxpayer I.D. number: 2 6- 4 0 5 s- 4 s 9 27. How were you notified of this solicitation? (Check all that apply -your response to this will help improve our Outreach efforts.) [—]Newspaper ®THE CITY Website ❑Channel 2 X❑E-mail ❑Telephone ❑Other (Identify) Note: This questionnaire is also a certification form; the information requested will be used to determine small business status as per 13 CFR Part 121. * Contractors that employ 50 or more transit related employees will be required to submit a copy of their EEO program. Printed Name: TYLER HENTHORN Signature of Owner: Title VICE PRESIDENT (Owner, CEO, Presiaent, Majority Stockholder or Designated Representative) JUNE 3, 2016 Questions about this document should be directed to the Contract Administrator S:tPurchaselBid Docs1RFP 16-12631-TF Citibus Transit Bus and Paratransit Van Security Cameras 44 7 5/9/2016 8:40 AM p. 118z #- i DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX160334 01/08/2016 TX334 Superseded General Decision Number: TX20150334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. E BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered ._` by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date ` 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 )_ ---------------------------------------------------------------- CARP0665-001 05/01/2014 Rates Fringes CARPENTER_. ... ...... $ 20.81-------------6�76 ---------------------------------------- _.; ELEC0602-008 09/01/2015 i' Rates Fringes ELECTRICIAN ......................$ 21.19 3%+8.80 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 29.00 10.60 (2) Cranes with Pile j Driving or Caisson Attachment and Hydraulic i Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ..............$ 27.50 10.60 ---------------------------------------------------------------- * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 ---------------------------------------------------------------- * IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 ---------------------------------------------------------------- PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER .......................$ 22.80 7.16 PLUMBER ..........................$ 22.80 7.16 ---------------------------------------------------------------- SHEE0049-001 06/01/2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ 22.93 11.33 ---------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER .......................$ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical _ System Insulation) ...............$ 19.77 _. 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 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: Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 is OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 r� OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller......__ .... $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ...........................$ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER ....................$ 11.22 0.00 TILE SETTER ......................$ 14.00 2.01 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. _ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers j A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. {i 7 l i� { WAGE DETERMINATION APPEALS PROCESS l.j 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request ' review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION c- EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS DAVIS-BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX160334 01/08/2016 TX334 Superseded General Decision Number: TX20150334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 ---------------------------------------------------------------- CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ---------------------------------------------------------------- ELEC0602-008 09/01/2015 Rates Fringes ELECTRICIAN ......................$ 21.19 3%+8.80 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson ( Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ..............$ 27.50 10.60 ---------------------------------------------------------------- * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 --------------------------------------------------------- * IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 ---------------------------------------------------------------- PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER .......................$ 22.80 7.16 PLUMBER ..........................$ 2.2.80 7.16 ---------------------------------------------------------------- SHEE0049-001 06/01/2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ 22.93 11.33 ---------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER .......................$ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER...$ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 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: 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 P OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ...........................$ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER ....................$ 11.22 0.00 �.. ................... TILE SETTER. .$ 14.00 2.01 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. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), ` a survey rate (weighted average rate) or a union average rate {F (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor t 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor !� 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION i; EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. I I SPECIFICATIONS r Page Intentionally Left Blank April 14, 2016 Renovations to the Citibus Administration and Maintenance Facility Physical Address Citibus 801 Texas Avenue Lubbock, Texas 79401 Mailing Address Citibus PO Box 2000 Lubbock, Texas 79457 Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 806-749-1153 CHA, Inc. Project #1404 Set No. TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Bidding Requirements and Conditions of the Contract Provided by the City of Lubbock DIVISION 01 - GENERAL REQUIREMENTS 010200 Asbestos Report 01 1000 Summary of Work 012100 Allowances 012300 Alternates 01 2500 Substitution Procedures 01 2600 Contract Modification Procedures 01 2900 Payment Procedures 01 3100 Project Management and Coordination 01 3300 Submittal Procedures 014000 Quality Requirements 014200 References 01 5000 Temporary Facilities and Controls 016000 Product Requirements 017300 Execution 01 7700 Closeout Procedures 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents DIVISION 02 - EXISTING CONDITIONS -not used - DIVISION 03 - CONCRETE -not used - DIVISION 04 - MASONRY -not used - DIVISION 05 - METALS -not used - DIVISION 06 - WOOD, PLASTICS AND COMPOSITES 061050 Misc. Carpentry DIVISION 07 - THERMAL AND MOISTURE PROTECTION 072150 Roof and Deck Insulation 075200 Cold Process Repairs 075350 Fully Adhered Multi -Ply Roof System 075910 Membrane Reroof Prep 076200 Sheet Metal and Misc. Accessories 077200 Roof Accessories 077233 Roof Hatch 079200 Sealants DIVISION 08 - OPENINGS -not used - DIVISION 09 - FINISHES 095113 Acoustical Panel Ceilings 096500 Resilient Flooring and Accessories TABLE OF CONTENTS 096800 Carpet 099000 Enamel Floor Finish 099113 Exterior Painting 099123 Interior Painting DIVISION 10 - SPECIALTIES 10 1000 Tackboards DIVISION 11 -EQUIPMENT -not used - DIVISION 12 - FURNISHINGS -not used - DIVISION 13 - SPECIAL CONSTRUCTION -not used - DIVISION 14 - CONVEYING EQUIPMENT -not used - DIVISION 15 — PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING 151500 Sanitary Waste and Vent Specialties DIVISION 16 — ELECTRICAL -not used - DIVISION 28 — ELECTRONIC SAFETY AND SECURITY -not used - DIVISION 31 — EARTHWORK -not used - DIVISION 32 - EXTERIOR IMPROVEMENTS -not used - DIVISION 33 — UTILITIES -not used - END OF TABLE OF CONTENTS Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. DIVISION 23 — MECHANICAL - TABLE OF CONTENTS 230500 COMMON WORK RESULTS FOR HVAC 230513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230548 VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230593 TESTING, ADJUSTING AND BALANCING FOR HVAC 230700 HVAC INSULATION 231123 FACILITY NATURAL GAS PIPING 237400 REFRIGERATION EQUIPMENT'' TABLE OF CONTENTS MDE Project No. 16761 Apr-13-2016 '041Anw TOC-1 I i f I I I I I I I I I I I f I Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. DIVISION 26 — ELECTRICAL - TABLE OF CONTENTS 260500 COMMON WORK RESULTS FOR ELECTRICAL 260501 ELECTRICAL DEMOLITION 260502 ELECTRICAL WORK IN EXISTING FACILITIES 260519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 0533.13 CONDUIT FOR ELECTRICAL SYSTEMS 26 0633.16 BOXES FOR ELECTRICAL SYSTEMS 260653 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260955 OCCUPANCY SENSORS 262416 PANELBOARDS 262716 ELECTRICAL CABINETS AND ENCLOSURES 262726 WIRING DEVICES 26 2816.16 ENCLOSED SWITCHES 266563 LIGHTING 265700 DISPOSAL OF LAMPS TABLE OF CONTENTS M DE Project No. 16761 -7 I -/ -jr- l/ r%w�' Apr-13-2016 TOC-1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 01020 - ASBESTOS REPORT Apr-2016 PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. An Asbestos Survey has been performed on the facility. The report finds that there was no known asbestos found in the building. A copy of this report will be made available for viewing if requested. B. Contractor to notify Chapman Harvey Architects if a suspected asbestos containing material is discovered. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION ASBESTOS REPORT 01020 -1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. 7. Miscellaneous provisions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: Citibus Administration and Maintenance Facility; CHA Project No. 1404. 1. Project Location: 801 Texas Avenue, Lubbock, Texas. B. Owner: Citibus / City of Lubbock C. Architect: Chapman Harvey Architects 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Base Bid: The project consists of replacement and upgrades to HVAC system, reroofing the Administration area only and roof repair of remainder of facility. 2. Alternate 1 involves adding reroofing for the entire facility. 3. Alternates 2 through 4, involve adding interior finish and lighting upgrades including repainting of selected interior surfaces, replacement of selected interior flooring, replacement or repainting of selected acoustical ceiling tiles and grid and installation of new LED lighting. 4. All work described and areas affected are indicated on plans t SUMMARY 011000 - 1 µ; Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 5. P Project will be constructed under a single rime contract. J g 1.4 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to work in areas indicated on plans. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep drives, parking spaces, service areas, and entrances serving premises clear and available to Owner, Owner's employees and bus traffic at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair any damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing buildings during entire construction period. Owner will endeavor to coordinate clientele and Citibus staff as feasible to his operation in order to assist with the timely progress of the construction schedule for all areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits. 1. Maintain access to existing walkways, corridors, and other occupied or used facilities. Do not close or obstruct occupied or used facilities without written permission from Owner. 2. Notify Architect not less than 72 hours in advance of activities that will affect Owner's operations. B. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and utilize near -completed portions of the Work, prior to full Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such limited occupancy shall not constitute acceptance of the total Work. 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. Comply with limitations on use of adjacent public streets, site and existing facility. SUMMARY 011000 - 2 { t F i-� I Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. On -Site Work Hours: Limit work in the existing building to business hours of 8-5, Monday through Friday, unless otherwise arranged with Owner. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Architect not less than two days in advance of any proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Architect not less than two days in advance of any proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. B. Drawing Coordination: Requirements for materials and products identified on Drawings are described in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 SUMMARY 011000 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 012100 - ALLOWANCES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements governing allowances. B. Types of allowances include the following: 1. Contingency allowance. Apr-2016 1.2 ACTION SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. 1.3 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.4 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.5 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. C. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. ALLOWANCES 012100 - 1 c., Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION Apr-2016 3.1 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Contingency Allowance: Include the sum of 5% Of Construction Cost. 1. If utilized, this allowance shall also include material cost receiving, handling, and installation and Contractor overhead and profit. END OF SECTION 012100 ALLOWANCES 012100 - 2 i Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 012300 - ALTERNATES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost for each alternate is the net addition to the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included at the end of this Section. i ? 1 I ALTERNATES 012300 - 1 `v` Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. PART 2 - EXECUTION 2.1 SCHEDULE OF ALTERNATES A. Alternate No. 1: 1. Add — the Roofing Add Alternate as described in Scope of Work on Sht. R1.01 of the Construction Documents. B. Alternate No. 2: 1. Add - Repaint interior surfaces and install tack -boards as indicated on Construction Documents. 2. Add - Remove and/or replace flooring materials as indicated on the Construction Documents. C. Alternate No. 3: 1. Add — Repair and repaint existing acoustical ceiling grid and install new ceiling tiles as indicated on the Construction Documents. D. Alternate No. 4: 1. Add - Replace existing lighting with LED lighting as shown on the Construction Documents. END OF SECTION 0123000 ALTERNATES 012300 - 2 0 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1.3 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. 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. 1.4 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. SUBSTITUTION PROCEDURES 012500 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. PART2-PRODUCTS 2.1 SUBSTITUTIONS Apr-2016 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. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution will not adversely affect Contractor's construction schedule. C. Requested substitution has received necessary approvals of authorities having jurisdiction. d. Requested substitution is compatible with other portions of the Work. e. Requested substitution has been coordinated with other portions of the Work. f. Requested substitution provides specified warranty. g. 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: Architect will consider requests for substitution if received within 30 days after the Notice to Proceed. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution -does not require extensive revisions to the Contract - Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. 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. SUBSTITUTION PROCEDURES 012500 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. PART 3 - EXECUTION (Not Used) END OF SECTION 012500 Apr-2016 SUBSTITUTION PROCEDURES 012500 - 3 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.3 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 10 days, when not otherwise specified, 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. B. Contractor -Initiated Work Change Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to the 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 1€ proposed change on the Contract Sum and the Contract Time. CONTRACT MODIFICATION PROCEDURES 012600 -1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 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 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Work Change Proposal Request Form: Use form acceptable to Architect. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.5 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. 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 012600 CONTRACT MODIFICATION PROCEDURES 012600 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 012900 - PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY Apr-2016 A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 1.2 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. C. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use Project Manual table of contents as a guide to establish line items for _. the schedule of values. Provide at least one line item for each. Specification Section. 1. Arrange schedule of values consistent with format of AIA Document G703. 2. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. 3. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 4. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. ..: 5. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 6. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. i 1 PAYMENT PROCEDURES 012900 -1 s.. Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. a. Temporary facilities and other major cost items that are not direct cost of actual work -in -place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 7. Schedule Updating: Update and resubmit the schedule of values with or before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. E. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from entities lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Forms: Submit executed waivers of lien on forms acceptable to Owner. F. Davis Bacon Report: Weekly payroll report per subcontractor or entity requesting payment, for each week of work submitted. PAYMENT PROCEDURES 012900 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittal schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of building permits. 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Initial progress report. 11. Report of preconstruction conference. 12. Certificates of insurance and insurance policies. H. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for temporary Owner occupancy of designated portions of the Work. I. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706-1994, "Contractor's Affidavit of Payment of Debts and Claims." -" 5. AIA Document G706A-1994, "Contractor's Affidavit of Release of Liens." 6. Evidence that claims have been settled. 7. Final meter readings for utilities if applicable and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 8. Final liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012900 PAYMENT PROCEDURES 012900 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL Apr-2016 1.1 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination drawings. 2. Requests for Information (RFIs). 3. Project meetings. B. Related Requirements: 1. Section 017300 'Execution" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 1.2 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.3 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, and telephone number of entity performing subcontract or supplying products. _ 2. Number and title of related Specification Section(s) covered by subcontract. 1.4 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. PROJECT MANAGEMENT AND COORDINATION 013100 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities 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. 1.5 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as 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. Date. 3. Name of Contractor. 4. Name of Architect. 5. RFI number, numbered sequentially. 6. RFI subject. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. - 9. Field dimensions and conditions, as appropriate. 10. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 11. Contractor's signature. 12. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. C. RFI Forms: AIA Document G716 or Software -generated form with substantially the same content as indicated above, acceptable to Architect. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working 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. PROJECT MANAGEMENT AND COORDINATION 013100 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. 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 of additional information. 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 012600 "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 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log to Architect monthly. 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 dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 1.6 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. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. PROJECT MANAGEMENT AND COORDINATION 013100 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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. B. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference before construction begins, 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. Tentative construction schedule. b. Critical work sequencing and long -lead items. C. Designation of key personnel and their duties. d. Procedures for processing field decisions and Change Orders. e. Procedures for RFIs. f. Procedures for testing and inspecting. g. Procedures for processing Applications for Payment. h. Submittal procedures. i. Preparation of record documents. j. Use of the premises k. Owner's schedule. 1. Work restrictions. M. Working hours. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. p. Procedures for disruptions and shutdowns. q. Construction waste management. r. Parking availability. S. Job Office, work, and storage areas. t. Equipment and material deliveries. U. First aid. V. Security. W. Ongoing Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Progress Meetings: Conduct progress meetings at bi-monthly intervals or weekly if needed. 1. Attendees: In addition to representatives of Owner 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. PROJECT MANAGEMENT AND COORDINATION 013100 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 2. 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) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) Status of RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. 3. --Minutes: General Contractor shall be responsible for conducting the meeting will record and distribute the meeting minutes to Owner, Architect and each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's 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. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 013100 - 5 4 f i . Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SSECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Requirements: 1. Section 017823 "Operation and Maintenance Data" for submitting operation and maintenance manuals. 2. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. 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. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule 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. _. 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic copies of digital data files (pdf) of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Contractor shall execute a data licensing agreement in the form of Agreement form acceptable to Owner and Architect. ARRION10V mm_.Z�Zy7f�7.9 013300 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. C. Request specific digital data drawing files required for Shop Drawings, from Architect as necessary. 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. 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. 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 14 calendar 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. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 14 days for review of each resubmittal. D. Electronic Submittals: Identify and incorporate information in each electronic submittal file 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. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. SUBMITTAL PROCEDURES 013300 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. h. Submittal purpose and description. i. Specification Section number and title. j. Specification paragraph number or drawing designation and generic name for each of multiple items. k. Drawing number and detail references, as appropriate. 1. Location(s) where product is to be installed, as appropriate. M. Related physical samples submitted directly. n. Indication of full or partial submittal. o. Transmittal number. p. Submittal and transmittal distribution record. q. Other necessary identification. r. Remarks. E. Options: Identify options requiring selection by Architect. F. Deviations: Identify deviations from the Contract Documents on submittals. G. Resubmittals: Make resubmittals in 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 marked with approval notation from Architect's action stamp. H. 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. I. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. SUBMITTAL PROCEDURES 013300 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 a. Provide a digital signature with digital certificate on electronically -submitted certificates and certifications where indicated. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory -installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Submit Shop Drawings in the following format: a. PDF electronic file. SUBMITTAL PROCEDURES 013300 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality - control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: SUBMITTAL PROCEDURES 013300 - 5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1. Submit product schedule in the following format: a. PDF electronic file. Apr-2016 F. Coordination Drawings Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures. I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." K. Maintenance Data: Comply with requirements specified in Section 017823 "Operation and Maintenance Data." L. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. M. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. N. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. O. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. P. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. Q. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. R. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. S. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on SUBMITTAL PROCEDURES 013300 - 6 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. T. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. U. Schedule of Tests and Inspections: Comply with requirements specified in Section 014000 "Quality Requirements." V. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. W. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. X. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. Y. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance -with the Contract Documents. Note corrections and field dimensions. Mark with Contractor approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. SUBMITTAL PROCEDURES 013300 - 7 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. C. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. D. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300 - 8 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY Apr-2016 A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting 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. Specified tests, inspections, and related actions do not limit Contractor's other quality - assurance and -control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 3. Specific test and inspection requirements are not specified in this Section. 1.2 DEFINITIONS A. 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. B. 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. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size physical assemblies that are constructed on -site or off -site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. E. Source Quality -Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. F. Field Quality -Control Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. QUALITY REQUIREMENTS 014000 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. 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, and similar operations. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). I. Experienced: When used with an entity or individual, "experienced" 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. 1.3 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be 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. 1.4 INFORMATIONAL SUBMITTALS A. 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. 1.5 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, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. QUALITY REQUIREMENTS 014000 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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 inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Field Reports: Prepare written information documenting tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 4. Results of operational and other tests and a statement of whether observed performance complies with requirements. 5. Other required items indicated in individual Specification Sections. C. Permits, Licenses, and Certificates: For Owner's records, 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. 1.6 QUALITY ASSURANCE A. General: 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 required units. 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 required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, 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's that are similar in material, design, and extent to those indicated for this Project. 1 F. Manufacturer's Representative Qualifications: An authorized representative of manufacturer ., who is trained and approved by manufacturer to observe and inspect installation of QUALITY REQUIREMENTS 014000 - 3 7 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 manufacturer's products that are similar in material, design, and extent to those indicated for this Project. G. 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: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. C. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work. d. When testing is complete, remove test specimens, assemblies, mockups, and laboratory mockups; do not reuse products on Project. 2. 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. H. Mockups: Before installing portions of the Work requiring mockups, prepare mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Create mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. 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. I. Laboratory Mockups: Comply with requirements of preconstruction testing and those specified in individual Specification Sections. 1.7 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 inspecting they are engaged to perform. QUALITY REQUIREMENTS 014000 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 2. 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. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a manufacturer's representative to observe and inspect the Work. Manufacturer's representative's services include examination of substrates and conditions, verification of materials, inspection of completed portions of the Work, and submittal of written reports. D. 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. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the - Work during performance of its services. - 2. Determine the location 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 any duties of Contractor. F. Associated Services: Cooperate with agencies 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: QUALITY REQUIREMENTS 014000 - 5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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 inspecting. 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 inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality -assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. 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 reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, 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 017300 "Execution." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. QUALITY REQUIREMENTS 014000 - 6 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. END OF SECTION 014000 QUALITY REQUIREMENTS Apr-2016 014000 - 7 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 014200 - REFERENCES PART 1 - GENERAL 1.1 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. Apr-2016 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": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. 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. 1.2 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. REFERENCES 014200 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 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. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.3 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 indicated in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. 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. AA Aluminum Association (The) AABC Associated Air Balance Council AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ABAA Air Barrier Association of America ABMA American Bearing Manufacturers Association ACI American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. (The) AF&PA American Forest & Paper Association AGA American Gas Association AHAM Association of Home Appliance Manufacturers AHRI Air -Conditioning, Heating, andRefrigeration Institute, The AI Asphalt Institute AIA American Institute of Architects (The) AISC American Institute of Steel Construction REFERENCES 014200 - 2 I Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement and Control Association International, Inc. ANSI American National Standards Institute AOSA Association of Official Seed Analysts, Inc. APA APA - The Engineered Wood Association APA Architectural Precast Association API American Petroleum Institute ARI Air -Conditioning & Refrigeration Institute ARMA Asphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASCE/SEI American Society of Civil Engineers/Structural Engineering Institute (See ASCE) ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers ASME AS ME International (American Society of Mechanical Engineers International) ASSE American Society of Sanitary Engineering ASTM ASTM International (American Society for Testing and Materials International) ATIS Alliance for Telecommunications Industry Solutions AWCMA American Window Covering Manufacturers Association (Now WCMA) AWCI Association of the Wall and Ceiling Industry AWI Architectural Woodwork Institute AWPA American Wood Protection Association (Formerly: American Wood Preservers' Association) AWS American Welding Society REFERENCES 014200 - 3 k_s Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association (The) BICSI BICSI, Inc. BIFMA BIFMA International (Business and Institutional Furniture Manufacturer's Association International) BISSC Baking Industry Sanitation Standards Committee CCC Carpet Cushion Council CDA Copper Development Association CEA Canadian Electricity Association CEA Consumer Electronics Association CFFA Chemical Fabrics & Film Association, Inc. CGA Compressed Gas Association CIMA Cellulose Insulation Manufacturers Association CISCA Ceilings & Interior Systems Construction Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association CRI Carpet and Rug Institute (The) CRRC Cool Roof Rating Council CRSI Concrete Reinforcing Steel Institute CRRC Cool Roof Rating Council CSA Canadian Standards Association CSA CSA International (Formerly: IAS - International Approval Services) CSI Construction Specifications Institute (The) REFERENCES 014200 - 4 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. CSSB Cedar Shake & Shingle Bureau CTI Cooling Technology Institute (Formerly: Cooling Tower Institute) DHI Door and Hardware Institute ECA Electrical Components Association EIA Electronic Industries Alliance EIMA EIFS Industry Members Association EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. ESD ESD Association (Electrostatic Discharge Association) ETL SEMCO Intertek ETL SEMCO (Formerly: ITS - Intertek Testing Service NA) FIBA Federation Internationale de Basketball (The International Basketball Federation) FIVB Federation Internationale de Volleyball (The International Volleyball Federation) FM Approvals FM Approvals LLC FM Global FM Global (Formerly: FMG - FM Global) FRSA Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc. FSA Fluid Sealing Association FSC Forest Stewardship Council GA Gypsum Association GANA Glass Association of North America GRI (Part of GSI) GS Green Seal GSI Geosynthetic Institute HI Hydronics Institute REFERENCES 014200 - 5 1; Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. HI/GAMA Hydronics Institute/Gas Appliance Manufacturers Association Division of Air -Conditioning, Heating, and Refrigeration Institute (AHRI) HMMA Hollow Metal Manufacturers Association (Part of NAAMM) HPVA Hardwood Plywood & Veneer Association HPW H. P. White Laboratory, Inc. 1APSC International Association of Professional Security Consultants ICBO International Conference of Building Officials ICEA Insulated Cable Engineers Association, Inc. ICRI International Concrete Repair Institute, Inc. ICPA International Cast Polymer Association IEC International Electrotechnical Commission -z' IEEE Institute of Electrical and Electronics Engineers, Inc. (The) IES Illuminating Engineering Society of North America IEST Institute of Environmental Sciences and Technology IGMA Insulating Glass Manufacturers Alliance ILI Indiana Limestone Institute of America, Inc. ---• ISA Instrumentation, Systems, and Automation Society, The jjf ' ISO International Organization for Standardization ISSFA International Solid Surface Fabricators Association ITS Intertek Testing Service NA (Now ETL SEMCO) ITU International Telecommunication Union KCMA Kitchen Cabinet Manufacturers Association LGSEA Light Gauge Steel Engineers Association LMA Laminating Materials Association (Now part of CPA) E__ t 6 REFERENCES Apr-2016 014200 - 6 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MCA Metal Construction Association MFMA Maple Flooring Manufacturers Association, Inc. MFMA Metal Framing Manufacturers Association, Inc. MH Material Handling (Now MHIA) MHIA Material Handling Industry of America MIA Marble Institute of America MPI Master Painters Institute MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE International (National Association of Corrosion Engineers International) NADCA National Air Duct Cleaners Association NAGWS National Association for Girls and Women in Sport NAIMA North American Insulation Manufacturers Association NBGQA National Building Granite Quarries Association, Inc. NCAA National Collegiate Athletic Association (The) NCMA National Concrete Masonry Association NCTA National Cable & Telecommunications Association NEBB National Environmental Balancing Bureau NECA National Electrical Contractors Association NeLMA Northeastern Lumber Manufacturers' Association NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFHS National Federation of State High School Associations REFERENCES 014200 - 7 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. NFPA NFPA (National Fire Protection Association) NFRC National Fenestration Rating Council NGA National Glass Association NHLA National Hardwood Lumber Association NLGA National Lumber Grades Authority NOFMA NOFMA: The Wood Flooring Manufacturers Association (Formerly: National Oak Flooring Manufacturers Association) NOMMA National Ornamental & Miscellaneous Metals Association NRCA National Roofing Contractors Association NRMCA National Ready Mixed Concrete Association NSF NSF International (National Sanitation Foundation International) NSSGA National Stone, Sand & Gravel Association NTMA National Terrazzo & Mosaic Association, Inc. (The) NWFA National Wood Flooring Association PCI Precast/Prestressed Concrete Institute PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute . ; PTI Post -Tensioning Institute RCSC Research Council on Structural Connections RFCI Resilient Floor Covering Institute RIS Redwood Inspection Service SAE SAE International SCAQMD South Coast Air Quality Management District SCTE Society of Cable Telecommunications Engineers SDI Steel Deck Institute REFERENCES Apr-2016 014200 - 8 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SDI Steel Door Institute SEFA Scientific Equipment and Furniture Association SEVASCE Structural Engineering Institute/American Society of Civil Engineers (See ASCE) SIA Security Industry Association SJI Steel Joist Institute SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning Contractors' National Association SMPTE Society of Motion Picture and Television Engineers SPFA Spray Polyurethane Foam Alliance (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) SPIB Southern Pine Inspection Bureau (The) SPRI Single Ply Roofing Industry SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute SWI Steel Window Institute SWPA Submersible Wastewater Pump Association TCA Tilt -Up Concrete Association TCNA Tile Council of North America, Inc. TEMA Tubular Exchanger Manufacturers Association TIA/EIA Telecommunications Industry Association/Electronic Industries Alliance TMS The Masonry Society TPI Truss Plate Institute, Inc. TPI Turfgrass Producers International Apr-2016 REFERENCES 014200 - 9 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. TRI Tile Roofing Institute UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association USAV USA Volleyball USGBC U.S. Green Building Council USITT United States Institute for Theatre Technology, Inc. WASTEC Waste Equipment Technology Association WCLIB West Coast Lumber Inspection Bureau WCMA Window Covering Manufacturers Association WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) WI Woodwork Institute (Formerly: WIC - Woodwork Institute of California) WMMPA Wood Moulding & Millwork Producers Association WSRCA Westem States Roofing Contractors Association WWPA Western Wood Products Association Apr-2016 C. 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. D. 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. E. 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. ADAAG Americans with Disabilities Act (ADA) Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities Available from U.S. Access Board CFR Code of Federal Regulations Available from Government Printing Office DOD Department of Defense Military Specifications and Standards Available from Department of Defense Single Stock Point REFERENCES 014200 - 10 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. DSCC Defense Supply Center Columbus (See FS) FED -STD Federal Standard (See FS) FS Federal Specification Available from Department of Defense Single Stock Point Available from Defense Standardization Program Available from General Services Administration Available from National Institute of Building Sciences FTMS Federal Test Method Standard (See FS) MIL (See MILSPEC) MIL -STD (See MILSPEC) MILSPEC Military Specification and Standards Available from Department of Defense Single Stock Point UFAS Uniform Federal Accessibility Standards Available from Access Board Apr-2016 F. State 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. TAS Texas Accessibility Standards PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 014200 REFERENCES 014200 -11 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Architect, occupants of Project, testing agencies, and authorities having jurisdiction. B. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. D. Contractor's use of Owner's Existing Systems shall not affect the Owner's ongoing use. 1.3 INFORMATIONAL SUBMITTALS A. Site Plan: Show desired location for any temporary facilities, staging areas, and parking areas for construction personnel. To be coordinated with Owner during Pre -construction meeting. B. Erosion- and Sedimentation -Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire prevention program. 1.4 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. TEMPORARY FACILITIES AND CONTROLS 015000 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines. 1.5 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Chain -Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized -steel, chain -link fabric fencing; minimum 6 feet high with galvanized -steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top rails. 2.2 TEMPORARY FACILITIES A. Storage and Fabrication Areas: Provide secure area sized, furnished, and equipped to accommodate materials and equipment for construction operations, as approved by Owner. If not approved, maintain these areas in an acceptable off -site location. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. _ PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work and Owner's ongoing use of the facility. Relocate and modify facilities as required by Owner and progress of the Work. 1. Locate facilities to limit disturbance as specified in Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. TEMPORARY FACILITIES AND CONTROLS 015000 - 2 t Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.2 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial (' Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. 3. Coordinate with Owners ongoing use of the site. C. Parking: Coordinate with Owner an acceptable location of parking areas for construction personnel. D. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. E. Project Signs: Provide Project signs in locations as approved by the Owner. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as approved by Owner. 2. Temporary Signs: Provide other signs as required to alert public to dangerous areas and to inform public and individuals seeking entrance to Project, in locations approved by Owner. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. F. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." G. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities at Contractors expense. TEMPORARY FACILITIES AND CONTROLS 015000 - 3 f_ Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. C. Temporary Erosion and Sedimentation Control: Comply with requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and requirements specified in Section 311000 "Site Clearing." D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Pest Control: If necessary, engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. F. Work Enclosure: Before construction operations begin, furnish and install enclosures in a manner that will prevent people from easily entering work areas or being harmed in an adjacent location because of the work. G. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. H. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. I. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from possible damage. J. Temporary Partitions: Provide floor -to -ceiling dustproof partitions to limit dust migration and to separate areas occupied by Owner. 1. Construct dustproof partitions with two layers of 6-mil polyethylene sheet on each side. Cover floor with two layers of 6-mil polyethylene sheet, extending sheets 18 inches up the sidewalls. Overlap and tape full length of joints. Cover floor with fire -retardant - treated plywood. 2. Seal joints and perimeter. Equip partitions with gasketed dustproof doors and security locks where openings are required. 3. Protect air -handling equipment. 4. Provide walk -off mats at each entrance through temporary partition. K. Temporary Fire Protection: Install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire prevention program. 1. Prohibit smoking on the project site. 2. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. TEMPORARY FACILITIES AND CONTROLS 015000 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 3. Develop and supervise an overall fire -prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 3.4 MOISTURE AND MOLD CONTROL A. Contractor's Moisture Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect materials from water damage and keep porous and organic materials from coming into prolonged contact with concrete. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Discard or replace water -damaged and wet material. 4. Discard, replace, or clean stored or installed material that begins to grow mold. 5. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. 2. Remove materials that cannot be completely restored to their manufactured moisture level within 48 hours. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, when required by Owner or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. TEMPORARY FACILITIES AND CONTROLS 015000 - 5 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1. Temporary materials that contribute to temporary facilities are property of Contractor, Existing facilities used by the Contractor as the area for Temporary facilities remains property of the Owner. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 TEMPORARY FACILITIES AND CONTROLS 015000 - 6 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 016000 - PRODUCT REQUIREMENTS 1.1 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 012500 "Substitution Procedures" for requests for substitutions. 1.2 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. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process 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. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.3 ACTION SUBMITTALS A. Comparable Product Requests: 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. 1. 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 REQUIREMENTS 016000 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 product request within 14 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis -of -Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures." Show compliance with requirements. 1.4 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. 1.5 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 to determine that products are undamaged and properly protected. - C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. PRODUCT REQUIREMENTS 016000 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.6 PRODUCT WARRANTIES Apr-2016 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 warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART 2-PRODUCTS 2.1 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. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that match the characteristics of the existing materials previously used on this project. 3. Where products are accompanied by the term "as selected," Architect will make selection. 4. Every effort shall be made to match the aesthetic appearance of new construction materials to existing construction. B. Product Selection Procedures: 1. Product: Where -Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. 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 Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed PRODUCT REQUIREMENTS 016000 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. b. Nonrestricted List: 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. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. 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 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. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. 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 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. PRODUCT REQUIREMENTS 016000 - 4 Chapman Harvey Architects, Inc. wp a016 »b Unauthorized duplication prohibited. * List osimilar imllalaiomfor completed projects with project names and addresses and names and addraae of architects and owner,/ requested. 5 Samples, /Sgese. PART ]-EXECUTION (N& Used) END OF SECTION 0 1600 PRODUCT REQUIREMENTS 016 0 .5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 017300 - EXECUTION PART 1 - GENERAL Apr-2016 1.1 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 -installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. B. Related Requirements: 1. Section 011000 "Summary" for limits on use of Project site. 2. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 1.2 QUALITY ASSURANCE A. 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, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural element 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. 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. 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 EXECUTION 017300 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. 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. Consult with Architect prior to installing such materials. EXECUTION 2.2 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of utilities, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, 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. 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. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. EXECUTION 017300 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.3 PREPARATION A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, 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 caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section 013100 "Project Management and Coordination." 2.4 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings. If discrepancies are discovered, notify Architect promptly. B. General: 1. Establish benchmarks and control points to set lines and levels as needed to locate each element of Project. 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. C. 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. 2.5 INSTALLATION A. General: 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. EXECUTION 017300 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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. 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 the best possible results. 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. 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: Do not use tools or equipment that produce harmful noise levels. 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 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. 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. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 2.6 CUTTING AND PATCHING A. Cutting and Patching, 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. EXECUTION 017300 - 4 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. 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. E. Adjacent Occupied Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas as determined in Progress Meetings. F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. G. 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. 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 and Masonry: 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. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. 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. 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.- i 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. �. 3. Floors: Where floor finishes are removed, extend one finished area into another, patch and repair floor surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. 4. Ceilings: Rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. , 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a { weathertight condition and ensures thermal and moisture integrity of building enclosure. ( ' EXECUTION 017300 - 5 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 2.7 PROGRESS CLEANING A. General: 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 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. 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 in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. - G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. 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 assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. EXECUTION 017300 - 6 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Section 014000 "Quality Requirements" 2.9 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. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 017300 EXECUTION 017300 - 7 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 017700 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 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. 5. Repair of the Work. B. Related Requirements: 1. Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 2. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.2 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items "Punchlist": Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.3 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. CLOSEOUT PROCEDURES 017700 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1.5 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. B. 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, final completion construction photographic documentation, 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 where applicable. 5. Submit test/adjust/balance records. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. 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 Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner. Advise 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 Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 017900 "Demonstration and Training." 6. Advise Owner of changeover in heat and other utilities. 7. Participate with 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, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. 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 CLOSEOUT PROCEDURES 017700 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 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. Reinspection: Request 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. 1.6 FINAL COMPLETION PROCEDURES A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Section 012900 "Payment Procedures." 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. 4. Submit pest -control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection to determine acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.7 LIST OF INCOMPLETE ITEMS (PUNCH LIST) 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. Organize list of spaces in sequential order,. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Submit list of incomplete items in the following format: a. Electronic copy CLOSEOUT PROCEDURES 017700 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.8 SUBMITTAL OF PROJECT WARRANTIES Apr-2016 A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 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-1 1-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. PART 2 - PRODUCTS 2.1 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. PART 3 - EXECUTION 3.1 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 and grounds, in areas disturbed by construction activities of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. CLOSEOUT PROCEDURES 017700 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. 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. e. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches and similar spaces. f. Sweep concrete floors broom clean in unoccupied spaces. g. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. h. Remove labels that are not permanent. i. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. j. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. k. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. 1. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. in. Leave Project clean and ready for occupancy. 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other i damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned -out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fixtures to comply with requirements for new fixtures. CLOSEOUT PROCEDURES 017700 - 5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. END OF SECTION 017700 CLOSEOUT PROCEDURES Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 017823 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL Apr-2016 1.1 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. 5. Systems and equipment maintenance manuals. 1.2 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect will comment on whether content of operations and maintenance submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Manual Submittal: Submit two manuals in final form prior to requesting inspection for Substantial Completion. PART 2-PRODUCTS 2.1 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS A. Directory: Prepare a single, comprehensive directory of emergency, operation, and maintenance data and materials, listing items and their location to facilitate ready access to desired information. B. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. . Title page. 2. Table of contents. 3. Manual contents. OPERATION AND MAINTENANCE DATA 017823 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. C. Title Page: Include the following information: Apr-2016 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Construction Manager. 7. Name and contact information for Architect. 8. Name and contact information for Commissioning Authority. 9. Names and contact information for major consultants to the Architect that designed the systems contained in the manuals. 10. Cross-reference to related systems in other operation and maintenance manuals. D. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. E. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. F. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-1l-inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic. equipment. 4. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. OPERATION AND MAINTENANCE DATA 017823 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.2 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. OPERATION AND MAINTENANCE DATA 017823 - 3 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.3 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 2.4 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. OPERATION AND MAINTENANCE DATA 017823 - 4 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. PART 3 - EXECUTION 3.1 MANUAL PREPARATION A. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. C��rT�Z11 u : ��IVQW L�71117.� 017823 - 5 t__ Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. F. Comply with Section 017700 "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 017823 OPERATION AND MAINTENANCE DATA 017823 - 6 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL Apr-2016 1.1 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Requirements: 1. Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 1.2 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked -up record prints. B. Record Specifications: Submit one paper copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one paper copy of each submittal. PART2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked -up paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised Drawings as modifications are issued. 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked -up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. C. Record and check the markup before enclosing concealed installations. PROJECT RECORD DOCUMENTS 017839 -1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 2. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked -up record prints. 3. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. 5. Incorporate changes and additional information previously marked on record prints. Delete, redraw, and add details and notations where applicable. 6. Refer instances of uncertainty to Architect for resolution. 7. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. B. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Note related Change Orders and record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders and record Drawings where applicable. PROJECT RECORD DOCUMENTS 017839 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference. END OF SECTION 017839 PROJECT RECORD DOCUMENTS 017839 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 06105 - MISCELLANEOUS CARPENTRY PART1-GENERAL 1.1 RELATED DOCUMENTS Apr-2016 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wood blocking, cants, and nailers. 1.3 DEFINITIONS A. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NELMA - Northeastern Lumber Manufacturers Association. 2. NLGA - National Lumber Grades Authority. 3. SPIB - Southern Pine Inspection Bureau. 4. WCLIB - West Coast Lumber Inspection Bureau. 5. WWPA - Western Wood Products Association. 1.4 SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. - 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Preservative -treated wood. 2. Fire -retardant -treated wood. 3. Power -driven fasteners. 4. Powder -actuated fasteners. 5. Expansion anchors. 1.5 QUALITY ASSURANCE A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1. Dimension lumber. Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. Miscellaneous lumber. Plywood. 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART2-PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. 5. Provide dry lumber with nineteen percent (19%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 6. Provide dry lumber with fifteen percent (15%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA C2 (lumber), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following: a) Chromated copper arsenate (CCA). b) Ammoniacal copper zinc arsenate (ACZA). c) Ammoniacal, or amine, copper quat (ACQ). d) Copper bis (dimethyldithiocarbamate) (CDDC). e) Ammoniacal copper citrate (CC). f) Copper azole, Type A (CBA-A). g) Oxine copper (copper-8-quinolinolate) in a light petroleum solvent. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. 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. 2.3 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the American Lumber Standards Committee National Grading Rule provisions of the grading agency indicated. MISCELLANEOUS CARPENTARY 06 10 50 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 2.4 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: 1. Rooftop equipment bases and support curbs. 2. Blocking. 3. Cants. 4. Nailers. 5. Furring. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with fifteen percent (15%) maximum moisture content and any of the following species: 1. Mixed southern pine; SPIB. 2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA. 4. Eastern softwoods; NELMA. 5. Northern species; NLGA. 6. Western woods; WCLIB or WWPA. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASMEB18.6.1. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, and similar supports to comply with requirements for attaching other construction. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. D. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. E. Countersink fastener heads on exposed carpentry work and fill holes with wood filler. F. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. MISCELLANEOUS CARPENTARY 06 10 50 - 3 i', Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 3.2 WOOD SLEEPER, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 3.3 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. 1. Fire block furred spaces of walls, at each floor level and at ceiling, with wood blocking or noncombustible materials accurately fitted to close furred spaces. END OF SECTION MISCELLANEOUS CARPENTARY 061050-4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 07215 - ROOF AND DECK INSULATION PART 1 — GENERAL 1.1 DESCRIPTION Apr-2016 A. Related Work 1. Documents affecting work of this Section include, but are not necessarily limited to, General Requirements / Conditions, Supplementary General Conditions, and Sections in Division 01 of these Specifications. 1.2 REFERENCES A. American Society of Testing Materials (ASTM) 1. C 177-85 Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus. 2. C 209-84 Methods of Testing Insulating Board (Cellulosic Fiber), Structural and Decorative. 4. D 41-85 Asphalt Primer Used in Roofing and Waterproofing. 5. D 312-89 Asphalt Used in Roofing. 6. D 1621-73 (1979) Test Method for Compressive Properties of Rigid Cellular Plastics. 7. D 4601-86 Asphalt Coated Glass Fiber Base Sheet Used in Roofing. B. National Roofing Contractors Association (NRCA) C. (ANSI/SPRI) D. ASCE 7 wind uplift criteria 1.3 QUALITY ASSURANCE A. Regulatory Requirements Classified by Underwriter's Laboratories (UL) as Class A roof covering. Follow local, state, and federal regulations, safety standards, and codes. B. Installation 1. Installation shall be in accordance with manufacturer's current published application procedures, - NRCA general recommendations, and ASCE 7 wind uplift criteria. 2. Roof system manufacturer's technical specifications shall be considered part of this specification and shall be used as reference for specific application procedures. 1.4 SUBMITTALS A. Product Data: Submit Manufacturer's product data sheets for each product. B. Shop Drawings: Layout of roof plan showing tapered design, tapered insulation pattern, direction of slope, amount of slope, spot elevations indicating thicknesses at high and low points. B. Certification: Submit roof manufacturer's certification in writing that insulation is acceptable as substrate for application of specified roof system. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials in accordance with manufacturer's recommendations. ROOF AND DECK INSULATION 07215 -1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. When stored outdoors: 1. Tarp and shield insulation from moisture and ultraviolet rays. 2. Elevate insulation above substrate four inches minimum. 3. Secure insulation to resist high winds. 4. Distribute insulation stored on roof deck to prevent concentrated loads that would impose excessive stress or stain on deck or structural members. Verify that structure can accommodate additional loading. 5. Wet insulation, or insulation that has been wet but which has dried, may not be used and shall be removed completely and immediately from the job site. 6. Do not double stack bundles of insulation on the roof top. 1.6 SEQUENCING AND SCHEDULING A. Substrate Acceptance: Roof system manufacturer's representative shall inspect roof deck and associated substrates and provide written acceptance of conditions. B. Manufacturer's approved roofing contractor shall inspect and approve deck and substrates. C. Plan roof layout with respect to roof deck slope to prevent rainwater drainage into completed roofing. D. Do not install more insulation than can be covered with complete roof system in same day. 1.7 PRODUCT CONDITIONS A. Environmental Requirements: 1. Apply roofing and insulation in dry weather. 2. Do not proceed with roof construction during inclement weather or when precipitation is predicted 40% or more possibility. 3. Do not apply insulation over wet or moist deck or in foggy conditions. 4. Days with wind speeds of 30 mph or greater shall be considered "Bad Weather" days. B. Emergency Equipment: Maintain on -site equipment and material necessary to apply emergency temporary seals I the event of sudden storms or inclement weather. C. Costs for emergency roofing shall be borne by Contractor. PART 2 — PRODUCTS - 2.1 INSULATION A. All insulation shall be approved in writing by the membrane manufacturer as to thickness, type, and manufacturer. All insulation must be approved for the specific application, Underwriters Laboratory approved, and be listed in the FM Global Approval Guide. B. Polyisocyanurate Roof Insulation: Insulation shall be rigid polyisocyanurate foam board; thickness and LTTR-value shall be a minimum of 3.5" = 20.5 meeting Federal Specification No. HH-I-1972/1 or 2 with 20 psi minimum compressive strength and 2.0 pcf minimum density. Board shall be surfaced on two (2) sides with non -asphaltic facer material. C. Cover Board: Impact -resistant, nonstructural, specially engineered gypsum and cellulose fiber panels with 95% recycled content; uniform water -resistance throughout core and surface. Board size four feet by eight feet (4' x 8% thickness 1/2" = R of 0.5; conforming to ASTM C 1278, meeting FM 4470 Class 1 criteria, classified by Underwriters Laboratories, and listed in the FM Global Approval Guide. ROOF AND DECK INSULATION 07215 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 Board will meet the following physical properties, Securock® Roof Board, as manufactured by USG Corporation, or approved equal. Test Typical Value Test Method Fire Resistance Class A UL 790 Permeance < 30 ASTM C473 Surface water absorption _S 1.6 nominal grams ASTM C473 Water resistance Maximum 10% weight percentage gain Mold Resistance Minimum rating of "10" ASTM D3273 2.2 BITUMEN A. Shall be ASTM D 312 Type IV extra steep asphalt. B. Contractor shall mix with the hot asphalt an additive that eliminates the asphalt odor, such as descent, as manufactured by ArrMaz Custom Chemicals, or approved equal. 2.3 FASTENERS A. Fasteners and fastening plates and/or termination bars shall be FM Approved and shall be listed in the FM Global Approval Guide, and as recommended by the insulation/ fastener manufacturer for the specific application to meet the minimal requirements for wind uplift as required by the local jurisdiction and/or FM Global. B. Heavy Duty Fastener for Steel Applications for 18-22 gauge Steel and Wood Substrates: Shall be a #14 fastener with a minimum .190 diameter shank and a thread diameter of .245 with ten (10) threads per inch and a 30 degree spade point. Fasteners shall be fluorocarbon coated with CR-10 corrosion resistant coating when subjected to 30 Kesternich cycles (DIN 50018) shows less than 15% red rust which surpasses FM Global Approval Standard 4470, as manufactured by OMG Roofing Products, Agawam, MA or approved equal. All fasteners shall be used in conjunction with the manufacturers approved round pressure plate. Fasteners, plates, and/or bars shall be FM approved and listed in the FM Global Approval Guide. PART 3 — EXECUTION 3.1 PROTECTION A. Provide special protection from traffic on yet to be removed roofing. B. Provide special protection from traffic on completed work. 3.2 EXAMINATION AND PREPARATION A. Do not install until defects are corrected and deck substrate meets roof system manufacturer's requirements. B. Do not apply insulation when water or moisture is present on substrate. C. Examine substrate and related surfaces, and verify that there are no conditions such as inadequate anchorage, foreign materials, moisture, ridges, depressions, or other conditions which would prevent satisfactory installation of roof system. D. Start of work constitutes acceptance of deck substrate and site conditions. ROOF AND DECK INSULATION 07215 - 3 Chapman Harvey Architects, Inc. y2016 Unauthorized duplication prohibited. Apr-2016 D. Top dress the membrane with a second layer of trowel grade neoprene sealant. Neoprene sealant shall be approximately one -eighth inch (1/8") in thickness and completely cover the weave of the membrane. 3.7 REPAIR ALL FLAT FLANGES OF METAL EDGE SYSTEM AS FOLLOWS: A. Remove all improperly bonded felts, locked -in gravel, loose gravel, dirt, and debris from the lip of the gravel stop or cleat to a point on the roof surface at least one inch (1 ") beyond the width of the twelve inch (12") wide fiberglass membrane, and a minimum of four inches (4") past the metal Range. This may be done by hand -spudding or gravel removing machine. In either case, care is to be exercised that no damage is done to the roof mat. B. Seal the flange of the gravel stop in the following manner: 1. Trowel a soft -setting mastic at the rate of three -fourths pound (3/4#) per square foot from the lip of the gravel stop to the edge of the locked -in gravel. This shall be a minimum of thirteen inches (13") when laying a twelve inch (12") wide fiberglass membrane. 2. Embed into the soft -setting mastic twelve inch (12") fiberglass membrane cut into eight foot (8') lengths and lapped at least four inches (4") at all joints, which are to be buttered into the mastic so that nowhere does membrane touch membrane. 3. Trowel the soft -setting mastic over the membrane, applied at the rate of three -fourths pound (3/4#) per square foot. C. Securely refasten the gravel stop wherever necessary on the face and roof surface by mechanical means. D. Use asphalt based mastic on asphalt roofs, and use coal -tar based mastic on coal -tar pitch roofs. 3.8 REPAIR ALL SURFACE BREAKS AS FOLLOWS: A. Thoroughly clean the area to be repaired by spudding away bitumen down to the bare felt, a minimum of four inches (4") on all sides. Repairs shall be made having parallel, straight sides on modified bitumen remove loose granules. B. Clean all dust, dirt, and debris from repair area completely. C. Trowel mastic covering the entire area to be repaired with a liberal application of soft -setting mastic. D. Embed into the mastic, fiberglass membrane cut to extend at least four inches (4") on all sides of the area to be reinforced. The mastic should extend a minimum of two inches (2") beyond the outer edge of fiberglass membrane. E. Trowel mastic over the fiberglass membrane after working the membrane in carefully so that there is no wrinkling or entrapped air. All edges are to be sealed tightly with no fiberglass membrane extending beyond the mastic. F. Cuts may be made; however, if it is felt, the edges of the break should be trimmed to give better results and a neater repair. The break should be cleaned of all foreign matter prior to repair. G. Use asphalt based mastic on asphalt roofs, and coal -tar based mastic on coal -tar pitch roofs. COLD PROCESS REPAIRS 07520 - 13 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.9 FILL ALL PITCH PANS AS FOLLOWS: A. All pitch pans should be cleaned of all loose materials. B. Carefully inspect each pitch pan to ensure that there is no direct path for filler materials to flow into the building. C. Trowel apply a liberal application of asphalt mastic into the pitch pan, filling it above the metal lip in watershed fashion. 3.10 SEAL ALL SHEET METAL JOINTS, CAULK JOINTS AND VERTICAL WALL JOINTS AS FOLLOWS: A. Remove any loose mortar or existing sealant. B. In case the joint is void of material, a closed cell polyethylene joint backing shall be installed to within one-half inch (1/2") of the surface. C. A bead of one -part urethane sealant shall be gun -applied into the clean, prepared joint. D. After applying the bead, it shall be tooled to ensure bond. E. The depth of the sealant shall be a minimum of one-fourth inch (1/4"). END OF SECTION 07520 COLD PROCESS REPAIRS 07520 - 14 1 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. DETAIL DRAWINGS/ROOF PLANS Apr-2016 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 07535 - FULLY ADHERED MULTI -PLY ROOF SYSTEM PART 1 - GENERAL 1.1 DESCRIPTION Apr-2016 A. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Requirements / Conditions, Supplementary General Conditions, and Sections in Division 01 of these Specifications. 1.2 INSTALLER QUALIFICATIONS A. Roofing Installer must be: 1. Currently prequalified with the Owner in accordance with Owner's prequalification requirements. 2. Currently in good standing with the manufacturer. B. It shall remain each Contractor's responsibility to determine his current status with the manufacturer's certification plan. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. A qualified manufacturer that has been UL Listed and has FM Approvals for membrane roofing systems similar to that used in this project for a minimum of ten 00) years. 2. Provide Thermoplastic Fleece -Backed Elvaloy Roofing Membrane with a minimum Elvaloy Polymer Content of 30% with the following approvals: a. Underwriters Laboratories Class A Rating b. Factory Mutual I-90 c. Miami/Dade County Florida NOA d. ICC-ES e. Energy Star Partner f. TDI —Texas Department of Insurance Product Evaluation B. Applicator/Installer: 1. Acceptable to roof material manufacturer for the manufacturer's warranty requirements. 2. Five (5) years successful experience on projects similar in size and scope. 3. Experienced in the type of roofing work required. 4. Successfully completed previous projects warranted by the manufacturer. C. Testing Laboratory Services: Test results shall meet or exceed established standards. D. Comply with governing local, state, and federal regulations, safety standards, and codes. 1.4 REFERENCES (INCLUDING LATEST REVISIONS) A. American Society for Testing and Materials: 1. ASTM B 209 - 90, Specification for Aluminum and Aluminum Alloy Sheet and Plate 2. ASTM C 719 - 86, Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cycle Movement (Hockman Cycle) 3. ASTM C 794 - 80 (1986), Test Method for Adhesion -in -Peel of Elastomeric Joint Sealants 4. ASTM C 920 - 87, Specification for Elastomeric Joint Sealants 5. ASTM D 312 - 89, Specification for Asphalt Used in Roofing 6. ASTM D 1863 - 86, Specification for Mineral Aggregate Used on Built-up Roofs FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 7. ASTM D 2178 - 89, Specification for Asphalt Glass Felt Used in Roofing and Waterproofing 8. ASTM D 2824 - 85, Specification for Aluminum - Pigmented Asphalt Roof Coatings 9. ASTM D 4586 - 86, Specification for Asphalt Roof Cement, Asbestos Free 10. ASTM A 361 - 90, Sheet Steel, Zinc -Coated (Galv.) by the Hot -Dip Process for Roofing and Siding 11. ASTM C 177, Test for Thermal Laboratory Services 12. ASTM C 728, Perlite Thermal Insulation Board B. Federal Specifications: 1. LLL-I-535B 2. SS-A-701B 3. SS-C-153 4. SS-C-153C 5. SS-R-620B 6. TT-C-498C 7. TT-P-320D 8. TT-S-00227E 9. TT-S-00230C 10. SS-S-001534 (GSA-FSS) 11. L-P-375 C. Industry Standards: 1. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual 2. Single -ply Roofing Institute (SPRI) - A Professional Guide to Specifications Manual 3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) - Architectural Sheet Metal Manual 4. American Society of Civil Engineers — ASCE 7 1.5 SUBMITTALS A. Samples and Manufacturer's Submittals: Submit prior to delivery or installation. 1. Samples of all roofing system components including all specified accessories. 2. Submit samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified. 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the intent to guarantee the completed project. B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, projection conditions, and any additional special job conditions which require details other than indicated in the drawings. C. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels intact and legible including labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. C. Deliver materials in sufficient quantity to allow continuity of work. Apr-2016 D. Handle and store material and equipment in such a manner as to avoid damage. Liquid products shall be delivered sealed, in original containers. E. Handle rolled goods so as to prevent damage to edge or ends. F. Select and operate material handling equipment so as not to damage existing construction or applied roofing. G. Moisture -sensitive products shall be maintained in dry storage areas and properly covered. Provide continuous protection of materials against wetting and moisture absorption. Store roofing and flashing materials on clean raised platforms with weather protective covering when stored outdoors. H. Store rolled goods on end. I. Protect materials against damage by construction traffic. The proper storage of materials is the sole responsibility of the contractor and any wet or damaged roofing materials shall be discarded, removed from the project site, and replaced prior to application. K. Comply with fire and safety regulations, especially with materials which are extremely flammable and/or toxic. Use safety precautions indicated on labels. L. Products liable, such as emulsions, to degrade as a result of being frozen shall be maintained above 40' F in heated storage. M. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. 1.7 SITE CONDITIONS A. Job Condition Requirements: 1. Apply roofing in dry weather. 2. Do not apply roofing when ambient temperature is below 40' F (41 C). 3. Coordinate the work of the contractor with the work to be performed by the Owner's personnel, to ensure proper sequencing of the entire work. The Owner's personnel will be erecting interior protection for equipment, if required. The contractor is to schedule his work so that adequate time is allowed for the Owner's personnel to perform the work. No roof work shall be performed until the Owner's personnel have completed erection of the interior protection in that area. 4. Proceed with roofing work only when weather conditions are in compliance with manufacturer's recommended limitations, and when conditions will permit the work to proceed in accordance with specifications. 5. Schedule the work so the building will be left watertight at the end of each day. Do not remove more roofing material than can be reinstalled in any working day. 6. All surfaces to receive new roofing shall be smooth, dry, and free from dirt, debris, and foreign material before any of this work is installed. Competent operators shall be in attendance at all times equipment is in use. Materials shall be stored neatly in areas designated by the Owner. Load placed on the roof at any point shall not exceed the safe load for which the roof is designed. 7. The contractor shall take all necessary precautions to protect the roof mat and deck from damage. The contractor shall be responsible for repairing all new areas of damage caused by the negligence of the contractor, at the contractor's expense. The Owner's on -site representative shall determine damage caused by contractor negligence. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 8. The contractor shall follow local, state, and federal regulations, safety standards, and codes for the removal, handling, and disposal of asbestos containing materials, if present. When a conflict exists, use the stricter document. 9. Follow insurance underwriter's requirements acceptable for use with specified products or systems. 10. Due caution should be exercised so as not to alter the structural integrity of the deck. When cutting through any deck, care should be taken so as not to damage the deck or any part of the deck, such as post tension cables, etc. 11. The contractor is to verify the location of all interior ducts, electrical lines, piping, conduit, and/or similar obstructions. The contractor is to perform all work in such a manner as to avoid contact with the above mentioned items. 12. Surface and air temperatures should be a minimum 45' F during applications of cleaner and waterproof coating and remain above 45' F for a minimum of four (4) hours following applications. Verify compatibility of cleaner with coatings, paints, primers and joint sealers specified. Advise Owner's representative of any problems in this regard prior to commencing cleaning operations. 13. Temporary Sanitary Facilities: The contractor shall furnish and maintain temporary sanitary facilities for employees use during this project. These will be removed after the completion of the project. All portable facilities shall comply with local laws, codes, and regulations. B. Protection of Work and Property: 1. Work: The contractor shall maintain adequate protection of all his work from damage and shall protect the Owner's and adjacent property from injury or loss arising from this contract. He shall provide and maintain at all times any OSHA required danger signs, guards, and/or obstructions necessary to protect the public and his workmen from any dangers inherent with or created by the work in progress. All federal, state, and city rules and requirements pertaining to safety and all EPA standards, OSHA standards, NESHAP regulations pertaining to asbestos as required shall be fulfilled by the contractor as part of his proposal. 2. Property: Protect existing planting and landscaping as necessary or required to provide and maintain clearance and access to the work of this contract. Examples of two categories or degrees of protection are generally as follows: a) removal, protection, preservation, or replacement and replanting of plant materials; b) protection of plant materials in place, and replacement of any damage resulting from the contractor's operations. 3. Twenty-four Hour Call: The contractor shall have personnel on call 24 hours per day, seven (7) days per week for emergencies during the course of a job. The Owner's Project Manager is to have the 24 hour numbers for the contact. Contractor must be able to respond to any emergency call and have personnel on -site within two (2) hours after contact. Numbers available to the Owner's Project Manager are to be both home and office numbers for: a) Job Foreman — b) Job Superintendent c) Owner or Company Officer C. Damage to Work of Others: The contractor shall repair, refinish, and make good any damage to the building or landscaping resulting from any of his operation. This shall include, but is not limited to, any damage to plaster, tile work, wall covering, paint, ceilings, floors, or any other finished work. Damage done to the building, equipment, or grounds must be repaired at the successful contractor's expense holding the Owner harmless from any other claims for property damage and/or personal l injury. D. Measurements: It will be the contractor's responsibility to obtain and/or verify any necessary dimensions by visiting the job site, and the contractor shall be responsible for the correctness of same. Any drawings supplied are for reference only. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 4 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. t_ E. Use of Premises: 1. The contractor is advised that the Owner will occupy the building at all times, and the contractor must provide all safeguards required to protect personnel and to keep noise levels as low as reasonably possible for each operation. 2. The contractor shall: a) Coordinate work in such a manner as to not interfere with the normal operation of the building. b) Assume full responsibility for protection and safekeeping of products stored on premises. c) Agree to hold the Owner harmless in any and all liability of every nature and description which may be suffered through bodily injuries, including death of any persons by reason of negligence of the contractor, agents, employees, or subcontractors. F. Cleaning and Disposal of Materials: 1. Contractor shall keep the job clean and free from all loose materials and foreign matter. Contractor shall take necessary precautions to keep outside walls clean and shall allow no roofing materials to remain on the outside walls. 2. All waste materials, rubbish, etc., shall be removed from the Owner's premises as accumulated. Rubbish shall be carefully handled to reduce the spread of dust. A suitable scrap chute or hoist must be used to lower any debris. At completion, all work areas shall be left broom clean and all contractor's equipment and materials removed from the site. 3. All bituminous or roofing related materials shall be removed from ladders, stairs, railings, and similar parts of the building. 4. Debris shall be deposited at an approved disposal site. 1.8 WARRANTY A. Twenty (20) Year NDL Warranty: The complete roofing system shall be guaranteed for a minimum of twenty (20) years from the date of Substantial Completion for this project. Guarantee responsibilities shall be as follows: 1. Roofing contractor shall guarantee the entire roofing system for a period of two (2) years from the date of Substantial Completion. 2. The materials manufacturer shall guarantee the entire roofing system for a total period of twenty (20) years from the date of substantial completion. 3. Membrane manufacturer shall provide the written warranty as specified. 4. The entire roofing system shall be guaranteed to be watertight and against any failures of workmanship and materials. Repair of the system, including materials and labor, shall be done at no cost to the Owner. 5. Warranty repairs shall be performed by a certified installer. The repairs shall be performed in accordance with the manufacturer's written instructions and recommended procedures so as to not void the warranty. B. During the proposal period each Contractor shall make arrangements with the materials manufacturer to provide the required warranty. Refer to paragraph 1.05 SUBMITTALS for requirements concerning submittals of warranty. PART 2 - PRODUCTS 2.1 GENERAL A. Compatibility: Provide materials that are recommended by manufacturers to be fully compatible with indicated substrates, or provide separation materials as required to eliminate contact between incompatible materials. B. Materials herein specified shall be supplied or approved in writing by the manufacturer issuing the warranty. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 5 Chapman Harvey Architects, Inc. t2016 Unauthorized duplication prohibited. i Apr-2016 C. The white polyester reinforced fleece backed adhered Elvaloy® roofing system shall only be applied by manufacturer approved and trained roofing contractors. D. All roofing and roof accessories shall be installed in compliance with manufacturer's current specifications and details. E. All materials used on the project shall be asbestos free. 2.2 ROOFING MEMBRANE A. The white 87 mil polyester reinforced fleece backed Elvaloy membrane shall have the following minimum physical properties: Property Test Procedure Physical Properties Color White Thickness ASTM D 751 80 mil Nominal Membrane (Excluding Fleece Backing) Minimum Roll Width 10' Minimum Breaking Strength ASTM D 751 632 x 511 lbf Tearing Strength ASTM D 751 85 x 83 lbf Elongation ASTM D 751 45% x 42% Heat Aging ASTM D 3045 >90% of Original Low Temperature Bend ASTM D 2136 -400 C Water Vapor Permeability ASTM E 96 3.5g/m2/day Wt. Change After Immersion ASTM D 570 0.41% max. Seam Strength ASTM D 751 > 90 % of sheet Puncture Resistance FTMS 101C 448 lbs Static Puncture Resistance ASTM D 5602 Pass @ 33 lbs Dynamic Puncture Resistance ASTM D 5635 Pass @ 20 J Dimensional Stability ASTM D 1204 0.2% Accel. Weathering (Xenon Arc) ASTM D 2565 1 OM hrs. (No Change) Fungi Resistance ASTM G 21 pass no growth Underwriters Laboratories Class A Factory Mutual Class 1-90 Solar Reflectivity ASTM E 903 0.811 Solar Emissivity ASTM E 903 0.919 Solar Reflectance Index (SRI) ASTM E 1980 109 _1 FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 6 t: Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 2.3 FLASHING MEMBRANE Apr-2016 A. The flashing membrane shall be a white Elvaloy® polyester reinforced flexible sheet, as follows: Property Test Procedure Physical Properties Color White Thickness ASTM D 751 .063" Nominal Breaking Strength ASTM D 751 412 x 538 lbf Tearing Strength ASTM D751 111 x 110 lbf Elongation ASTM D 751 29% x 31 % Heat Aging ASTM D 3045 >90% of Original Low Temperature Bend ASTM D 2136 Pass @ -40°C Seam Strength ASTM D 751 100 % Accel. Weathering ASTM D 2565 1 OM hrs. (No Change) Linear Dimensional Change ASTM D 1204 0.5% maximum Wt. Change after Immersion ASTM D 570 0.41 % maximum Static Puncture Resistance ASTM D 5602 Pass @ 33 lbs Dynamic Puncture Resistance ASTM D 5635 Pass @ 20 J Underwriters Laboratories Class A Factory Mutual Class 1-90 Solar Reflectivity ASTM E 903 0.811 Solar Emissivity ASTM E 903 0.919 Solar Reflectance Index (SRI) ASTM E1980 109 2.4 NON -REINFORCED MEMBRANE A. The non -reinforced membrane shall have the following minimum properties, as follows: 1. Description: Non -reinforced thermoplastic white membrane, thickness approximately 45 mils. 2. Use: Inside/outside corners, multiangled intersections, sealant pockets and other conditions where molding of the membrane is required. 2.5 BITUMEN A. Shall be ASTM D 312 Type IV steep asphalt. 2.6 CAULKS A. -- Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type H, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), or approved equal. 2.7 SHEATHING PAPER A. For use as barrier layer between the wood deck and base ply; shall be rosin -sized sheathing paper meeting ASTM D 549-74. 2.8 FELTS A. Shall be Underwriters Laboratory approved and listed in the FM Global Approval Guide. B. Shall be venting base sheet, Underwriters Laboratory Type G-2, ASTM D 3672, Type II, as manufactured by Schuller International, Inc., or approved equal. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 7 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. C. Shall be SBS base sheet, tested in accordance with ASTM D 5147, as approved by field membrane manufacturer. 2.9 INSULATION A. All insulation shall be in compliance with Section 07215 Roof and Deck Insulation. B. All insulation shall be approved in writing by the membrane manufacturer as to thickness, type, and manufacturer. All insulation must be approved for the specific application, Underwriters Laboratory approved, and be listed in the FM Global Approval Guide. 2.10 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and be as recommended by the fastener manufacturer for the specific application. B. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head, as manufactured by Rawl Zamac Nailin, or approved equal. C. Fastener for Steel Deck: Shall be a #14 fastener, fluorocarbon coated, with CR-10 coating. A minimum .200 diameter shank and .250 diameter thread. To be used with round pressure plates or bar, and having a fluorocarbon CR-10 coating, when subjected to thirty (30) Kesternich cycles (DIN 50018) shows less than ten percent (10%) red rust which surpasses FM Global Approval Standard 4470, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. D. Fastener for Purlin: Shall have a shank diameter of .168 and a thread diameter of .205. The purlin fastener will be used with a FM Global approved two inch (2") round steel barbed pressure plate, or approved equal. E. Toggle: Shall be a toggle bolt, fluorocarbon coated, with CR-10 coating. A minimum .215 diameter shank and a minimum twenty (20) threads per inch, with a two and one-half inch (2-1/2") wing span. To be used with bar or round pressure plates, and having a fluorocarbon CR-10 coating, when subjected to thirty (30) Kesternich cycles (DIN 50018) shows less than ten percent (10%) red rust which surpasses FM Global Approval Standard 4470, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. F. Iron-Lok Toggle: Shall be a toggle bolt with a minimum .215 diameter shank and a minimum twenty (20) threads per inch, with a two and one-half inch (2-1/2") wing span. Locking toggle must be coated with a corrosion resistant coating with a factory applied adhesive on the threads which is activated by the assembly forces of the wing during installation. Adhesive must be such that it will cure within twenty-four to seventy-two (24-72) hours after installation into the deck, resulting in a bond between the bolt and the wing. To be used with bar or round pressure plates or the system manufacturer's approved bar or pressure plates, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. G. Structural Concrete Nail: Shall be a spiral fluted for concrete, hot dipped galvanized, Con-Tite nail with a minimum .210 diameter shank. To be used with round, plastic pressure plates, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 8 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 H. Fastener for Gypsum Deck: Shall be a split shank, one piece fastener, to be used with a two and three -fourths inch (2-3/4") bilateral metal plate, both G-90 galvanized, as manufactured by Olympic Fasteners, or approved equal. Fasteners and plates shall be listed in the FM Global Approval Guide. 2.10 BONDING ADHESIVE FOR FLASHING A. Description: Adhesive is a bonding cement of synthetic rubber for fully adhering membranes to various substrates, produced by Ashland Chemical, or approved equal. Typical Liquid Properties (Room Temperature) Color Amber/Yellow Base Product Neoprene Solids 25% Specific Gravity .87 Pounds/Gallon 7.25 Viscosity (CPS) 2500 Solvents Ketone, Toluene, Aliphatic Hydrocarbon, Zylene Estimated Coverage 2 Sided Application 55/70 sq. ft. (2/2.5 mils dry) DOT Label Required Flammable Liquid Code - 584661 B. Handling: Contains ingredients which could be harmful if mishandled. Contact with skin and eyes should be avoided and necessary protective equipment and clothing should be worn. 2.11 ASPHALT ROOF PRIMER A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, as manufactured by membrane manufacturer, or approved equal. Applicable Federal Specification SS-A-701B ASTM D 41 Flash Point 1050 F Viscosity at 80' F (ASTM D 217) 50-60 K.U. Weight per gallon 7.4 pounds Drying time (to touch) Min. 4 hours 2.12 CANT STRIP A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid wood where used for structural purposes meeting NRCA, FM Global and Underwriters Laboratory guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into treated solid wood nailer the same height as insulation. 2.13 WOOD A. All nailers, cants and wooden curbs shall be lumber as required by NRCA, FM Global and Underwriters Laboratory guidelines. 2.14 TRIM STRIP A. The trim strip shall have the following minimum properties: 1. Six inch (6") wide non -reinforced 60 mil thermoplastic used for capping butted ends of rolls. 2. The trim strip is seamed with the use of hot-air welding. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 9 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.15 CORNERS A. Inside and outside corners shall be supplied by the membrane manufacturer and shall be of the same - _ base material as the roof membrane. 2.16 PIPE BANDS A. Stainless steel bands with self-locking heads. B. Tighten with hand tool for tension control and flush cut off. 2.17 PRE -MOLDED BOOTS A. Non -reinforced thermoplastic tapered molds for various pipes, heat welded to field membrane and sealed at top with stainless steel pipe bands and seam sealer. 2.18 PITCH PAN SEALANT ' A. Shall be one -part, self -leveling polyurethane sealant meeting Federal Specification No. P P g TT-S-00230C, Type I, Class A, ASTM C 920, Type S, Grade P, Class 25, for use in new pitch pans. - 2.19 LEAD JACKS A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing plumbing stack. _- 2.20 LEAD FLASHING DRAINS A. Shall be four pound (4#) lead, minimum thirty-six inches by thirty-six inches (36" x 36"), used for flashing of internal drains. 2.21 WALKWAY PAD A. The walkway pad shall have the following minimum physical properties, and be applied with edges heat or solvent welded. Propelly Test Procedure Physical Properties Color Gray Size - 36" wide x 60' long - Thickness ASTM D 638 .080" nominal Reinforcement 1000 Denier Polyester Tear Strength ASTM D 751 210 X 200 lbf Puncture Resistance 96 lbs Cold Resistance ASTM D 1043 -400 C Shore A Durometer 85 Hydrostatic Resistance 400 psi Dimensional Stability ASTMD 1240 <_ 1% } Ultraviolet Stability 12,000 hrs. Excellent 2.22 TERMINATION/PRESSURE BARS A. Aluminum strip shall be extruded channel bar with a mill finish, width one inch (1"), thickness 0.100" f .008", leg height one-fourth inch (1/4") top and bottom, leg angle ninety degrees (900), for perimeter and curb anchorage, having predrilled holes six inches (6") on center, as manufactured by Olympic Fasteners, or approved equal. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 10 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. ; 2.23 DELIVERY AND STORAGE A. All materials shall be delivered with appropriate carton and can labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. 2.24 PRECAUTIONS A. Some of the indicated materials are extremely flammable and/or toxic. Use precautions indicated on can and carton labels. 2.25 MISCELLANEOUS MATERIALS A. Other materials shall be as specified or of the best grade for the proposed use as recommended by the manufacturer. PART 3 - EXECUTION 3.1 REFERENCE A. The manufacturer's Technical Specifications shall be considered a part of this specification and should be referred to for more specific application procedures and recommendations. B. Application of materials shall be in strict accordance with the manufacturer's recommendations except where more stringent requirements are shown or specified. In the instance of a conflict between these specifications and those of the manufacturer, the more stringent specifications shall take precedence. C. General Installation: 1. Protect adjacent areas with tarpaulin or other durable materials. 2. Contractor shall prevent overspray, and be responsible for parking lot areas and/or adjoining areas not part of this contract. 3. Contractor shall be responsible for sealing, as required, all openings that may allow bitumen migration or drippage, i.e. pitch dams, envelopes, and filler strips. 4. Prepare surfaces according to manufacturer's or applicator's published instructions. All metal that is to receive bitumen, or come in contact with bitumen or adhesive, shall be first primed with appropriate primer. Any prefinished sheet steel that is to receive bitumen, or come in contact with bitumen or adhesive, shall be scored, scuffed or abraded prior to receiving primer. 5. Use cleaning materials or primers necessary to render an acceptable surface/substrate. 6. All surfaces/substrates shall be clean and dry prior to application of materials. 7. Prior to application of felts and membrane, all foreign matter, gravel, etc., shall be removed from the insulation and/or substrate. Gravel or debris between the insulation/substrate and plies is not acceptable. 8. Ambient temperature shall be 45' F and rising. 9. Wrinkles, buckles, kinks, and fishmouths are not acceptable when laying membrane. 10. Where deteriorated base flashing is removed, primed cant strips shall be installed at the intersection of the deck and the vertical surfaces. All flashings shall be mechanically top -fastened with a termination bar a minimum of six inches (6") on center at the top leading edge, and be a minimum of eight inches (8") in height from finished membrane. 11. Provide a water test of each roof section prior to substantial completion. The test should simulate rainfall of one inch (1 ") per hour minimum. 12. On slopes greater than one inch (1 ") in twelve inches (12"), refer to NRCA and/or manufacturer's guidelines for backnailing procedures and follow the more stringent guidelines for all specified materials. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -11 1" Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 3.2 SUBSTRATE PREPARATION A. All substrate preparation shall be in accordance with Section 07591 Membrane Reroofing Preparation. 3.3 MECHANICALLY FASTENED BASE PLY (GYPSUM & WOOD DECKS ONLY) A. Substrate shall be covered with a venting base sheet mechanically fastened as follows: Apr-2016 Securement shall conform to the ASCE 7 criteria for wind uplift as dictated by wind zone applicable to location of project. Fasteners and fastening patterns shall be determined by building height, location and geographical area of the United States. It is the contractor's responsibility to consult current publications, literature, and bulletins of IBC and the fastener manufacturer that are in effect at the time of this project. 3.4 INSULATION A. Installation of roof insulation shall be in accordance with Section 07216 Roof and Deck Insulation. B. Manufacturer's Instructions: In regard to attachment, the manufacturer's instructions or specifications shall determine the suitability for an application. Installation must meet ASCE 7 criteria and meet local governing building codes. C. Precautions: The surface of the insulation must not be ruptured due to overdriving of fasteners. D. Insulation shall be tapered or feathered at drains and scuppers to provide proper drainage (if applicable). E. No more insulation shall be installed than can be covered by the completed roof system by the end of the day or the onset of inclement weather. 3.5 NAILERS A. All nailers shall be installed in accordance with Section 06105 Miscellaneous Carpentry. B. Wooden milers shall be installed at gravel stops, drip edges, and expansion joints on outside perimeter of building according to NRCA, Underwriters Laboratory and IBC guidelines. C. All Construction: Nailers shall be the same height as the new recovery board being installed where required. Nailers shall be raised if necessary by anchoring an additional nailer of appropriate height to the existing nailer if the existing nailer is not to be replaced. Nailers shall be anchored to resist a pull-out force of one hundred seventy-five pounds (175#) per foot. Fasteners shall be no less than two (2) per nailer, and be spaced at three feet (3') on center maximum. Expansion joint nailers shall extend upward a minimum of eight inches (8") above finish roof height. 3.6 WOOD CANTS A. All wood cants shall be installed in accordance with Section 06105 Miscellaneous Carpentry. B. Toe of cant shall be level with the surface to receive new roof membrane and in all cases anchored according to NRCA, Underwriters Laboratory and IBC guidelines. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 12 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.7 APPLICATION OF PLY SHEETS A. Recover Board shall be covered with SBS base sheet fully adhered as follows: All layers shall be solid mopped at the nominal rate of thirty pounds (30#) f 20 percent per one hundred (100) square feet using asphalt Type III as required by slope, properly heated. Specified layers shall be applied in accordance with the manufacturer's recommendations and in accordance with general practices as set forth by the NRCA Roofing Manual. 3.8 APPLICATION OF FLEECE BACKED MEMBRANE A. Fully Adhered Application: Fully adhere membrane to acceptable substrate with hot asphalt applied at the rate specified by the manufacturer. 1. The roof surface must be clean, dry and free of foreign material. 2. Position sheets as indicated on approved shop drawings. 3. Fold one end of the Elvaloy® sheet on top of itself until both ends meet. Apply hot asphalt to the prepared roof surface. The sheet can then be pulled and laid into the bonding material using care not to create any wrinkles. 4. Carefully push into place from fold line to overlap, avoiding wrinkles and air pockets. Roll or broom membrane flat. 5. Repeat procedure for other sheet half. 6. Lap seams shall be done by lapping the two inch (2") selvedge edge over the non -selvedge edge of the previous roll. The selvedge edge seam shall be made with the heat gun method. 7. Roll ends are butted together and capped with a six inch (6") wide trim strip. The trim strip is then seamed with the heat gun. 8. Seam sealer shall be applied to all non -factory edges. B. Lap Seaming Procedure: Overlap membrane for attachment method specified and hot-air welded with manufacturer's approved equipment. 1. All surfaces to be weld shall be clean, dry and free of foreign material. 2. All seams must then be checked with a needle probe and any voids repaired with the heat gun. 3. Caulk all exposed cut edges with seam sealer. 3.9 FLASHING A. Flash all penetrations, metal edge systems, walls, curbs, expansion joints, drains as shown on details and approved shop drawings with white reinforced Elvaloy® flashing membrane. I.— Use prefabricated flashing accessories or components such as sealant pockets, premolded vent/pipe flashing. 2. Mechanically fasten flashing at terminations according to approved details. 3. Fastening membrane flashing through metal counterflashing is not acceptable. B. Any lumber or shimming required for attachment or to make material flashing flush or level with offsets and/or transitions shall be incorporated in the flashing specifications. 3.10 BASE FLASHING (APPROXIMATELY 8" IN HEIGHT MINIMUM) A. Base flashings shall be installed using the flashing membrane, with length of run not to exceed twenty linear feet (20'). B. Wooden nailers or curbs shall be installed at all edges and openings in the roof, mechanically fastened to the deck. C. Cant strips shall be installed at the intersection of the deck and all vertical surfaces. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 13 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. D. The roofing field membrane shall extend up over and two inches (2") above the top of cant strips at all vertical intersections or out to the roofs edge. E. All existing substrates receiving flashing membrane shall be clean and primed with primer, prior to application as required. F. All flashings shall be mechanically fastened with a termination bar a maximum of six inches (6") on center, be a maximum of eight inches (8") above finished roof height, extend a minimum of four inches (4") onto the field of horizontal roof membrane, and not exceed twenty linear feet (20') of run in length. G. After proper termination of the base flashing at a minimum eight inch (8") height (or maximum eighteen inch (18") height), a saw cut reglet with counterflashing shall be installed according to NRCA and SMACNA guidelines. H. All vertical flashing lap seams of the flashing membrane shall be hot-air welded. I. All flashing membrane shall be adhered with flashing bonding adhesive to the vertical substrate and hot-air welded to the field of roof membrane; hot-air weld vertical laps. J. Flashing laps shall be minimum two inch (2") width, no maximum. Hot-air weld of flashing lap shall be minimum two inch (2") width, no maximum. K. Hot -Air Welding of Flashing Laps: 1. When using a hand-held hot-air welder, the seams should be pressed together using a hand-held roller. The speed and temperature settings of the welding equipment can be affected by the weather conditions at the site of application, therefore, these parameters should be set by trial and error using two (2) pieces of the flashing membrane. Minimum width of hot-air weld two inches (2"), no maximum. 2. Lay the laps together and apply pressure to the welded seam to ensure full adhesion. 3. Allow the seams to set fully, and probe the entire length for voids. Reseam voids immediately with a hot-air gun and roller. L. All hot-air welded seams/laps shall be tested daily with a probe for integrity, no variance. 3.11 VERTICAL WALL FLASHING (FOR USE APPROXIMATELY 8-18" ABOVE THE FINISHED ROOF LINE AND EXTENDING UPWARD) A. Flashing membrane shall be installed on the vertical beginning a minimum of eight inches (8") - above the finished roof line (where the base flashing is terminated), with length of run not to exceed twenty feet (20'). Flashing shall be installed in strict accordance with the manufacturer's recommendations. B. The termination bar used to terminate the minimum eight inch (8") high base flashing shall be used to terminate the lower edge of the vertical flashing. This will cause the termination bar to be buried at the termination point. Care should be taken to ensure the top edge of the base flashing and bottom edge of the vertical flashing are both secured. C. All existing substrates receiving flashing membrane shall be clean and primed with asphalt primer, prior to application. D. All substrates receiving welded -seam flashing membrane shall be clean and primed with primer, prior to application when applicable. E. The vertical wall flashing membrane shall be set in flashing bonding adhesive according to manufacturer's guidelines. F. All vertical flashing lap seams of the flashing membrane shall be hot-air welded. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -14 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. i__..' i G. Flashing laps shall be minimum two inch (2") width, no maximum. Hot-air weld of flashing lap shall be minimum two inch (2") width, no maximum. H. Immediately following the laying of the flashing membrane, it shall be pressed or rolled in the width direction of the membrane. This will prevent excessive entrapment of air beneath the membrane. The pressing or rolling shall be in the width direction and with the laps so as not to buck the laps. I. Any flashing extending further than eighteen inches (18") up onto a vertical surface shall be installed using the strapped method and must be fastened with a termination bar or installed up and over the parapet wall and fastened to the nailer on the outside of the wall. J. The flashing membrane shall be run up the wall in sheet widths, run under the coping cap and be terminated on the outside of the wall six inches (6") on center; then the coping cap shall be reset. All side laps are to be hot-air welded. K. Hot-air Welding Laps: 1. When using a hand-held hot-air welder, the seams should be pressed together using a hand-held roller. The speed and temperature settings of the welding equipment can be affected by the weather conditions at the site of application, therefore, these parameters should be set by the contractor by using two (2) pieces of flashing membrane. Minimum width of hot-air weld shall be two inches (2"). 2. Lay the laps together and apply pressure to the welded seam to ensure full adhesion. 3. Allow the seams to set fully, and probe the entire length for voids. Reseam voids immediately with a hot-air gun and roller. L. All hot-air welded seams/laps shall be tested daily with a probe for integrity, no variance. M. Any lumber or shimming required for attachment or to make material flashing flush or level with offsets and/or transitions shall be incorporated in the flashing specifications. 3.12 PERIMETER FASTENING A. Wood nailers are required for perimeter gravel stops or drip edges. Field membrane and all plies shall be mechanically fastened to nailer on twelve inch (12") centers maximum. 3.13 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions to meet ES-1. 3.14 ROOF DRAINS A. Inspect and test drain and drain lines prior to start of work in contact area. Open if blocked or clogged and repair/replace all broken, missing drain components and lines as required. Verify in writing that all drains and lines are free flowing and watertight prior to substantial completion. Comply with local plumbing codes. B. Remove strainer and clamping ring. Repair (or replace if damaged) and reset. C. Replacement Drains (If Required): Sized to match existing drain system. Install watertight to existing lines. Follow drain manufacturer's installation requirements. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 15 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 3.15 WALKWAY PADS Apr-2016 A. Fully adhere and heat weld walkway pads where shown on drawings or where required to provide protected pathways from rooftop access points to mechanical or other equipment requiring rooftop maintenance. 3.16 CLEANING A. Clean exposed surfaces of excess cement, adhesive, sealants, mortar and paint associated with the new work. B. Clean work area of excess roofing materials and installation debris daily. C. Repair or replace defaced or disfigured finishes caused by the work. 3.17 MEMBRANE CLEANING A. After all membrane has been installed, it shall be cleaned with a cleaning agent compatible with the membrane to return the membrane to like new appearance. 3.18 PROTECTION A. Protect all building surfaces against damage from roofing work. B. Where traffic must continue over finished, installed roofing system, protect membrane, underlayment accessories and finishes from damage. 3.19 MEMBRANE PROTECTION A. Where equipment pads, wood sleepers, or walkway slabs are to be installed over the roofing membrane, an additional layer of the roofing membrane shall be installed between the roofing membrane and the pad, sleeper, or slab. Due caution shall be exercised to prevent roofing membrane damage during placement. Where required, membrane shall be welded to field membrane to prevent slippage. 3.20 PIPING/CONDUIT A. Piping/conduit shall be raised to NRCA recommended heights, and new supports furnished. - Permanent supports shall be installed upon pads approved by membrane manufacturer. Coordinate work with Owner's representative. B. All gas lines and piping shall be coated with specified commercial grade yellow paint. 3.21 PIPE/EQUIPMENT SUPPORTS A. Pipe supports shall be placed approximately ten feet (10) on center. New supports shall be set on a double layer of membrane, and attached to the pipe with suitable strapping. Double layer of membrane shall be adhered to the roof surface. 3.22 OVERNIGHT SEAL A. Shall be performed according to accepted roofing practice as outlined in the NRCA Roofing Manual, SPRI and membrane manufacturer's recommended procedure. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 16 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. i B. The roofing membrane shall be sealed to the roof deck or existing roof at the end of the day or at the onset of inclement weather to prevent water from flowing into the completed roofing system. Temporary seals shall be removed upon resumption of work. 3.23 COPING JOINTS, REGLET JOINTS, CAULK JOINTS, WALL JOINTS, AND WALL CRACKS ABOVE THE ROOF LINE A. All reglet and coping joints shall be raked clean of loose materials and debris, and sealed with caulk sealant. Sealant shall be properly installed and tooled in a workmanlike manner to ensure permanent seal. B. All open coping and masonry terminations and intersections shall be cleaned out and sealed with backer rod and caulk sealant. Backer rod shall be minimum one and one-half (1-1/2) times the width of the opening to be sealed. Caulk sealant thickness shall be minimum of one-half (1/2) of the width of the opening to be sealed. C. Clean joint surfaces immediately before installation of gaskets, sealant or caulking compound. Remove dirt, insecure coatings, existing sealant, moisture, and other substances which could interfere with seal of gasket or bond of sealant or caulking compound. Etch concrete and masonry joint surfaces as recommended by sealant manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant manufacturer. D. Prime or seal joint surfaces where indicated, and where recommended by sealant manufacturer. Confine primer/sealer to areas of sealant bond; do not allow spillage or migration onto adjoining surfaces. E. Comply with manufacturer's printed instructions except where more stringent requirements are shown or specified, and except where manufacturer's technical representative directs otherwise. F. Install sealant backer rod for liquid -applied sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for application indicated. G. Employ only proven installation techniques, which will ensure that sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of joint to bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. H. For normal moving joints to be sealed with elastomeric sealants but not subject to traffic, fill joints to a depth equal to fifty percent (50%) of joint width, but neither more than one-half inch (1/2") deep - nor less than one-fourth inch (1/4") deep. END OF SECTION 07 35 20 FULLY ADHERED MULTI -PLY ROOF SYSTEM E' 07535 - 17 I Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1 SECTION 07591 - MEMBRANE REROOFING PREPARATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Roof re-cover preparation. 1.3 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.4 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Membrane Roofing System: Built-up asphalt & SBS-modified bituminous roofing membrane, surfacing, and components and accessories between deck and roofing membrane. C. Substrate Board: Rigid board or panel products placed over the roof deck that serve as thermal barriers, provide a smooth substrate, or serve as a component of a fire -resistance -rated roofing system. D. Roof Tear -Off. Removal of existing membrane roofing system from deck. E. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and reinstalled. F. Existing to Remain: Existing items of construction that are not indicated to be removed. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Temporary Roofing: Include Product Data and description of temporary roofing system. If temporary roof will remain in place, submit surface preparation requirements needed to receive permanent roof, and submit a letter from roofing membrane manufacturer stating acceptance of the temporary membrane, and that its inclusion will not adversely affect the roofing system's resistance to fire and wind. C. Fastener pull-out test report. D. Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, that might be misconstrued as having been damaged by reroofing operations. Submit before Work begins. L� MEMBRANE REROOFING PREPARATION 07591 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. ( I`. E. Landfill Records: Indicate receipt and acceptance of hazardous wastes, such as asbestos -containing material, by a landfill facility licensed to accept hazardous wastes. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Installer of new membrane roofing system licensed to perform asbestos abatement in the State or jurisdiction where Project is located and approved by warrantor of existing roofing system to work on existing roofing. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning membrane roofing removal. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Preliminary Reroofing Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner; Owner's representative; Owner's insurer if applicable; testing and inspecting agency representative; roofing system manufacturer's representative; deck Installer; roofing Installer including project manager, superintendent, and foreman; and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof - mounted equipment. 2. Review methods and procedures related to reroofing preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. 4. Review roof drainage during each stage of reroofing and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review existing deck removal procedures and Owner notifications. 7. Review procedures to determine condition and acceptance of existing deck and base flashing substrate for reuse. 8. Review structural loading limitations of deck during reroofing. 9. Review base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. 10. Review HVAC shutdown and sealing of air intakes. 11. Review shutdown of fire -suppression, -protection, and -alarm and -detection systems. 12. Review procedures for asbestos removal or unexpected discovery of asbestos -containing materials. 13. Review governing regulations and requirements for insurance and certificates if applicable. 14. Review existing conditions that may require notification of Architect before proceeding. D. Reroofing Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner, Owner's representative, Owner's insurer if applicable, testing and inspecting agency representative, roofing system manufacturer's representative, deck Installer, roofing Installer including project manager, superintendent, foreman, and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof - mounted equipment. 2. Review methods and procedures related to reroofing preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. MEMBRANE REROOFING PREPARATION 07591 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 4. Review roof drainage during each stage of reroofing and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review existing deck removal procedures and Owner notifications. 7. Review procedures to determine condition and acceptance of existing deck for reuse. 8. Review structural loading limitations of deck during reroofing. 9. Review base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. 10. Review HVAC shutdown and sealing of air intakes. 11. Review shutdown of fire -suppression, -protection, and -alarm and -detection systems. 12. Review procedures for asbestos removal or unexpected discovery of asbestos -containing materials. 13. Review governing regulations and requirements for insurance and certificates if applicable. 14. Review existing conditions that may require notification of Architect before proceeding. 1.7 PROJECT CONDITIONS A. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing so Owner's operations will not be disrupted. Provide Owner with not less than 48 hours notice of activities that may affect Owner's operations. 1. Coordinate work activities daily with Owner so Owner can place protective dust or water leakage covers over sensitive equipment or furnishings, shut down HVAC and fire -alarm or - detection equipment if needed, and evacuate occupants from below the work area if desired. 2. Before working over structurally impaired areas of deck, notify Owner to evacuate occupants from below the affected area. Verify that occupants below the work area have been evacuated prior to proceeding with work over the impaired deck area. B. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. C. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. D. Owner assumes no responsibility for condition of areas to be reroofed. 1. Conditions existing at time of inspection for bidding will be maintained by Owner as far as practical. E. Limit construction loads on roof for uniformly distributed loads. F. A roof moisture survey of existing membrane roofing system is available for Contractor's reference. G. The results of an analysis of test cores from existing membrane roofing system are available for Contractor's reference. H. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering into existing roofing system or building. I. Hazardous Materials: It is not expected that hazardous materials such as asbestos -containing materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. Existing roof will be left no less watertight than before removal. 2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. MEMBRANE REROOFING PREPARATION 07591 - 3 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1.8 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during reroofing, by methods and with materials so as not to void existing roofing system warranty Notify warrantor before proceeding. 1. Notify warrantor of existing roofing system on completion of reroofing, and obtain documentation verifying that existing roofing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. PART 2 - PRODUCTS 2.1 INFILL MATERIALS A. Use infill materials matching existing membrane roofing system materials to patch and cover holes in the existing construction as the result of the demolition of the existing mechanical equipment as noted in the project documents. PART 3 - EXECUTION 3.1 PREPARATION A. Protect existing membrane roofing system that is indicated not to be reroofed. 1. Loosely lay 1/2" plywood or OSB panels over existing roof surface. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 3. Maintain temporary protection and leave in place until replacement roofing has been completed. B. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. During removal operations, have sufficient and suitable materials on -site to facilitate rapid installation of temporary protection in the event of unexpected rain. D. .-Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof -drain plugs specifically designed for this purpose. Remove roof -drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. If roof drains will be temporarily blocked or unserviceable due to roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing membrane roofing system components that are to remain. E. Verify that rooftop utilities and service piping have been shut off before commencing Work. 3.2 ROOF TEAR -OFF A. General: Notify Owner each day of extent of roof tear -off proposed. C. Remove loose aggregate from aggregate -surfaced built-up bituminous roofing with a power broom. MEMBRANE REROOFING PREPARATION 07591 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 F. Roof Tear -Off: Remove existing roofing membrane and other membrane roofing system components down to the deck. 3. Remove excess asphalt from steel deck. A maximum of 15 lb/100 sq. ft. (0.72 kg/sq. m) of asphalt is permitted to remain on steel decks. 4. Remove fasteners from deck or cut fasteners off slightly above deck surface. 3.3 CATEGORY H (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM roof materials takes place. The following procedures are to be followed as a minimum: ----, A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes, picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating wedge to tear - roofing materials. Breaking and/or slicing of material is permitted. Sanding, grinding or abrading during handling is not permitted. B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape. C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition. D. Ensure employees have received OSHA required training in asbestos removal and health hazards associated with exposure to airborne asbestos fibers. E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. F. Perform personal and area air monitoring for at least the first three (3) days of the project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified outside source. G. Asbestos Warning signs and tape shall be posted in tear -off area. H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure Assessment Determination and keep on file at the project site along with air monitoring results. I. Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. Disposal: Can be disposed of as construction debris at any approved landfill. 3.4 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect may furnish revised fastening pattern commensurate with pull-out test results. 3.5 DISPOSAL A. Collect and place demolished materials in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. 1. Storage or sale of demolished items or materials on -site will not be permitted. MEMBRANE REROOFING PREPARATION 07591 - 5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 07591 MEMBRANE REROOFING PREPARATION 07591 - 6 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 07620 - SHEET METAL AND MISCELLANEOUS ACCESSORIES PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide flashing and sheet metal components for moisture protection. 2. Related accessories. 1.2 SUBMITTALS A. Product Data: 1. Submit shop drawings, product data and mockups of all sheet metal. 1.3 QUALITY ASSURANCE Apr-2016 A. Comply with governing codes and regulations. Provide products of acceptable manufacturers in satisfactory use in similar service for five (5) years. Use experienced installers. Deliver, handle and store materials in accordance with manufacturer's instructions. B. Reference Standards. Applicable portions of ASCE, SMACNA, ASTM and NAAMM publications. 1.4 WARRANTIES A. Manufacturer's Product Warranty: Submit manufacturer's standard limited product warranty signed by the manufacturer's authorized official, guaranteeing to correct failures in product which may occur during the warranty period, without reducing or otherwise limiting any other rights to correction which the Owner/Project Consultant may have under the contract documents. Failure is defined to include product failure which leads to interruption of a watertight installation. Correction may include repair or replacement of failed product. B. Contractor's Warranty Period: For roofing flashing and sheet metal, provide a written warranty which shall warrant work to be free of leaks and defects in materials and workmanship for two (2) years, starting from date of substantial completion. C. Defects of the sheet metal occurring during the warranty period shall be promptly corrected by the contractor, and defects of the roofing shall be promptly corrected by the manufacturer at no additional cost to the Owner. Upon notification from the Owner or the Owner's representative that evidence of a defect exists, the responsible party shall immediately inform the Owner's representative of the date on which corrective work will be scheduled, and shall notify the Owner's representative when the corrective work has been completed. PART 2 - PRODUCTS 2.1 SHEET METAL MATERIAL A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 1 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 l C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use as new metal edge gravel guard, downspouts, gutters, coping and miscellaneous metal. Standard color to be selected by Owner/Project Consultant. D. Elvaloy® Cladded Metal: Shall be G-90 galvanized steel with 25 mil Elvaloy® membrane lamination; width shall be four feet, length shall be eight or ten feet. Standard color to be selected by Owner. E. Stainless Steel: QQ-S-766, Class 301, 302, 304, or 316; or ASTM A 167, Type 301, 302, 304, or 316; form and condition most suitable for the purpose. F. Aluminum and Aluminum Alloy Plate and Sheet: QQ-A-250; form, alloy, and temper shall be that most suitable for the purpose. G. Sheet Lead: QQ-L-201, Grade B. H. All existing sheet metal shall be replaced with new metal of like gauge and type, or as specified on drawings. 2.2 FASTENERS A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as recommended by sheet manufacturer for the specific application. Match finish of exposed heads with material being fastened. B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide. C. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head. D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate. E. Pop Rivets: Full stainless steel Series 42 or 44, as appropriate. F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard, sized to suit application. Use a continuous clip, minimum 20-gauge G-90 galvanized. 2.3 RELATED MATERIAL A. Bituminous Paint: Acid and alkali resistant, black color. B. Plastic Cement: FS SS-C-153, cutback asphalt type. C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum 60/40, for stainless steel and monel alloy. D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper. E. Lead -coated Copper: ASTM B 101, Type I or H, Class A. F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS TT-S- 230C, non -staining and non -bleeding. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 G. Miscellaneous Materials: 1. Downspout Boots: Cast iron by Neenah Foundry Company, or pre -approved equal, provide and install. 2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection pads at all downspouts. Dimensions shall be a minimum eighteen inches wide by thirty-six inches long (19" x 36"). 3. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, non -corrosive, size, and gauge required for performance. PART 3 - EXECUTION 3.1 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, substrates are smooth and clean and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed and secure. C. Beginning of installation means acceptance of conditions. 3.2 PREPARATION A. Field measure site conditions prior to fabricating work. Provide all shop drawings and mock-ups one month prior to installation to the Owner/Project Consultant for approval. B. Install starter and edge strips and cleats before starting installation. 3.3 FABRICATION - GENERAL A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer's instructions and recommendations. Form exposed sheet metal work without excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. B. Fabricate gravel stops/fascia, gutters/downspouts, counterflashings, pitch pans, expansion joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard and fascia to size and dimensions as indicated on the drawings. Fabricate light metal coping, gutters and downspouts as indicated. C. Form sheet metal on bending brake. D. Shape, trim and hand seam metal on bench insofar as practicable. E. Form materials with straight lines, sharp angles and smooth curves. F. Fold back edges on concealed side of exposed edge to form hem (1/2" minimum). G. Weld or solder joints on parts that are to be permanently and rigidly assembled. H. Submit sheet metal models for approval by the Owner/Project Consultant. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. I. Limit single -piece lengths to ten feet (10'). Apr-2016 Fabricate corner pieces with eighteen inch (18") extensions, metered and sealed by forming as one piece. K. Surface sand flange prior to applying any primers on Kynar metal. L. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. M. All existing or missing metal rooftop projections shall be replaced. New rooftop projection details shall be as recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the Owner/Project Consultant. N. All sheet metal shall be sealed and watertight. O. Metal work should be secured so as to prevent damage from buckling or wind. Where clips are shown, these are to be continuous. P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer. Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer. R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges are to be seamed, form seams, and solder. S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than one inch (1") deep, filled with mastic sealant (concealed within joints). T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. U. Separations: Provide for separation of metal from non -compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. V. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. - 3.4 INSTALLATION A. General: All sheet metal termination to vertical wall shall have a through -wall with receiver installed on masonry walls or prefabricated "Z" bar flashing pre -installed to fluid applied wall finished prior to installation of sheet metal termination. This applies to edge metal, base flashing closures and all vertical surface intersections. Refer to NRCA, SMACNA, and metal manufacturer's guidelines. B. Elvaloy® cladded metal shall be fabricated as needed; follow these specifications and standard sheet metal practice for attachment to roof details. C. Gravel Guard/Fascia: 1. Shall be installed with expansion joints, ten feet (10') on center, one-fourth inch (1/4") expansion leeway, with a cover plate. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 4 Chapman Harvey Architects, Inc. ' 2016 Unauthorized duplication prohibited. t Apr-2016 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate comer pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. D. Coping: 1. Remove existing and replace with new metal coping as required for a permanent watertight installation. 2. All coping shall be manufactured with low profile standing seam metal to meet ES-1. 3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections maximum. 4. Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum one and one-half inches (1-1/2") below bottom of nailer, whichever is greater. 5. Secure metal flashings per specifications. 6. Lock seams and end joints. 7. Form sections identical to profiles as shown or approved similar, to match existing building. 8. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 9. Hem exposed edges three -fourths inch (3/4") minimum. 10. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 11. Integrate flashing in a manner consistent with detailing. 12. Provide and install continuous clip, minimum 22-gauge. 13. Shall be fabricated in accordance with all SMACNA provisions. E. Expansion Joint Field and at Wall: 1. Shall be as outlined by details, and be in full compliance with all provisions of SMACNA and FM Global requirements for attachment, installation and recommendations. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. F. Counterflashing: 1. Remove existing and replace with new metal counterflashing as required for a permanent watertight installation. -- 2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing as detailed in SMACNA Figure 4-3E. G. Gutter and Downspout: 1. Fabrication: a) Fabricate gutter and downspout of profile and size indicated. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 5 o? Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 l d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by SMACNA. i) Downspout Supports: Straps, Kynar. Color and Finish to match. H. Overflow Scupper, Collector Head and Downspout: 1. Fabrication: a) Fabricate overflow scupper, collector head and downspout of profile and size indicated, taking care that the roof drain leader fits properly into the back of the collector head. Seal the pipe to the collector head for watertightness. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by - SMACNA. - i) Downspout Supports: Straps, Kynar. Color and Finish to match. I. Pitch Pans: 1. Install pitch pans of 24-gauge, G-90 galvanized steel with a 25 Mil Elvaloy® Kee membrane lamination according to NRCA standards, minimum of six inches by six inches (6" x 6"). 2. Pitch pans shall be fabricated to a minimum of six inches (6") above the finished roof membrane. The top vertical edge of the thermoplastic clad metal must be folded over to conceal the uncoated side of the metal inside the pitch pan. The pitch pan flange must be a minimum of three and one half inches (3.5") wide in contact with the horizontal roof plain or field of roof membrane. 3. Approved caulking or water block shall be applied under the pitch pan flange prior to securing the flange to the deck with approved fasteners a minimum of 4" on center. 4. All projections enclosed in pitch pans shall be cleaned in any manner suitable and coated with a rust inhibitive coating as approved by the Owner/Project Consultant. Coating shall be allowed to dry prior to pitch pan fill. 5. Base of pitch pans shall be filled with grout or cementitious binder to proper height and allowed to cure. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 6. Top finish fill shall be self -leveling, one -part urethane, with maximum fill to within three - eighths inch (3/8") of top of pitch pan sides. 7. Strip the thermoplastic clad metal flange of the pitch pan to the field membrane with one strip of flashing membrane. The flashing membrane must extend from the outer edge of the pitch pan flange onto the field membrane a minimum of three inches (3") and butt to the vertical sides of the pitch pan on all 4 sides. The flashing membrane shall be hot air welded to the thermoplastic clad metal pitch pan and to the field membrane. Hot air welds shall be a minimum of two inches (2") wide. 8. Install preformed outside corners by hot air welding in place at all four (4) corners of the pitch pan. 9. Apply seam sealer to the edges of the flashing membrane. Bonnets/Hoods: 1. Fabricate and install above all pitch pans, where necessary, or reinstall as applicable, metal bonnets over all pitch pans, NO EXCEPTIONS. 2. Bonnets/Hoods shall be manufactured with metal compatible with metal to which bonnet is to be attached. 3. On beams and other steel weld in place bonnets fabricated from one-fourth inch (1/4") steel plate. 4. Draw band bonnets fabricated from 22-gauge galvanized steel may be used on circular projections. 3.5 FINISH A. Backpaint concealed metal surfaces with bituminous paint where expected to be in contact with cementitious materials or dissimilar metals. Exposed surfaces to be provided with a factory applied fluorocarbon Kynar finish meeting ASTM A 446 and AAMA specification 605.2 for high performance coating. B. New 24-gauge hot -dipped galvanized metal shall be painted on all locations visible from the ground with an industrial grade paint to match existing, or standard color selected by Owner/Project Consultant. Galvanized metal surface must be properly prepared by removing all oil, grease, and/or protective mill coatings by solvent cleaning surface in accordance with SSPC-SP1, and according to paint manufacturer's recommendation, to ensure proper adhesion of paint to metal. END OF SECTION 07 62 00 SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7 3 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. f ' f SECTION 07720 - ROOF ACCESSORIES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. f &i1lu UIF"4 A. This Section includes the following: 1. Equipment supports 2. Roof supports 1.3 SUBMITTALS A. Product Data: For each type of roof accessory indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for roof accessories. Show layouts of roof accessories including plans and elevations. Indicate dimensions, weights, loadings, required clearances, method of field assembly, and components. Include plans, elevations, sections, details, and attachments to other work. C. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof - mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Method of attaching roof accessories to roof or building structure. 3. Other roof -mounted items including mechanical and electrical equipment, ductwork, piping, and conduit. D. Samples: For each type of exposed factory -applied finish required and for each type of roof accessory indicated, prepared on Samples of size to adequately show color. E. Warranty: Special warranty specified in this Section. 1.4 QUALITY ASSURANCE r A. Sheet Metal Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" details for fabrication of units, including flanges and cap flashing to coordinate with type of roofing indicated. i 1.5 DELIVERY, STORAGE, AND HANDLING A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to prevent damage. E 1.6 PROJECT CONDITIONS t 1 A. Field Measurements: Verify required openings for each type of roof accessory by field measurements before fabrication and indicate measurements on Shop Drawings. 1.7 COORDINATION ROOF ACCESSORIES 07720 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. i Apr-2016 A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing and interfacing and adjoining construction to provide a leakproof, weathertight, secure, and noncorrosive installation. 1. With Architect's approval, adjust location of roof accessories that would interrupt roof drainage routes or roof expansion joints. 1.8 WARRANTY A. The product manufacturer shall provide a one-year full system material warranty necessary to cover replacement of all components of the system against defects in manufacturing. The warranty will not include Acts of God, vandalism, neglect, metal finish or improper spacing of equipment, which would be a result of improper application. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers listed in other Part 2 articles. B. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers listed in other Part 2 articles. 2.2 MATERIALS A. Base: Seventeen inch (17") circular base, injected molded polypropylene, with 227 sq. in. of surface on bottom, designed for weight displacement. B. Base Dimensions: 3" H X 17" in diameter, designed for weight displacement, with molded insert for square tubing and two threaded rod couplings molded in. C. Frame: Pre -Galvanized Zinc coated 12-gauge channel (ASTM. A653). D. Hangers: Clevis and/or Band type as per pipe requirements. E. Accessories: Cadmium plated threaded rods, clamps, nuts, bolts and washers. F. Rollers: Non -Binding Heavy Duty SBR Rubber. 2.3 RELATED PRODUCTS A. If required by roofing manufacturer, a separation sheet or pad conforming to the existing roof manufacturer's system. 2.4 EQUIPMENT SUPPORTS A. To support HVAC Duct use Model # SS2000D Duct Support. SS2000D is two (2) seventeen inch (17") circular bases with 12-gauge framing channel formed to make an "H" shaped support. Framing channel is adjustable in both height and width. 1. Manufacturers: a). Advanced Support Products, Inc. ROOF ACCESSORIES 07720 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 B. To support heavier HVAC equipment use equipment platform Model # HV0505B Base Platform designed by manufacturer to support the weight of the equipment and load requirements. Equipment platform shall consist of (a) seventeen inch (17") circular bases supporting a structural steel frame OR (b) galvanized steel plates, with four holes for approved anchoring per engineering data, supporting a structural steel frame. 1. Manufacturers: a). Advanced Support Products, Inc. 2.5 ROOF PIPE SUPPORTS A. To support conduit or pipe sized up to 08" when height adjustment is needed use Model # SS1000A Adjustable Pipe Support. Seventeen inch (17") circular base with 12-gauge framing channel, eighteen inches (18") long, attached to seventeen inch (17") circular base using one-half inch (1/2") threaded rods, twelve inches (12") long, with washers and nuts. Height of channel can be adjusted along the length of the one-half inch (1/2") threaded rods. Strut clamps are suggested to hold piping or conduit in place. 1. Manufacturers: a) Advanced Support Products, Inc. B. To support water or gas piping up to 08" or when a roller support with height adjustment is needed use Model # SS1000RA Pipe Support with Adjustable Roller. Seventeen inch (17") circular base with SBR heavy duty rubber roller assembly attached to seventeen inch (17") circular base using one-half inch (1/2") threaded rods, twelve inches (12") long, with washers and nuts. Height of roller assembly can be adjusted along the length of the one-half inch (1 /2") threaded rods. 1. Manufacturers: a) Advanced Support Products, Inc. C. To support multiple pipe runs, piping up to 012" when height adjustment or pipe suspension is needed use Model # SS4000P, SS6000P or SS8000P Adjustable Support Bridge. SS4000P Adjustable Support Bridge is made of four (4) seventeen inch (17") circular bases and 12-gauge framing channel formed to make one "H" shaped support with crossbar. SS6000P Adjustable Support Bridge is made of six (6) seventeen inch (17") circular bases and 12-gauge framing channel formed to make two "H" shaped supports with crossbar. SS8000P Adjustable Support Bridge is made of eight (8) seventeen inch (17") circular bases and 12-gauge framing channel formed to make three "H" shaped supports with crossbar. Crossbar height is adjustable and offered in eighteen inch (18"), twenty-four inch (24"), thirty-six inch (36"), and forty-eight inch (48") lengths. Use Adjustable Support Bridge with strut clamps or roller accessories or use optional hanger supports to suspend water or gas piping at various heights. Optional hanger supports attached to support frame using one-half inch (1/2") threaded rods. Hangers offer complete height adjustments along the length of one-half inch (1/2") threaded rods. 1. Manufacturers: a) Advanced Support Products, Inc. PART 3 — EXECUTION c .:III► • 69 A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of work. 1. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored and is ready to receive roof accessories. 2. Verify dimensions of roof openings for roof accessories. 3. Proceed with installation only after unsatisfactory conditions have been corrected. ROOF ACCESSORIES 07720 - 3 Chapman Harvey Architects, Inc. Apr-2016 l 2016 Unauthorized duplication prohibited. 3.2 INSTALLATION A. General: Install roof accessories according to manufacturer's written instructions. B. Install roof accessories to fit substrates and to result in watertight performance. 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 manufacturer. 1. Coat concealed side of uncoated aluminum roof accessories with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing exposed -to -view components of roof accessories directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet, or install a course of polyethylene underlayment. 3. Bed flanges in thick coat of asphalt roofing cement where required by roof accessory manufacturers for waterproof performance. D. Install roof accessories level, plumb, true to line and elevation, and without warping, jogs in alignment, excessive oil canning, buckling, or tool marks. E. Roof Curb Installation: 1. Set roof curb so top surface of roof curb is level. F. Pipe and Equipment Support Installation: 1. Install support systems in accordance with manufacturer's instructions and approved shop drawings. 2. Accurately locate and align pre -fabricated pipe supports in locations specified as per approved shop drawings or as required herein and by site conditions to limit pipe and/or conduit deflection to L✓240, not to exceed 10' (3m) on center. No Isolation pads are required under the seventeen inch (17") circular bases. 3. Should the roofing manufacturer require a separation sheet between the roof and the support system, place a separation sheet or protective pad conforming to the existing roof manufacturer's system under seventeen inch (17") circular bases. Do not adhere to the roof system or seventeen inch (17") circular bases. 4. If required, insert frame structures into seventeen inch (17") circular bases as indicated by manufacturer's instructions. 5. Adjust height of each strut or channel and hanger or roller to its required height and tighten with -nut, but do not over -tighten. Check each support for equal weight disbursement. Correct if necessary. 6. Remove any unused materials and packaging from job site. 3.3 CLEANING A. Clean exposed surfaces according to manufacturer's written instructions. END OF SECTION 07 72 00 ROOF ACCESSORIES 07720 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 09680 — ROOF HATCH Apr-2016 t PART 1 - GENERAL 1.1 SUMMARY A. Work Included: Provide factory -fabricated roof hatches for ladder access. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's product data. B. Shop Drawings: Submit shop drawings including profiles, accessories, location, adjacent construction interface, and dimensions. C. Warranty: Submit executed copy of manufacturer's standard warranty. 1.3 QUALITY ASSURANCE A. Manufacturer: A minimum of 5 years experience manufacturing similar products. B. Installer: A minimum of 2 years experience installing similar products. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver products in manufacturer's original packaging. Store materials in a dry, protected, well - vented area. Inspect product upon receipt and report damaged material immediately to delivering carrier and note such damage on the carrier's freight bill of lading. 1.5 WARRANTY A. Manufacturer's Warranty: Provide manufacturer's standard warranty. Materials shall be free of defects in material and workmanship for a period of five years from the date of purchase. Should a part fail to function in normal use within this period, manufacturer shall furnish a new part at no charge. PART 2-PRODUCTS 2.1 MANUFACTURER A. Basis -of -Design Manufacturer: Type S-20 Roof Hatch, The Bilco Company 2.2 ROOF HATCH A. Furnish and install where indicated on plans metal roof hatch Type S, size width: 36" x length: 30". Length denotes hinge side. The roof hatch shall be single leaf. The roof hatch shall be pre - assembled from the manufacturer. B. Performance characteristics: 1. Cover shall be reinforced to support a minimum live load of 40 psf with a maximum deflection of 1/150th of the span and a 140 psf wind uplift for galvanized steel (Type S-20). ROOF HATCH 077233 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 2. Operation of the cover shall be smooth and easy with controlled operation throughout the entire arc of opening and closing. 3. Operation of the cover shall not be affected by temperature. 4. Entire hatch shall be weather tight with fully welded corner joints on cover and curb. 5. Galvanized steel (Type S-20) roof hatches shall be Miami -Dade Product approved (NOA No. 14-0708.07 Expiration Date: December 2, 2019), meeting large and small missile impact requirements. Florida Product Approval #FL15110. C. Cover: Shall be [select: 14 gauge paint bond G-90 galvanized steel with a 3" beaded flange with formed reinforcing members. Cover shall have a heavy extruded EPDM rubber gasket that is bonded to the cover interior to assure a continuous seal when compressed to the top surface of the curb. D. Cover insulation: Shall be fiberglass of 1" thickness, fully covered and protected by a metal liner 22 gauge paint bond G-90 galvanized steel. E. Curb: Shall be 12" in height and of 14 gauge paint bond G-90 galvanized steel. The curb shall be formed with a 3-1/2" flange with 7/16" holes provided for securing to the roof deck. The curb shall be equipped with an integral metal capflashing of the same gauge and material as the curb, fully welded at the corners, that features the Bil-Clip® flashing system, including stamped tabs, 6" on center, to be bent inward to hold single ply roofing membrane securely in place. F. Curb insulation: Shall be rigid, high -density fiberboard of 1" thickness on outside of curb. G. Lifting mechanisms: Manufacturer shall provide compression spring operators enclosed in telescopic tubes to provide, smooth, easy, and controlled cover operation throughout the entire arc of opening and closing. The upper tube shall be the outer tube to prevent accumulation of moisture, grit, and debris inside the lower tube assembly. The lower tube shall interlock with a flanged support shoe; for steel construction: through bolted to the curb assembly. H. Hardware 1. Heavy pintle hinges shall be provided 2. Cover shall be equipped with a spring latch with interior and exterior turn handles 3. Roof hatch shall be equipped with interior and exterior padlock hasps. 4. The latch strike shall be a stamped component bolted to the curb assembly. 5. Cover shall automatically lock in the open position with a rigid hold open arm equipped with a 1" diameter red vinyl grip handle to permit easy release for closing. 6. Compression spring tubes shall be an anti -corrosive composite material and all other hardware shall be zinc plated and chromate sealed. 7. Cover hardware shall be bolted into heavy gauge channel reinforcing welded to the underside of the cover and concealed within the insulation space. Finishes: Factory finish shall be: alkyd based red oxide primed steel. Final finish by painting contractor. See Exterior Painting spec section 099113 for coordination. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and openings for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. ROOF HATCH 077233 - 2 1' } Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.2 INSTALLATION A. Install products in strict accordance with manufacturer's instructions and approved submittals. !, Locate units level, plumb, and in proper alignment with adjacent work. 1. Test units for proper function and adjust until proper operation is achieved. 2. Repair finishes damaged during installation. 3. Restore finishes so no evidence remains of corrective work. 3.3 ADJUSTING AND CLEANING ,y A. Clean exposed surfaces using methods acceptable to the manufacturer which will not damage finish. �a END OF SECTION ROOF HATCH 077233 - 3 L.� : Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 07920 - SEALANTS PART 1 — GENERAL 1.1 DESCRIPTION A. Work includes: 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Project Manager to provide and maintain watertight and airtight continuous seals. 2. This section includes, but is not limited to, providing joint sealants to be in the following areas: a) Parapet cap copings and counterflashings at roofing conditions b) All other joints as directed by the Project Manager 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who have successfully completed a minimum of three projects in the last five years of similar type and scope as the project herein. The workmen shall be y thoroughly trained and experienced in joint sealant applications and completely familiar with the specified requirements and methods needed for the proper performance of the work of this section. B. Joint sealer products shall be obtained from a single manufacturer for each product required. C. Job Site Testing 1. All joint sealants shall be field tested for proper adhesion to the joint substrates prior to installation. Do not proceed with the work until job site tests have been approved by the Project Manager. 2. Locate and provide test joints for each type of joint sealant, and substrate as directed by the Project Manager. 3. Acceptable test joints will be used as the standard for all joint sealant work on the project. 4. Sealants which fail to adhere to the substrates shall be removed and replaced at no extra cost to the Owner. 1.3 SUBMITTALS A. Product Data: Within 15 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; and in compliance with Section 01330 Submittals and Substitutions. 2. Manufacturer's specifications and other data needed to prove compliance with the specifie$ requirements; 3. Manufacturer's recommended installation procedures which, when approved by the Project Manager, will become the basis for accepting or rejecting actual installation procedures used on the Work. B. Samples: Accompanying the submittal described above, submit samples of each sealant, each backing material, each primer, and each bond breaker proposed to be used. Include color samples of full standard product color range. 1.4 PRODUCT HANDLING A. Do not retain at the job site material which has exceeded the shelf life recommended by its manufacturer. SEALANTS 07 92 00 - 1 i_ Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. B. Store products on site in compliance with the manufacturer's recommendations and as necessary to prevent damage or deterioration to the materials. 1.5 WARRANTY A. All sealants and caulking shall be provided with a five year manufacturer's warranty. PART 2 — PRODUCTS 2.1 SEALANTS AND CAULK A. Except as specifically otherwise approved by the Project Manager, use only the types of sealants described in this Section. Polysulfide sealants require manufacturer's corporate seal. B. Vertical surfaces and non -traffic bearing horizontal surfaces: 1. One -part Urethane Sealant: Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type H, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), as manufactured by Sonnebom (RC-708), or approved equal. 2. Silyl-terminated Polyether Sealant: To seal the leading edge of the CTEM membrane, to bond CTEM at terminations with metal, and for open CTEM seam repair, sealant shall be a thermosetting, solvent free, non -slump, self-fixturing, multipurpose structural sealant which shall meet the following physical and performance properties, M-1 as manufactured by Chem Link, Inc., or approved equal. Properties Specific Gravity 1.62 (13.5 lbs./gallon) Viscosity 800,000 cps Brookfield RTV, TF spindle, 4 rpm 70 degrees F. Shear Strength (ASTM D-1002) 300 psi+ (7 day ambient cure) Elongation @ break (ASTM D-412) 300% (7 day ambient cure) Hardness Shore A (ASTM C-661) 50 — 55 (14 day ambient cure) Tack free time (ASTM C-679) 35 minutes Low temperature flex Minus 20 degrees F: PASS Slump (sag) (ASTM C-639) Zero slump Shrinkage (ASTM D-2453) No measurable shrinkage (14 cay cure) Service temperature -40 degrees F to 200 degrees F C. Colors 1. Colors for each sealant installation will be selected by the Project Manager from standard colors normally available from the specified manufacturers. 2. Should such standard color not be available from the approved manufacturer except at additional charge, provide such colors at no additional cost to the Owner. 2.2 PRIMERS A. Use only those primers which are non -staining, have been tested for durability on the surfaces to be sealed, and are specifically recommended for this installation by the manufacturer of the sealant used. SEALANTS 07 92 00 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2.3 BACKUP MATERIALS A. Use only those backup materials which are specifically recommended for this installation by the manufacturer of the sealant used, which are non -absorbent, and which are non -staining. B. Acceptable types include: 1. Closed -cell resilient urethane or polyvinyl -chloride foam; 2. Closed -cell polyethylene foam; C. Preformed support strips for ceramic tile control joint and expansion joint work: Use polyisobutylene or polychloroprene rubber. 2.4 BOND -BREAKER TAPE A. Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.5 MASKING TAPE A. For masking around joints, provide masking tape complying with Fed Spec UU-T-I06c. 2.6 JOINT PRIIvIER/SEALER A. Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed. PART 3 — EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Concrete surfaces Install only on surfaces which are dry, sound, and well brushed, wiping free from dust. 1. At open joints, remove dust by mechanically blown compressed air if so required. 2. Use solvent to remove oil and grease, wiping the surfaces with clean rags. 3. Where surfaces have been treated, remove the surface treatment by sandblasting or wire brushing. 4. Remove laitance and mortar from joint cavities. 5. Where backstop is required, insert the approved backup material into the joint cavity to the depth needed. B. Steel surfaces 1. Steel surfaces in contact with sealant: Sandblast as required to achieve acceptable surface for bond. a) If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale. SEALANTS 079200-3 P k Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 j b) Use solvent to remove oil and grease, wiping the surfaces with clean rags. Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. C. Aluminum surfaces 1. Aluminum surfaces in contact with sealant: Remove temporary protective coatings, dirt, oil, and grease. When masking tape is used for protective cover, remove the tape just prior to applying the sealant. 2. Use only such solvents to remove protective coatings as are recommended for that purpose by the manufacturer of the aluminum work, and which are non -staining. 3.3 INSTALLATION OF BACKUP MATERIAL A. Use only the backup material recommended by the manufacturer of the sealant used, and approved by the Project Manager for the particular installation, compressing the backup material 25 to 50 percent to achieve a positive and secure fit. B. When using backup of tube rod stock, avoid lengthwise stretching of the material. Do not twist or braid hose or rod backup stock. 3.4 PRIMING A. Use only the primer recommended by the manufacturer of the sealant, and approved by the Project Manager for the particular installation, applying in strict accordance with the manufacturer's recommendations as approved by the Project Manager. 3.5 BOND -BREAKER INSTALLATION A. Provide an approved bond -breaker where recommended by the manufacturer of the sealant for preventing the sealant to adhering to rigid, inflexible joint filler materials or to joint surfaces at back of joint where such adhesion would result in sealant failure. Adhere strictly to the installation recommendations as approved by the Project Manager. 3.6 INSTALLATION OF SEALANTS A. Prior to start of installation in each joint, verify the joint type according to details on the Drawings, or as otherwise directed by the Project Manager, and verify that the required proportion of width of joint to depth of joint has been secured. B. Comply with ASTM C1193 for application of joint sealants. C. Equipment: 1. Apply sealant under pressure with power -actuated or hand gun, or by other appropriate means. 2. Use guns with nozzle of proper size, and providing sufficient pressure to completely fill the joints as designed. D. Thoroughly and completely mask joints where the appearance of sealant on adjacent surfaces would be objectionable. E. Install the sealant in strict accordance with the manufacturer's recommendations as approved by the Project Manager, thoroughly filling joints to the recommended depth. SEALANTS 07 92 00 - 4 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 F. Tool joints to the profile shown on the Drawings, or as otherwise required if such profiles are not shown on the Drawings. G. Do not install sealant when air temperature is under 40 degrees F. Sealant temperature to be at least 50 degrees F; controlled warming permitted to ease installation. H. Cleaning up: 1. Remove masking tape immediately after joints have been tooled. 2. Clean adjacent surfaces free from sealant as the installation progresses, using solvent or cleaning agent recommended by the manufacturer of the sealant used. SEALANTS 079200-5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 095113 - ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 1.1 SUMMARY A. Section includes acoustical panels for ceilings. 1.2 PREINSTALLATION MEETINGS 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. 1.4 CLOSEOUT SUBMITTALS A. Maintenance data. PART2-PRODUCTS Apr-2016 2.1 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. 2.2 ACOUSTICAL PANEL CEILINGS, GENERAL A. Acoustical Panel Standard: Comply with ASTM E 1264. 2.3 ACOUSTICAL PANELS - 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. Armstrong World Industries, Inc. B. Classification type, thickness, form, pattern and color: Basis of Design: Ultima, 9/16" Beveled tegular, 24"x48", NRC .80, white ACOUSTICAL PANEL CEILINGS 095113 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. PART 3 - EXECUTION Apr-2016 3.1 INSTALLATION A. Install acoustical panel ceilings to comply with ASTM C 636/C 636M and seismic design requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." END OF SECTION 095113 ACOUSTICAL PANEL CEILINGS 095113 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 09650 - RESILIENT FLOORING AND ACCESSORIES PART GENERAL y� l 1.1 RELATED DOCUMENTS A> , A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this I, Section. 1.2 SECTION INCLUDES A. Resilient vinyl composition tile flooring. B. Resilient base. C. Resilient Stair Treads 1.3 RELATED SECTIONS A. Section 09680 - Carpet. 1.4 REFERENCES A. ASTM E84 - Surface Burning Characteristics of Building Materials. B. FS L-F-475 - Floor Covering, Vinyl Surface (Tile and Roll), with Backing. C. FS SS-T-312 - Tile, Floor: Asphalt, Rubber, Vinyl, Vinyl Composition. D. FS SS-W40 - Wall Base: Rubber and Vinyl Plastic. 1.5 REGULATORY REQUIREMENTS , A. Conform to applicable code for flame/fuel/smoke rating requirements in accordance with ASTM E84. 1.6 SUBMITTALS A. Provide product data on specified products, describing physical and performance characteristics, sizes, patterns and colors. B. Submit two samples 12 x 12 inches in size, illustrating color and pattern for each floor material specified. C. Submit manufacturers samples of base material for their standard colors. %? D. Submit manufacturer's installation instructions under provisions of Section 01300. 1.7 OPERATION AND MAINTENANCE DATA A. Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re -waxing. RESILIENT FLOORING AND ACCESSORIES _ 09650 -1 fa 'f Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1.8 ENVIRONMENTAL REQUIREMENTS A. Store materials for three days prior to installation in area of installation to achieve temperature 1 stability. ` B. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials. 1.9 EXTRA MATERIALS ` A. Provide 10 percent of the base and floor tile materials of each color selected under provisions of Section 01700. PART PRODUCTS 2.1 M[ANUFACTURERS A. Basis of Design, Tile Flooring: Armstrong World Industries; GAF "Tarkett" B. Base: Roppe Inc; ` C. Stair Treads: Roppe Inc; S D. Reducer Strips: Mercer Plastic Company, Inc. r E. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Tile Flooring 1. Vinyl Composition Tile: FS SS-T-312, Type IV, Composition 1; 12 x 12 inch size, 1/8 inch thick; design as selected by Architect from manufacturer's standard colors. Equal to Armstrong World Industries Standard Excelon. B. Base 1. Base: FS SS-W-40, Type I rubber; 4 inch high; 1/8 inch thick; top set coved. Color selected by architect. Equal to Roppe. C. Base Accessories 1. Premolded external and internal corners, of same material, height, thickness, and color as base. There shall be no change in appearance between straight run base and premolds. D. Stair Treads 1. Vinyl, light duty, non slip safety rib. Color selected by architect. Equal to Roppe. E. Accessories 1. Subfloor Filler: White premix latex; type recommended by flooring material. 2. Primers and Adhesives: Waterproof; types recommended by flooring manufacturer. 3. Reducer Strips and edge mouldings, equal to model #910 snap down moulding manufactured by Mercer Plastics Company, Inc. Color as selected by architect. 4. Sealer and Wax: Types recommended by flooring manufacturer. RESILIENT FLOORING AND ACCESSORIES 09650 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. l PART 3 EXECUTION 3.1 EXAMINATION A. Verify that surfaces are smooth and flat with maximum variation of 1/8 inch in 10 feet and are ready to receive work. B. Verify concrete floors are dry to a maximum moisture content of 7 percent, and exhibit negative alkalinity, carbonization, or dusting. C. Beginning of installation means acceptance of existing substrate and site conditions. ' 3.2 PREPARATION A. Remove sub -floor ridges and bumps. Fill low spots, cracks, joints, holes, and other defects with a subfloor filler. B. Apply, trowel, and float filler to leave a smooth, flat hard surface. C. Prohibit traffic from area until filler is cured. D. Vacuum clean substrate.` 3.3 INSTALLATION - TILE MATERIAL A. Install in accordance with manufacturer's instructions. B. Mix vinyl tile from container to ensure shade variations are consistent. I C. Spread only enough adhesive to permit installation of materials before initial set. D. Set flooring in place and press with heavy roller to attain full adhesion. E. Lay flooring with joints and seams parallel to building lines to produce minimum number of seams. s. F. Install tile with pattern grain alternating with adjacent unit to produce basket weave pattern. Allow minimum 1/2 full size tile width at room or area perimeter. G. Install sheet flooring to eliminate seams. H. Terminate flooring at centerline of door openings where adjacent floor finish is dissimilar. I. Install edge strips at unprotected or exposed edges, and where flooring terminates. I_ t J. Scribe flooring to walls, columns, cabinets, floor outlets, and other appurtenances to produce tight j oints. 3.4 INSTALLATION - BASE MATERIAL i# A. Fit joints tight and vertical. Maintain minimum measurement of 18 inches between joints. B. Miter internal comers. At external comers. 4 C. Install base on solid backing. Bond tight to wall and floor surfaces. RESILIENT FLOORING AND ACCESSORIES 09650 - 3 Chapman Harvey Architects, Inc k%Unauthorized duplication prohibited. D. Scribe and fit @ door frames and other ierrup!_s. RESILIENT FLOORING AND ACCESSORIES Apr- 016 i` Chapman Harvey Architects, Inc. Apr-2016 4 2016 Unauthorized duplication prohibited. 3.5 PROTECTION A. Prohibit traffic on floor finish for 48 hours after installation. 3.6 CLEANING A. Remove excess adhesive from floor, base and wall surfaces without damage. B. Clean, seal, and wax floor and base surfaces in accordance with manufacturer's instructions.--, END OF SECTION j RESILIENT FLOORING AND ACCESSORIES 09650 - 5 r t i t 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. t SECTION 09680 - CARPET PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SUNB4ARY A. Extent, location, and details of each type of carpeting is indicated on the drawings, finish schedule, and as specified herein. B. Work of this section includes furnishing and installing carpeting, adhesives, and accessories. 1.3 SUBMITTALS A. Product Data: Submit manufacturers' product literature, color/pattern samples from manufactures full range and installation instructions for each type of carpeting material and installation accessory required. Submit written data on physical characteristics, durability, resistance to fading and flame resistance characteristics. Submit in accordance with Section 01300. B. Shop Drawings: Submit shop drawings showing carpet layout and seaming diagrams, clearly indicating carpet direction, and types of edge strips. Show columns, doorways, enclosing walls/partitions, built-in cabinets and locations where cutouts are required in carpet. Show installation details at any special condition. Submit in accordance with Section 01300. C. Submit the following: 12 inch long samples of each type of exposed edge stripping and accessory item. Prepare samples from same material to be used for the work. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Firm specializing in carpet installation with not less than five years of experience in installation of carpeting similar to that required for this project. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the project site in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, quality or grade, fire hazard classification, and lot number. Store materials in original undamaged packages and containers, inside well -ventilated area protected from weather, moisture, soiling, extreme temperatures, humidity. laid flat, blocked off ground to prevent sagging and warping. Maintain temperature in storage area above 40 degrees F. B. Comply with instructions and recommendations of manufacturer for special delivery, storage, and handling requirements. 14W"" t 09680 - 1 i..� 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.6 SEQUENCING AND SCHEDULING Apr-2016 i A. Sequence carpet installation with other work to avoid the possibility of damage and soiling during remainder of construction period. 1.7 WARRANTY A. Special Project Warranty: Submit a written warranty, executed by the contractor, installer and the Manufacturer, agreeing to repair or replace carpeting which fails in materials or workmanship within the specified warranty period. 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. Warranty period is two years after the date of substantial completion. 1.8 MAINTENANCE A. Maintenance Instructions: Submit manufacturer's printed instructions for maintenance of installed work, including methods and frequency recommended for maintaining optimum condition under anticipated traffic and use conditions. Include precautions against materials and methods which may be detrimental to finishes and performance. PART 2 PRODUCTS 2.1 MATERIALS A. Carpet Schedule: Detailed carpet construction, pattern and color requirements for each type of carpet as indicated on the Floor Plan and in the Room Finish Schedule of the Drawings and as specified hereinafter. B. Carpet to be selected by Architect from among standard patterns and colors available within the industry. C. Basis of Design, Floor Carpet: Lees Commercial Carpet, the Mowhawk Group — Bigelow Broadloom Tufted nylon loop 20 oz. solution dyed Weldlok backing 2.2 -- CARPET ACCESSORIES A. Carpet Edge Guard Nonmetallic: Extruded or molded heavy-duty vinyl or rubber carpet edge guard of size and profile selected and with minimum 2 inch wide anchorage flange; colors selected by Architect from among standard colors available within the industry. B. Installation Adhesive: Water-resistant, non -staining type as recommended by carpet or cushion manufacturer and which complies with flammability requirements for installed carpet. C. Seaming Cement: Hot -melt seaming adhesive or similar product recommended by carpet manufacturer for taping seams and buttering out edges at backing to form secure seams and prevent pile loss at seams. D. Miscellaneous Materials: As recommended by manufacturers of carpet, cushions and other carpeting products and selected by installer to meet project circumstance and requirements. CARPET 09680 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. PART 3 EXECUTION 3.1 PRE -INSTALLATION REQUIREMENTS A. Examine substrates for moisture content and other conditions under which carpeting is to be installed. Repair minor holes, cracks, depressions or rough areas using material recommended by carpet or adhesive manufacturer. Notify contractor in writing of major conditions detrimental to �- proper completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Clear away debris and scrape up cementitious deposits from surfaces to receive carpeting; vacuum clean immediately before installation. Check concrete surfaces to ensure no dusting through installed carpet; apply sealer where required to prevent dusting. C. Sequence carpeting with other work so as to minimize possibility of damage and soiling of carpet during remainder of construction period. 3.2 INSTALLATION A. General: 1. Comply with manufacturers' instructions and recommendation for seam locations and directions of carpet; maintain uniformity of carpet direction and lay of pile. At doors, center seams under doors; do not place seams in traffic direction at doorways. 2. Extend carpet under open -bottomed obstructions and under removable flanges and furnishings, and into alcoves and closets of each space. 3. Provide cut-outs where required and bind cut edges properly where not concealed by protective edge guards or overlapping flanges. 4. Install carpet edge guard where edge of carpet is exposed; anchor guards to substrate. B. Expansion Joints: Where applicable, do not bridge building expansion joints with continuous carpeting; provide for joint movement. C. Glue -Down Installation 1. Fit sections of carpet into each space prior to application of adhesive. Trim edges and butter cuts with seaming cement. -• 2. Apply adhesive uniformly to substrate in accordance with manufacturer's instructions. Butt carpet edges tightly together to form seams without gaps. Roll entire carpet area lightly to eliminate air pockets and ensure uniform bond. Remove adhesive promptly from face of carpet. D. CLEANING AND PROTECTION 1. Remove and dispose of debris and usable scraps. 2. Vacuum carpet using commercial machine with face -beater element. Remove spots and replace carpet where spots cannot be removed. Remove any protruding face yarn using sharp scissors. 3. Contractor to protect carpeting without deterioration or damage until time of substantial completion and owner acceptance. END OF SECTION CARPET 09680 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 09 9000 — Enamel Floor Finish PART 1-GENERAL SCHEDULE 0 - SECTION INCLUDES Apr-2016 PRODUCT DATA SHEET 0 - Interior high-performance paint and coatings systems including sur- face preparation. SCHEDULE 1 - RELATED SECTIONS PRODUCT DATA SHEET 0 - Section 03 30 00 - Cast -in -Place Concrete. SCHEDULE 2 - REFERENCES 1.1 SSPC-SP 13 / NACE No. 6 Surface Preparation for Concrete. PRODUCT DATA SHEET 1 - Material Safety Data Sheets / Environmental Data Sheets: Per manufacturer's MSDS/EDS for specific VOCs (calculated per 40 CFR 59.406). VOCs may vary by base and sheen. SCHEDULE 3 - SUBMITTALS PRODUCT DATA SHEET 0 - Product Data: For each paint system indicated, including. 1.1 Product characteristics. 1.2 Surface preparation instructions and recommendations. 1.3Primer requirements and finish specification. 1.4 Storage and handling requirements and recommendations. 1.5Application methods. 1.6Cautions for storage, handling and installation. PRODUCT DATA SHEET 1 - Selection Samples: Submit a complete set of color chips that repre- sent the full range of manufacturer's products, colors and sheens available. PRODUCT DATA SHEET 2 - Verification Samples: For each finish product specified, submit samples that represent actual product, color, and sheen. SCHEDULE 4 - QUALITY ASSURANCE - PRODUCT DATA SHEET 0 - Installer Qualifications: A firm or individual experienced in apply- ing paints and coatings similar in material, design, and extent to those indicated for this Pro- ject, whose work has resulted in applications with a record of successful in-service perfor- mance. PRODUCT DATA SHEET 1 - Paint exposed surfaces. If a color of finish, or a surface is not spe- cifically mentioned, Architect will select from standard products, colors and sheens availa- ble. SCHEDULE 5 - DELIVERY, STORAGE, AND HANDLING PRODUCT DATA SHEET 0 - Delivery: Deliver manufacturer's unopened containers to the work site. Packaging shall bear the manufacturer's name, label, and the following list of infor- mation. 1.1 Product name, and type (description). 1 4� ENAMEL FLOOR FINISH 099000 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1.2Application and use instructions. 1.3 Surface preparation. I A VOC content. ` 1.5Environmental handling. 1.613atch date. 1.7Color number. PRODUCT DATA SHEET 1 - Storage: Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities hav- ing jurisdiction. PRODUCT DATA SHEET 2 - Store materials in an area that is within the acceptable temperature range, per manufacturer's instructions. Protect from freezing. PRODUCT DATA SHEET 3 - Handling: Maintain a clean, dry storage area, to prevent contamina- tion or damage to the coatings. SCHEDULE 6 - PROJECT CONDITIONS PRODUCT DATA SHEET 0 - Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. SCHEDULE 7 - EXTRA MATERIALS PRODUCT DATA SHEET 0 - Furnish extra paint materials from the same production run as the materials applied and in the quantities described below. Package with protective covering for storage and identify with labels describing contents. Deliver extra materials to Owner. PRODUCT DATA SHEET 1 - Furnish Owner with an additional one percent of each material and color, but not less than 1 gal (3.81) or 1 case, as appropriate. PART 2 - PRODUCTS SCHEDULE 0 - MANUFACTURERS PRODUCT DATA SHEET 0 - Basis of Design: Sherwin-Williams, Armor -Seal 1K, water based Urethane Floor Enamel. PRODUCT DATA SHEET 1 - Requests for substitutions will be considered in accordance with provisions of Section 01 60 00 - Product Requirements. SCHEDULE 1 - PAINT MATERIALS - GENERAL PRODUCT DATA SHEET 0 - Paints and Coatings. 2.1 Unless otherwise indicated, provide factory -mixed coatings. When required, mix coatings to correct consistency in accordance with manufacturer's instructions before applica- tion. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. 2.217or opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. Or follow manufactures product instructions for optimal color conformance. PRODUCT DATA SHEET 1 - Primers: Where the manufacturer offers options on primers for a ENAMEL FLOOR FINISH 099000 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. particular substrate, use primer categorized as "best" by the manufacturer. PRODUCT DATA SHEET 2 - Coating Application Accessories: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required, per manufacturer's specifications. PRODUCT DATA SHEET 3 - Color: Refer to Finish Schedule for paint colors, and as selected. SCHEDULE 2 - HIGH PERFORMANCE INTERIOR PAINT SYSTEMS PRODUCT DATA SHEET 0 - CONCRETE - Smooth floors 2.1 Urethane System (Water Base): A. Gloss Finish Single Component: 1. 1st Coat: S-W Heavy Duty Block Filler, B42W46 (18 mils wet, 10 mils dry) 2.2nd Coat: S-W HydroGloss Waterbased Urethane, B65-180 Series. 3. 3rd Coat: S-W HydroGloss Waterbased Urethane, B65-180 Series (6.0 mils wet, 2.0 mils dry per coat). PART 3 - EXECUTION SCHEDULE 0 - EXAMINATION PRODUCT DATA SHEET 0 - Do not begin installation until substrates have been properly pre- pared; notify Architect of unsatisfactory conditions before proceeding. If substrate prepara- tion is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. PRODUCT DATA SHEET 1 - Proceed with work only after conditions have been corrected and approved by all parties, otherwise application of coatings will be considered as an ac- ceptance of surface conditions. SCHEDULE 1 - SURFACE PREPARATION PRODUCT DATA SHEET 0 - General: Surfaces shall be dry and in sound condition. Remove oil, dust, dirt, loose rust, peeling paint or other contamination to ensure good adhesion. 3.1 Remove mildew before painting by washing with a solution of 1 part liquid household bleach and 3 parts of warm water. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. Rinse thoroughly with clean water and allow the surface to dry a minimum of 48 hours before painting. Wear protective glasses or goggles, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add deter- gents or ammonia to the bleach/water solution. PRODUCT DATA SHEET 1 - Concrete, SSPC-SP13 or NACE 6: This standard gives require- ments for surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. The requirements of this standard are applicable to all types of cernentitious surfaces including cast -in -place concrete floors and walls, precast slabs, masonry walls, and shotcrete surfaces. An acceptable pre- pared concrete surface should be free of contaminants, laitance, loosely adhering concrete, and dust, and should provide a sound, uniform substrate suitable for the application of pro- tective coating or lining systems. ENAMEL FLOOR FINISH 099000 - 3 Chapman Harvey Architects, Inc. yy 2016 Unauthorized duplication prohibited. k_ SCHEDULE 2 - INSTALLATION Apr-2016 PRODUCT DATA SHEET 0 - Apply all coatings and materials with the manufacturer's specifica- tions in mind. Mix and thin coatings according to manufacturer's recommendations. PRODUCT DATA SHEET 1 - Apply coatings using methods recommended by manufacturer. g ` PRODUCT DATA SHEET 2 - Uniformly apply coatings without rolleribrush marks, and with con- sistent sheen. PRODUCT DATA SHEET 3 - Apply coatings at spreading rate required to achieve the manufac- turers recommended dry film thickness. PRODUCT DATA SHEET 4 - Regardless of number of coats specified, apply as many coats as necessary for complete hide, and uniform appearance. PRODUCT DATA SHEET 5 - Provide appropriate ventilation and/or containment of vapors and odors while applying and drying floor finish. SCHEDULE 3 - PROTECTION PRODUCT DATA SHEET 0 - Protect finished coatings from damage until completion of project. PRODUCT DATA SHEET 1 - Touch-up damaged coatings after substantial completion, following manufacturer's recommendation for touch up or repair of damaged coatings. Repair any de- fects that will hinder the performance of the coatings. END OF SECTION ENAMEL FLOOR FINISH 099000 - 4 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 099113 - EXTERIOR PAINTING PART1-GENERAL 1.1 SUMMARY A. Section may include surface preparation and the application of paint systems on the following exterior substrates: 1. Steel. 2. Masonry 3. Plastic 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples: For each type of paint system and each color and gloss of topcoat. 1.3 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal of each material and color applied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated. 2.2 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint 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. EXTERIOR PAINTING 099113 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. D. Colors: As selected by Architect from manufacturer's full range. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator, Owner and Architect present, for timing of exterior painting with ongoing bus arrivals and departures, compliance with requirements for appearance and other conditions affecting performance of the Work. B. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. C. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated. B. Clean substrates of substances that could impair bond of paints, 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 paint systems indicated. __ 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual." B. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 1.11 EXTERIOR PAINTING 099113 - 2 t j l Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.4 CLEANING AND PROTECTION A. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. END OF SECTION 099113 EXTERIOR PAINTING 099113 - 3 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 099123 - INTERIOR PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Steel. 2. Gypsum board. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples: For each type of paint system and in each color and gloss of topcoat. Architect will make initial color selections from Manufacturers standard color samples. C. Product List: For each product indicated. Include printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted. 1.3 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated. 2.2 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: INTERIOR PAINTING 099123 - 1 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1. Provide materials for use within each paint 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 paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. Colors: As selected by Architect from manufacturer's full range. d 2.3 WATER -BASED PAINTS A. Latex, Interior, Gloss Level — Eggshell 2.4 SOLVENT -BASED PAINTS A. Alkyd, Quick Dry, Semi -Gloss PART 3 - EXECUTION 3.1 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. B. Verify suitability of substrates, including surface conditions and compatibility with existing finishes. C. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI 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 if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. INTERIOR PAINTING 099123 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." B. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.4 CLEANING AND PROTECTION A. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.5 INTERIOR PAINTING SCHEDULE A. Steel door frames, railings and suspended ceiling grid substrates: 1. Alkyd System: a. Prime Coat: Primer, alkyd, quick dry, for metal. b. Topcoat: Alkyd, interior, semi -gloss. B. Gypsum Board substrates: 1. Latex System: a. Prime Coat: Primer sealer, latex, interior. b. Topcoat: Latex, interior, - eggshell. END OF SECTION 099123 INTERIOR PAINTING 099123 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 10100 - TACKBOARDS Apr-2016 PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Tackboards. B. Trim, marker rail and accessories. 1.3 WORK FURNISHED BUT INSTALLED UNDER OTHER SECTIONS A. Furnish special concealed supports to Section 06100 - Rough Carpentry for installation in wall construction. 1.4 REFERENCES A. ANSI A208.1 - Mat Formed Wood Particleboard. B. ANSFASTM B221 - Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. C. APA - American Plywood Association. D. ASTM A424 - Steel Sheets for Porcelain Enameling. E. ASTM B209 - Aluminum -Alloy Sheet and Plate. F. ASTM C36 - Gypsum Wallboard. G. ASTM C208 - Insulation Board (Cellulose Fiber) Structural and Decorative. H. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. I. FS LLL-B-810 - Building Board, (Hardboard) Hard Pressed, Vegetable Fiber. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable codes for fame/fuel/smoke ratings for tackboards in accordance with ASTM E84. 1.6 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Indicate on shop drawings, wall elevations, dimensions, joint locations special anchor details. C. Provide product data on tackboards and trim and accessories. D. Submit manufacturer's installation instructions under provisions of Section 01300. TACKBOARDS 10100 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.7 MAINTENANCE DATA A. Included maintenance information on regular cleaning and stain removal. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS Apr-2016 A. Claridge Products & Equipment, Inc. B. Greensteel Division. C. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Aluminum Extrusions: ANSI/ASTM B221, 6061 alloy. B. Cork: Fine grain natural cork, homogeneous composition. C. Hardboard: FS LLL-B-810; tempered, smooth face. D. Foil Backing: Aluminum foil sheet .002 inch thick. E. Tackboard Covering: Equal to Claridge colored Nucork. F. Adhesives: Type recommended by manufacturer. 2.3 ACCESSORIES A. Provide 4 round magnets per workboard. 2.4 FABRICATION —TACKBOARDS A. Outer Facing: Cork, 1/4 inch thick. B. - Core: Hardboard 3/16 inch thick. - C. Backing Surface: Aluminum foil, 0.002 inch thick. 2.5 FRAME AND TRIM A. Frame: Extruded aluminum, concealed fasteners; map rail with cork insert over surfaces. 2.6 FINISHES A. Tackboard Surface: Color as selected from manufacturer's standard range. B. Aluminum Frame and Accessories: Mill finish natural aluminum. PART 3 EXECUTION 3.1 INSPECTION TACKBOARDS 10100 - 2 Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. A. Verify that surfaces and internal wall blocking are ready to receive work, and opening dimensions are as instructed by the manufacturer. B. Beginning of installation means acceptance of substrate construction. 3.2 INSTALLATION A. Install tackboards in accordance with manufacturer's instructions. B. Secure units level and plumb. 3.3 CLEANING A. Cover tackboard surfaces with protective cover, taped to frame. B. Remove protective cover at Date of Substantial Completion TACKBOARDS 10100 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Mar-2016 ACOUSTICAL PANEL CEILINGS 095113 - 4 fl Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. SECTION 15150 - SANITARY WASTE AND VENT SPECIALTIES (Vent Pipe Extensions) PART 1 - GENERAL 1.1 SECTION INCLUDES A. Plumbing vent pipe extension fittings. 1.2 RELATED SECTIONS A. Division 07 Section "Preparation for Reroofing" for general requirements for preparation for building reroofing including coordination of related plumbing and mechanical work. B. Division 22 Section "Sanitary Waste and Vent Piping" for general requirements for waste and vent piping. 1.3 REFERENCES A. ASTM International (ASTM): 1. ASTM C 920 Specification for Elastomeric Joint Sealants. 2. ASTM D 2564 Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems. 3. ASTM D 2665 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain, Waste and Vent Pipe and Fittings. 4. ASTM F 656 Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings B. International Association of Plumbing and Mechanical Officials (IAPMO): 1. Universal Plumbing Code (UPC US and Canada) approvals. C. National Roofing Contractors Association (NRCA): 1. NRCA Roofing Manual, Latest Edition. D. NSF International (NSF): 1. NSF/ANSI 14 — Plastics Piping Systems Components and Related Materials. 1.4 ACTION SUBMITTALS A. Product Data: For plumbing vent pipe extensions, indicating mounting and securing requirements and extended heights required. B. Shop Drawings: Submit annotated copy of roof plan indicating locations of plumbing vents requiring pipe extensions, based upon Contractor's field verification of existing conditions and requirements of applicable of plumbing code. 1. Indicate details of completed roofing flashing configuration for all locations. Include reference to applicable NRCA plate number. 1.5 INFORMATION SUBMITTALS A. Manufacturer's Certificate: On roofing membrane manufacturer's letterhead, accepting use of proposed sealant in contact with roofing membrane. SANITARY WASTE AND VENT SPECIALTIES i 15150 - 1 J Chapman Harvey Architects, Inc. Apr-2016 2016 Unauthorized duplication prohibited. 1.6 QUALITY ASSURANCE A. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. B. Comply with flashing requirements shown in NRCA Roofing Manual. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide sanitary vent pipe extensions manufactured by Tubos, Inc., Clearwater, FL; Phone (727) 504-0633, infoAtubos.biz. 2.2 MATERIALS A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste and vent. B. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. 2.3 PLUMBING VENT PIPE EXTENSION A. Roof Vent Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field -determined height. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine each pluming vent piping location to determine required plumbing vent pipe extensions based upon minimum finished height requirements and measured existing conditions. Indicate plumbing vent pipe extensions on shop drawings. 1. Examine existing plumbing vent piping conditions and determine whether flashing reuse is acceptable - or whether replacement of flashing is required. Indicate flashing replacement locations on shop drawings. 3.2 PREPARATION A. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and completion of flashings. B. Clean plumbing vent piping to ensure that joint surfaces are clean, dry and free from contamination including dirt, oils, grease, tar, wax, rust and other substances that my inhibit adhesive or sealant performance. 3.3 INSTALLATION OF PLUMBING VENT PIPE EXTENSIONS A. Insert end of plumbing vent pipe extension into existing plumbing vent piping. 1. Verify circumference of existing plumbing vent piping and plumbing vent pipe extension are appropriate to achieve secure, rigid installation. 2. Mark plumbing vent pipe extension at required height above finished roof surface level, and cut to required length. SANITARY WASTE AND VENT SPECIALTIES 15150 - 2 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-2016 3. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid installation. B. Flashing: Comply with primary roofing material manufacturer's published recommendations for installation of approved pipe flashings. Match existing flashing material unless otherwise directed. 3.4 CLEANING AND PROTECTION A. Repair or replace defective work, include loose plumbing vent extensions, or unsecured flashings or flashings that are not weathertight. END OF SECTION 15 15 00 SANITARY WASTE AND VENT SPECIALTIES 15150 - 3 AP CO Mcheck Software Version 4.0.2.8 N/or Mechanical Compliance Certificate Project Information Energy Code: 2012 IECC Project Title. Citibus Location: Lubbock, Texas Climate Zone: 3b Project Type: Alteration Constriction Site: Owner/Agent: Designer/Contractor. 801 Texas Ave. MD Engineering Lubbock, TX 500 N. Central Expwy Suite 310 Piano, TX 75074 469-467-0200 Mechanical Systems List Quantity System Type & Descrlptlon 1 CU-1 (Single Zone): Split System Heat Pump Heating Mode: Capacity =162 kBtu1h,. Proposed Efficiency = 3.55 COP, Required Efficiency =.3.20 COP Cooling Mode: Capacity =144 kBtulh, , No Economizer, Economizer exception: High Efficiency Equipment Proposed Efficiency =20.70 EER, Required Efficiency =12.19 EER Fan System: CU-1 I FIRST FLOOR -- Compliance (Motor nameplate HP method) : Passes Fans: VRV1/1 Supply, Constant Volume, 1375 CFM, 0.6 motor nameplate hp VRV1/2 Supply, Constant Volume, 795 CFM, 0.2 motor nameplate hp VRV1/3 Supply, Constant Volume, 795 CFM, 0.2 motor nameplate hp VRV1/4 Supply, Constant Volume, 250 CFM, 0.1 motor nameplate hp VRV115 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV1/6 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV117 Supply, Constant. Volume, 795 CFM, 02 motor nameplate hp VRV118 Supply, Constant. Volume, 250 CFM, 0.1 motor nameplate hp VRV119 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV1110 Supply, Constant Volume, 2.10 CFM, 0.1 motor nameplate hp VRV1/11 Supply, Constant Volume, 635 CFM, 02 motor nameplate hp VRV1112 Supply, Constant Volume, 635 CFM, 02 motor nameplate hp 1 CU-2 (Single Zone): Split System Heat Pump Heating Mode: Capacity =180 kBtu/h, Proposed Efficiency = 3,55 COP, Required Efficiency = 3.20 COP Cooling Mode: Capacity =160 kBtuM. , No Economizer, Economizer exception: High Efficiency Equipment Proposed Efficiency =19.50 EER, Required Efficiency = 12.19 EER - Fan System: CU 2 I SECOND FLOOR -- Compliance (Motor nameplate HP method) ; Passes Fans: VRV211 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV212 Supply, Constant Volume,1096 CFM, 0.4 motor nameplate hp VRV213 Supply, Constant. Volume,1095 CFM, 0.4 motor nameplate hp VRV2/4 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV2/5 Supply, Constant Volume,1375 CFM, 0.6 motor nameplate hp VRV2/6 Supply, Constant Volume, 795 CFM, 0.2 motor nameplate hp VRV2/7 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp Project Title: Citibus Report date: 04/14/16 Data filename: M:12G16116761 City of Lubbock Citibus\(4) Documents115761 CCMcheck.cck Page I of 10 Quantity System Type & Description VRV2/8 Supply, Constant Volume, 210 CFM, 0.1 motor nameplate hp VRV219 Supply, Constant Valume, 635 CFM, 0.2 motor nameplate hp VRV2/10 Supply, Constant Volume, 210 CFM,. 0.1 motor nameplate hp 1 OAU-1 (Single zone): Heating: 1 each - Central Furnace, Gas, Capacity = 80 k8tu/h s Proposed Efficiency = 80.00% Et, Required Efficiency = 80.00% Et Cooling: 1 each - Single Package DX Unit, Capacity = 62 k8tu/h, Air -Cooled Condenser, fir Economizer Proposed Efficiency =14.11 SEER, Required Efficiency =13.00 SEER Fan System: OAU-1 j 100%a OA UNIT-- Compliance (Motor nameplate HP method) : Passes t Fans: OAU! Supply, Constant Volume, 1000 CFM,1.3 motor nameplate hp f Mechanical Compliance Statement Compliance Statement. The proposed mechanical alteration project represented in this document is consistent with the building plans, specifications, and other calculations submitted with this permit a R9lication. The proposed mechanical systems have been designed to meet the 2012 IECC requirements in COI rOFW s . n ,2.8 d to comply with the mandatory requirements listed in the Inspection Checklist. ,j F LAic v Lew Y- /3 zaI. Name -Title Signature Date Project Title: Cidbus Report date: 04/14116 Data filename: MA2016�16761 City of Lubbock Citlbus;N(4) Documents116761 COMcheck.cck Page 2 of 10 __ r- i Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 23 05 00 - COMMON WORK RESULTS FOR HVAC PART 1 - GENERAL 1.1 RELATED DOCUMENTS Apr-13-2016 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. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Dielectric fittings. 4. Mechanical sleeve seals. 5. Sleeves. 6. Escutcheons. 7. Grout. 8. HVAC demolition. 9. Equipment installation requirements common to equipment sections. 10. Painting and finishing. 11. Supports and anchorages. 1.3 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. - D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and chases. E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. F. The following are industry abbreviations for plastic materials: 1. CPVC: Chlorinated polyvinyl chloride plastic. 2. PE: Polyethylene plastic. 3. PVC: Polyvinyl chloride plastic. G. The following are industry abbreviations for rubber materials: 1. EPDM: Ethylene-propylene-diene terpolymer rubber. 2. NBR: Acrylonitrile-butadiene rubber. . 1, COMMON WORK RESULTS FOR HVAC 230500 -1 `LL ' MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 1.4 SUBMITTALS A. Product data: For each type of product indicated in Part 2 "PRODUCTS". 1. Manufacturer's data sheets indicating construction standards, material and dimensions. 2. Where applicable include rated capacities, operating characteristics, electrical characteristics, performance data and furnished specialties and accessories. 3. Installation standards. B. Welding certificates. 1.5 QUALITY ASSURANCE A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural Welding Code --Steel." B. Steel Pipe Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Electrical Characteristics for HVAC Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. D. The contract documents are based on prototypical design where identified vendors and products are used to prepare the system layout and to identify all utility connections. These drawings, even when dimensioned, are schematic in nature and are subject to field coordination to reflect actual conditions, final equipment shop drawings which may vary from the document which were furnished at the time of design and the Contractor's means and methods as well as coordination between trades. 1. It shall be the Contractor's responsibility to coordinate the final installation of all equipment and systems. Where alternate manufacturers or substitutions are approved and incorporated into the work, any architectural or engineering design required to incorporate that work shall be the responsibility of the Contractor, as is any cost resulting from the changes in layout, increased sizes or lengths of run of services -or for any additional utilities that may be required by the use of alternates or substitutions. 2. Any changes in the project required to support approved alternates or substitutions shall be fully identified and submitted as an adjunct to the shop drawing for the alternate or substituted product. In addition, such changes shall be reflected in the coordination drawings and shall be approved by all affected trades. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. COMMON WORK RESULTS FOR HVAC 230500 - 2 MDE Project No. 16761 t_1 Chapman Harvey Architects, Inc. Apr-13-2016 - ` 2016 Unauthorized duplication prohibited. 1.7 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of „ construction, to allow for HVAC installations. B. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. 1.8 SCHEDULE OF WORK A. Cooperate in establishing the project schedule and perform the work under this Division to insure meeting scheduled dates and avoid delaying any other Contractor. B. Since the existing buildings will continue in use throughout the construction period, carry out the work under this Division in such a manner as to minimize disturbance to the occupants. C. Any work involving a service suspension shall be scheduled in advance with the Owner. Obtain written approval from the Owner when interruption of services is unavoidable. D. Perform no work in any building which would interfere with its use during normal hours of occupancy, unless special permission is granted by the Owner. Included are operations which would cause objectionable noise or service interruptions. E. Should it be necessary to perform certain operations on an "overtime" basis in order to avoid interruption of normal building usage, include the costs of such overtime in the Contract amount. 1.9 TEMPORARY SERVICES A. Provide all necessary temporary services as required for continuing operations. 1.10 OPERATIONAL REQUIREMENTS TO PROTECT ADJACENT AFFECTED OCCUPIED AREAS A. The following programs are used by the Baylor Health Care System in order to protect operating areas adjacent to construction zones from disturbance and disruption from noise, vibration, degraded indoor air quality, unplanned utility disruption or loss of revenue. Contractors shall become familiar with and comply with these programs. ' B. Interim Life Safety Measures: Operational measures implemented to off -set Life Safety Code deficiencies caused by the effects of construction. C. Utility Interruption Notification Requirements: To insure that all stakeholders affected by a utility outage are informed of the type, time, duration and operational effect of a scheduled outage. D. Hot Work Permit Requirements: To insure that all cutting by flame, welding or soldering is done safely and per code requirements. E. Lock-out/Tag-out Requirements: To insure that electrical circuits, plumbing systems and mechanical equipment are not inadvertently secured or activated in order to maintain personnel safety and operational integrity. COMMON WORK RESULTS FOR HVAC MDE Project No. 16761 230500 - 3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.11 SALVAGED MATERIALS Apr-13-2016 A. Reuse no salvaged material except as noted on the Drawings, specified herein, or directed by the Engineer. Remove from the premises all present materials falling under this Division which are removed from the existing building. Upon completion, leave no "dead" line or equipment installed in any portion of the area being remodeled. "Dead" lines or conduit are to be removed back to and capped at the source or a point acceptable to the Owner. "Dead" lines or conduit shall not be abandoned in place. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with requirements. 2.2 PIPE, TUBE, AND FITTINGS A. Refer to individual Division 23 piping Sections for pipe, tube, and fitting materials and joining methods. B. Pipe Threads: ASME B 1.20.1 for factory -threaded pipe and pipe fittings. 2.3 JOINING MATERIALS A. Refer to individual Division 23 piping Sections for special joining materials not listed below. B. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8-inch maximum thickness unless thickness or specific material is indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and full -face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B 18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAgl, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. 2.4 TRANSITION FITTINGS A. Plastic -to -Metal Transition Fittings: PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. r- t COMMON WORK RESULTS FOR HVAC 230500 - 4 MDE Project No. 16761 f { } Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. Plastic -to -Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. C. Plastic -to -Metal Transition Unions: MSS SP-107, PVC four-part union. Include brass end, solvent -cement -joint end, rubber O-ring, and union nut. 2.5 DIELECTRIC FITTINGS A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder - joint, plain, or weld -neck end connections that match piping system materials. B. Insulating Material: Suitable for system fluid, pressure, and temperature. C. Dielectric Unions: Factory -fabricated, union assembly, for 250-prig minimum working pressure at 180 deg F. D. Dielectric Flanges: Factory -fabricated, companion -flange assembly, for 150- or 300-psig minimum working pressure as required to suit system pressures. E. Dielectric -Flange Kits: Companion -flange assembly for field assembly. Include flanges, full- face- or ring -type neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers. 1. Separate companion flanges and steel bolts and nuts shall have 150- or 300-psig minimum working pressure where required to suit system pressures. F. Dielectric Couplings: Galvanized -steel coupling with inert and noncorrosive, thermoplastic lining; threaded ends; and 300-psig minimum working pressure at 225 deg F. G. Dielectric Nipples: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining; plain, threaded, or grooved ends; and 300-psig minimum working pressure at 225 deg F. 2.6 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 2. Pressure Plates: Carbon steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant __ coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.7 SLEEVES A. Galvanized -Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing. 1. Underdeck Clamp: Clamping ring with set screws. COMMON WORK RESULTS FOR HVAC 230500 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 2.8 ESCUTCHEONS Apr-13-2016 A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. B. One -Piece, Deep -Pattern Type: Deep -drawn, box -shaped brass with polished chrome -plated finish. C. One -Piece, Cast -Brass Type: With set screw. 1. Finish: Polished chrome -plated. D. Split -Casting, Cast -Brass Type: With concealed hinge and set screw. 1. Finish: Polished chrome -plated. E. One -Piece, Stamped -Steel Type: With set screw and chrome -plated finish. F. Split -Plate, Stamped -Steel Type: With concealed hinge, set screw, and chrome -plated finish. G. One -Piece, Floor -Plate Type: Cast-iron floor plate. H. Split -Casting, Floor -Plate Type: Cast brass with concealed hinge and set screw. 2.9 GROUT A. Description: ASTM C 1107, Grade B, non -shrink and non-metallic, dry hydraulic -cement grout. 1. Characteristics: Post -hardening, volume -adjusting, non -staining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3 - EXECUTION 3.1 HVAC DEMOLITION A. Disconnect, demolish, and remove HVAC systems, equipment, and components indicated to be removed. 1. --- Piping to Be Removed: Remove portion of piping indicated to be removed or not being re -used and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place: All piping not being used shall be removed. 3. Ducts to Be Removed: Remove portion of ducts indicated to be removed or not being reused and plug remaining ducts with same or compatible ductwork material. 4. Ducts to Be Abandoned in Place: All ductwork not being reused shall be removed. Cap or plug ducts with same or compatible ductwork material. 5. Equipment to Be Removed: Disconnect and cap services and remove equipment. 6. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. 7. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. B. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality. COMMON WORK RESULTS FOR HVAC MDE Project No. 16761 230500 - 6 a_ E t Chapman Harvey Architects, Inc. Apr-13-2016 ,- 2016 Unauthorized duplication prohibited. t 3.2 PIPING SYSTEMS - COMMON REQUIREMENTS A. b_ Install piping according to the following requirements and Division 23 Sections specifying piping systems. B. 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 f loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. 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 to permit valve servicing and full range of valve operation. G. Install piping at indicated slopes. H. Install piping free of sags and bends. I. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. - K. Select system components with pressure rating equal to or greater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors according to the following: ` 1. New Piping: a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep -pattern type. b. Chrome -Plated Piping: One-piece, cast -brass type with polished chrome -plated - finish. C. Insulated Piping: One-piece, stamped -steel type with spring clips. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast - brass type with polished chrome -plated finish. e. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast -brass r r - type with polished chrome -plated finish. ._ f. Bare Piping in Unfinished Service Spaces: One-piece, cast -brass type with polished chrome -plated finish. _ g. Bare Piping in Equipment Rooms: One-piece, cast -brass type. 1 h. --> i. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floor -plate type. 2. Existing Piping: Use the following: a. Chrome -Plated Piping: Split -casting, cast -brass type with chrome -plated finish. b. Insulated Piping: Split -plate, stamped -steel type with concealed hinge and spring t clips. C. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split -casting, cast - brass type with chrome -plated finish. d. Bare Piping at Ceiling Penetrations in Finished Spaces: Split -casting, cast -brass type with chrome -plated finish. COMMON WORK RESULTS FOR HVAC MDE Project No. 16761 230500 - 7 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. e. Bare Piping in Unfinished Service Spaces: Split -casting, cast -brass type with polished chrome -plated finish. f. g. Bare Piping in Equipment Rooms: Split -casting, cast -brass type. h. i. Bare Piping at Floor Penetrations in Equipment Rooms: Split -casting, floor -plate type. M. Sleeves are not required for core -drilled holes. N. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board partitions, and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches above fmished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified. Seal space outside of sleeve fittings with grout. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. 3. Install sleeves that are large enough to provide 1/4-inch annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum -board partitions. C. Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level. 4. Except for underground wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using joint sealants appropriate for size, depth, and location of joint. O. Aboveground, Exterior -Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Install steel pipe for sleeves smaller than 6 inches in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. P. Fire -Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Q. Verify final equipment locations for roughing -in. R. Refer to equipment specifications in other Sections of these Specifications for roughing -in requirements. 3.3 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 23 Sections specifying piping systems. i B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. COMMON WORK RESULTS FOR HVAC 230500 - 8 MDE Project No. 16761`° Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. G. Welded Joints: Construct j oints according to AWS D 10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. 3.4 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.5 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are - not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. Install HVAC equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. [._. 3.6 PAINTING A. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. COMMON WORK RESULTS FOR HVAC 230500 - 9 MDE Project No. 16761 t` Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 4, 3.7 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor HVAC materials and equipment. B. Field Welding: Comply with AWS D1.1. 3.8 ERECTION OF WOOD SUPPORTS AND ANCHORAGES A. Cut, fit, and place wood grounds, nailers, blocking, and anchorages to support, and anchor HVAC materials and equipment. B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. Tighten connections between members. Install fasteners without splitting wood members. C. Attach to substrates as required to support applied loads. 3.9 GROUTING A. Mix and install grout for HVAC equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. END OF SECTION 230500 COMMON WORK RESULTS FOR HVAC 230500 - 10 MDE Project No. 16761 �''' Chapman Harvey Architects, Inc. Apr-13-2016 [ 2016 Unauthorized duplication prohibited. SECTION 23 05 13 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 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 general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel -cage induction motors for use on ac power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.3 COORDINATION A. Coordinate features of motors, installed units, and accessory devices to be compatible with the following: 1. Motor controllers. 2. Torque, speed, and horsepower requirements of the load. 3. Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location. PART 2 - PRODUCTS 2.1 GENERAL MOTOR REQUIREMENTS A. Comply with requirements in this Section except when stricter requirements are specified in HVAC equipment schedules or Sections. B. Comply with NEMA MG 1 unless otherwise indicated. C. Provide a shaft grounding ring for motors used in direct -driven VFD motor applications. 2.2 MOTOR CHARACTERISTICS A. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 600 feet above sea level. B. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. 2.3 POLYPHASE MOTORS A. Description: NEMA MG 1, Design B, medium induction motor. B. Efficiency: Energy efficient, as defined in NEMA MG 1. i COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 C. Service Factor: 1.15. D. Multispeed Motors: Variable torque. 1. For motors with 2:1 speed ratio, consequent pole, single winding. 2. For motors with other than 2:1 speed ratio, separate winding for each speed. E. Multispeed Motors: Separate winding for each speed. F. Rotor: Random -wound, squirrel cage. G. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading. H. Temperature Rise: Match insulation rating. I. Insulation: Class F (non -inverter duty motors). J. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or Code G. 2. Motors Smaller than 15 HP: Manufacturer's standard starting characteristic. K. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for motor frame sizes smaller than 324T. 2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS A. Motors Used with Reduced -Voltage and Multispeed Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method. B. Motors Used with Variable Frequency Controllers: Ratings, characteristics, and features coordinated with and approved by controller manufacturer. 1. Windings: Copper magnet wire with moisture -resistant insulation varnish, designed and tested to resist transient spikes, high frequencies, and short time rise pulses produced by pulse -width modulated inverters. 2. Energy- and Premium -Efficient Motors: Class B temperature rise; Class F insulation. 3. Inverter -Duty Motors: Class F temperature rise; Class H insulation. 4. Thermal Protection: Comply with NEMA MG 1 requirements for thermally protected motors. C. Severe -Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor. 2.5 SINGLE-PHASE MOTORS A. Motors larger than 1 /20 hp shall be one of the following, to suit starting torque and requirements of specific motor application: 1. Permanent -split capacitor. 2. Split phase. 3. Capacitor start, inductor run. 4. Capacitor start, capacitor run. B. Multispeed Motors: Variable -torque, permanent -split -capacitor type. C. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for radial and thrust loading. D. Motors 1/20 HP and Smaller: Shaded -pole type. COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT MDE Project No. 16761 230513 - 2 k Chapman Hie Architects, Inc *p a J- O!6 kwuakrd duplication prohibited. E. Thermal Protection: mtem& protection mamma automatically open power supply circuit to motor when winding 2mpra7eexceeds asafe value A[blrae to temperature motor insulation. Tcrmalpoteciondevice sa!!a»ma A!y! reset when motor empmmm returns mnormal rang. PART 3- EXECUTION (Not Applicable) END OF SECTION 230513 COMMON MOTOR REQUIREMENTS FOR HV*C EQUIPMENT MDE Project No. 16761 2013-3 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY LEFT BLANK COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT MDE Project No. 16761 Apr-13-2016 230513 - 4 Chapman Harvey Architects, Inc. t 2016 Unauthorized duplication prohibited. SECTION 23 05 48 - VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS Apr-13-2016 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. This Section includes the following: 1. Isolation pads. 2. Isolation mounts. 3. Restrained elastomeric isolation mounts. 4. Freestanding and restrained spring isolators. 5. Housed spring mounts. 6. Elastomeric hangers. 7. Spring hangers. 8. Spring hangers with vertical -limit stops. 9. Pipe riser resilient supports. 10. Resilient pipe guides. 11. Freestanding and restrained air -mounting system. 12. Restrained vibration isolation roof -curb rails. 13. Restraining braces and cables. 14. Steel and inertia, vibration isolation equipment bases. 1.3 DEFINITIONS A. IBC: International Building Code. B. ICC-ES: ICC-Evaluation Service. C. OSHPD: Office of Statewide Health Planning and Development for the State of California. 1.4 SUBMITTALS A. Product Data: For the following: 1. Include rated load, rated deflection, and overload capacity for each vibration isolation device. 2. Illustrate and indicate style, material, strength, fastening provision, and finish for each type and size component used. a. Annotate to indicate application of each product submitted and compliance with requirements. 3. Interlocking Snubbers: Include ratings for horizontal, vertical, and combined loads. B. Delegated -Design Submittal: For vibration isolation details indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. Design Calculations: Calculate static and dynamic loading due to equipment weight and operation, and wind forces required to select vibration isolators, and wind restraints, and for designing vibration isolation bases. a. Coordinate design calculations with wind load calculations required for equipment mounted outdoors. Comply with requirements in other Division 23 Sections for equipment mounted outdoors. 2. Riser Supports: Include riser diagrams and calculations showing anticipated expansion and contraction at each support point, initial and final loads on building structure, and spring deflection changes. Include certification that riser system has been examined for excessive stress and that none will exist. 3. Vibration Isolation Base Details: Detail overall dimensions, including anchorages and attachments to structure and to supported equipment. Include auxiliary motor slides and rails, base weights, equipment static loads, power transmission, component misalignment, and cantilever loads. C. Coordination Drawings: Show coordination of bracing for HVAC piping and equipment with other systems and equipment in the vicinity, including other supports. D. Welding certificates. E. Qualification Data: For professional engineer and testing agency. F. Field quality -control test reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. B. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." PART 2 - PRODUCTS 2.1 VIBRATION ISOLATORS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Amber/Booth Company, Inc. 2. Kinetics Noise Control. 3. Mason Industries. 4. Vibration Mountings & Controls, Inc. B. TYPE A: Pads 1. Arranged in single or multiple layers of sufficient stiffness for uniform loading overpad area, molded with a nonslip pattern and galvanized -steel baseplates, and factory cut to sizes that match requirements of supported equipment. 2. Resilient Material: Oil- and water-resistant neoprene. C. TYPE B: Mounts 1. Double -deflection type, with molded, oil -resistant rubber, hermetically sealed compressed fiberglass, or neoprene isolator elements with factory -drilled, encapsulated VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 top plate for bolting to equipment and with baseplate for bolting to structure. Color -code or otherwise identify to indicate capacity range. 2. Materials: Cast -ductile -iron or welded steel housing containing two separate and opposing, oil -resistant rubber or neoprene elements that prevent central threaded element and attachment hardware from contacting the housing during normal operation. 3. Neoprene: Shock -absorbing materials compounded according to the standard for bridge - bearing neoprene as defined by AASHTO. D. TYPE C: Restrained Mounts 1. All -directional mountings. 2. Materials: Cast -ductile -iron or welded steel housing containing two separate and opposing, oil -resistant rubber or neoprene elements that prevent central threaded element and attachment hardware from contacting the housing during normal operation. 3. Neoprene: Shock -absorbing materials compounded according to the standard for bridge - bearing neoprene as defined by AASHTO. E. TYPE D: Spring Isolators 1. Freestanding, laterally stable, open -spring isolators. 2. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 3. Minimum Additional Travel: 50 percent of the required deflection at rated load. 4. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 6. Baseplates: Factory drilled for bolting to structure and bonded to 1/4-inch- thick, rubber isolator pad attached to baseplate underside. Baseplates shall limit floor load to 500 psig. 7. Top Plate and Adjustment Bolt: Threaded top plate with adjustment bolt and cap screw to fasten and level equipment. F. TYPE E: Restrained Spring Isolators 1. Freestanding, steel, open -spring isolators with limit -stop restraint. 2. Housing: Steel with resilient vertical -limit stops to prevent spring extension due to weight being removed; factory -drilled baseplate bonded to 1/4-inch- thick, neoprene or rubber isolator pad attached to baseplate underside; and adjustable equipment mounting and leveling bolt that acts as blocking during installation. 3. Restraint: Limit stop as required for equipment and authorities having jurisdiction. 4. Outside Spring Diameter: -Not less than 80 percent of the compressed height of the spring at rated load. 5. Minimum Additional Travel: 50 percent of the required deflection at rated load. 6. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 7. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. G. TYPE F: Housed Spring Mounts 1. Housed spring isolator with integral snubbers. 2. Housing: Ductile -iron or steel housing to provide all -directional restraint. 3. Base: Factory drilled for bolting to structure. 4. Snubbers: Vertically adjustable to allow a maximum of 1/4-inch travel up or down before contacting a resilient collar. H. TYPE G: Elastomeric Hangers VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. Single or double -deflection type, fitted with molded, oil -resistant elastomeric isolator elements bonded to steel housings with threaded connections for hanger rods. Color - code or otherwise identify to indicate capacity range. TYPE H: Spring Hangers 1. Combination coil -spring and elastomeric-insert hanger with spring and insert in compression. 2. Frame: Steel, fabricated for connection to threaded hanger rods and to allow for a maximum of 30 degrees of angular hanger -rod misalignment without binding or reducing isolation efficiency. 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 7. Elastomeric Element: Molded, oil -resistant rubber or neoprene. Steel -washer -reinforced cup to support spring and bushing projecting through bottom of frame. 8. Self -centering hanger rod cap to ensure concentricity between hanger rod and support spring coil. J. TYPE I: Spring Hangers with Vertical -Limit Stop 1. Combination coil -spring and elastomeric-insert hanger with spring and insert in compression and with a vertical -limit stop. 2. Frame: Steel, fabricated for connection to threaded hanger rods and to allow for a maximum of 30 degrees of angular hanger -rod misalignment without binding or reducing isolation efficiency. 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 7. Elastomeric Element: Molded, oil -resistant rubber or neoprene. 8. Adjustable Vertical Stop: Steel washer with neoprene washer "up -stop" on lower threaded rod. 9. Self -centering hanger rod cap to ensure concentricity between hanger rod and support spring coil. K. TYPE J: Pipe Riser Resilient Support 1. All -directional, acoustical pipe anchor consisting of 2 steel tubes separated by a minimum of 1/2-inch- thick neoprene. Include steel and neoprene vertical -limit stops arranged to prevent vertical travel in both directions. Design support for a maximum load on the isolation material of 500 psig and for equal resistance in all directions. L. TYPE K: Resilient Pipe Guides 1. Telescopic arrangement of 2 steel tubes or post and sleeve arrangement separated by a minimum of 1/2-inch- thick neoprene. Where clearances are not readily visible, a factory -set guide height with a shear pin to allow vertical motion due to pipe expansion and contraction shall be fitted. Shear pin shall be removable and reinsertable to allow for selection of pipe movement. Guides shall be capable of motion to meet location requirements. 4 f VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 4 MDE Project No. 16761 4 t t Chapman Harvey Architects, Inc. Apr-13-2016 F ' 2016 Unauthorized duplication prohibited. 2.2 ROOF -CURB RAILS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one i of the following: .: g- 1. Amber/Booth Company, Inc. 2. Kinetics Noise Control. 3. Mason Industries. 4. Vibration Eliminator Co., Inc. B. TYPE L: Restrained Vibration Isolation Roof Curb Rails 1. General Requirements for Restrained Vibration Isolation Roof -Curb Rails: Factory - assembled, fully enclosed, insulated, air- and watertight curb rail designed to resiliently support equipment. 2. Lower Support Assembly: Formed sheet -metal section containing adjustable and removable steel springs that support upper frame. Upper frame shall provide continuous support for equipment and shall be captive to resiliently resist wind forces. Lower support assembly shall have a means for attaching to building structure and a wood nailer for attaching roof materials, and shall be insulated with a minimum of 2 inches of rigid, glass -fiber insulation on inside of assembly. 3. Spring Isolators: Adjustable, restrained spring isolators shall be mounted on 1/4-inch- thick, elastomeric vibration isolation pads and shall have access ports, for level adjustment, with removable waterproof covers at all isolator locations. Isolators shall be located so they are accessible for adjustment at any time during the life of the installation without interfering with the integrity of the roof. a. Restrained Spring Isolators: Freestanding, steel, open -spring isolators with wind restraint. 1) Housing: Steel with resilient vertical -limit stops and adjustable equipment mounting and leveling bolt. 2) Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 3) Minimum Additional Travel: 50 percent of the required deflection at rated load. 4) Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5) Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. b. Pads: Arranged in single or multiple layers of sufficient stiffness for uniform loading over pad area, molded with a nonslip pattern and galvanized -steel baseplates, and factory cut to sizes that match requirements of supported equipment. C. Resilient Material: Oil- and water-resistant standard neoprene. 4. Snubber Bushings: All -directional, elastomeric snubber bushings at least 1/4 inch thick. 5. Water Seal: Galvanized sheet metal with EPDM seals at corners, attached to upper support frame, extending down past wood nailer of lower support assembly, and counterflashed over roof materials. 2.3 EQUIPMENT BASES A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Amber/Booth Company, Inc. 2. Kinetics Noise Control. 3. Mason Industries. VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 4. Vibration Eliminator Co., Inc. B. TYPE 1: Steel Base 1. Factory -fabricated, welded, structural -steel bases and rails. 2. Design Requirements: Lowest possible mounting height with not less than 1-inch clearance above the floor. Include equipment anchor bolts and auxiliary motor slide bases or rails. a. Include supports for suction and discharge elbows for pumps. 3. Structural Steel: Steel shapes, plates, and bars complying with ASTM A 36/A 36M. Bases shall have shape to accommodate supported equipment. 4. Support Brackets: Factory -welded steel brackets on frame for outrigger isolation mountings and to provide for anchor bolts and equipment support. C. TYPE 2: Inertia Base 1. Factory -fabricated, welded, structural -steel bases and rails ready for placement of cast -in - place concrete. 2. Design Requirements: Lowest possible mounting height with not less than 1-inch clearance above the floor. Include equipment anchor bolts and auxiliary motor slide bases or rails. a. Include supports for suction and discharge elbows for pumps. 3. Structural Steel: Steel shapes, plates, and bars complying with ASTM A 36/A 36M. Bases shall have shape to accommodate supported equipment. 4. Support Brackets: Factory -welded steel brackets on frame for outrigger isolation mountings and to provide for anchor bolts and equipment support. 5. Fabrication: Fabricate steel templates to hold equipment anchor -bolt sleeves and anchors in place during placement of concrete. Obtain anchor -bolt templates from supported equipment manufacturer. D. TYPE 3: A 4" thick reinforced concrete "housekeeping" pad. All edges of the block shall have a minimum 1" chamfer. The pads shall be T-shaped where necessary for double suction pumps and/or to match inertia base TYPE 1. E. TYPE 4: A 6" thick reinforced concrete "housekeeping" pad. All edges of the block shall have a minimum 1" chamfer. The pads shall be T-shaped where necessary for double suction pumps and/or to match inertia base TYPE 1. 2.4 FACTORY FINISHES A. Finish: Manufacturer's standard prime -coat finish ready for field painting. B. Finish: Manufacturer's standard paint applied to factory -assembled and -tested equipment before shipping. 1. Powder coating on springs and housings. 2. All hardware shall be galvanized. Hot -dip galvanize metal components for exterior use. 3. Baked enamel or powder coat for metal components on isolators for interior use. 4. Color -code or otherwise mark vibration isolation and wind -control devices to indicate capacity range. P VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 6 MDE Project No. 16761 i_ 1-1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. PART 3 -EXECUTION 3.1 EXAMINATION Apr-13-2016 A. Examine areas and equipment to receive vibration isolation and wind -control devices for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine roughing -in of reinforcement and cast -in -place anchors to verify actual locations before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 VIBRATION -CONTROL DEVICE INSTALLATION A. Attachment to Structure: If specific attachment is not indicated, anchor bracing to structure at flanges of beams, at upper truss chords of bar joists, or at concrete members. B. Drilled -in Anchors: 1. Identify position of reinforcing steel and other embedded items prior to drilling holes for anchors. Do not damage existing reinforcing or embedded items during coring or drilling. Notify the structural engineer if reinforcing steel or other embedded items are encountered during drilling. Locate and avoid prestressed tendons, electrical and telecommunications conduit, and gas lines. 2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has achieved full design strength. 3. Wedge Anchors: Protect threads from damage during anchor installation. Heavy-duty sleeve anchors shall be installed with sleeve fully engaged in the structural element to which anchor is to be fastened. 4. Adhesive Anchors: Clean holes to remove loose material and drilling dust prior to installation of adhesive. Place adhesive in holes proceeding from the bottom of the hole and progressing toward the surface in such a manner as to avoid introduction of air pockets in the adhesive. 5. Set anchors to manufacturer's recommended torque, using a torque wrench. 6. Install zinc -coated steel anchors for interior and stainless -steel anchors for exterior applications. 3.3 VIBRATION ISOLATION SCHEDULE VIBRATION ISOLATION SCHEDULE ISOLATOR EQUIPMENT BASE ISOLATO DEFLECTIO TYPE R TYPE N POOL WATER AND HEATING WATER PUMPS PAD MOUNTED 3 D V SUSPENDED - I 1" FANS PAD MOUNTED 3 B 2" SUSPENDED - E 2" VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230548 - 7 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 CURB MOUNTED - A - PIPING MECHANICAL ROOMS AT MOTOR DRIVEN EQUIPMENT (Note 1) - E E 2" 2" COMBINED HEAT AND POWER UNIT PAD MOUNTED 3 A - BOILERS ROOF MOUNTED PAD MOUNTED - 3 L A 1" - POOL DEHUMIDIFICATION UNITS CURB MOUNTED CURB MOUNTED, INTERNALLY SPRING ISOLATED - - B A 2" - CONDENSING UNITS AND CONDENSERS PAD MOUNTED 3 B 1" NOTES: 1. Provide isolator as scheduled for first 12 feet of pipe connected to equipment. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Provide evidence of recent calibration of test equipment by a testing agency acceptable to authorities having jurisdiction. 2. Measure isolator restraint clearance. 3. Measure isolator deflection. 4. Verify snubber minimum clearances. 5. If a device fails test, modify all installations of same type and retest until satisfactory results are achieved. C. Remove and replace malfunctioning units and retest as specified above. D. Prepare test and inspection reports. - 3.5 ADJUSTING A. Adjust isolators after piping system is at operating weight. B. Adjust limit stops on restrained spring isolators to mount equipment at normal operating height. After equipment installation is complete, adjust limit stops so they are out of contact during normal operation. C. Adjust active height of spring isolators. D. Adjust isolators to permit free movement of equipment within normal mode of operation. END OF SECTION 230548 VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT MDE Project No. 16761 230548 - 8 i i__.s { t i s.: Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 23 05 53 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 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: 1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels. 4. Duct labels. 5. Stencils. 6. Valve tags. 7. Warning tags. 1.3 SUBMITTALS A. Product Data: For each type of product indicated in Part 2 "PRODUCTS". B. Equipment Label Schedule. C. Valve numbering scheme. D. Valve Schedules: For each piping system to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Scheme for identifying piping systems: ANSI A13.1. B. Safety color coding for danger and caution signs: OSHA Standard 29 CFR, 1910 (ANSI Z53.1). PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following: 1. Brady Corp. 2. Emedco. 3. Seton Identification Products. 2.2 EQUIPMENT LABELS A. Metal Labels for Equipment: IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT MDE Project No. 16761 230553 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. Material and Thickness: Brass, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware. 2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Secondary lettering shall be two-thirds to three -fourths the size of principal lettering. 4. Fasteners: Stainless -steel rivets or self -tapping screws. 5. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. B. Plastic Labels for Equipment: 1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware. 2. Letter Color: White. 3. Background Color: Black. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Secondary lettering shall be two-thirds to three -fourths the size of principal lettering. 7. Fasteners: Stainless -steel rivets or self -tapping screws. 8. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. C. Label Content: Include equipment's Drawing designation or unique equipment number. Coordinate with Owner for any variance in equipment designations. D. Equipment Label Schedule: For each item of equipment to be labeled, on letter size copy paper tabulate equipment designation or number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Organize alpha -numerically in tabular (spreadsheet) form. 2.3 DANGER & CAUTION SIGNS AND LABELS A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware. B. Letter Color: White (Danger) and Black (Caution). C. Background Color: Red (Danger) and yellow (Caution). D. Maximum Temperature: Able to withstand temperatures up to 160 deg F. E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three -fourths the size of principal lettering. G. Fasteners: Stainless -steel rivets or self -tapping screws. H. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT MDE Project No. 16761 { s i 230553 - 2 t FIV Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 I. Label Content: Include caution and warning information, plus emergency notification instructions. 2.4 PIPE LABELS A. General Requirements for Manufactured Pipe Labels: Preprinted, color -coded, with lettering indicating service, and showing flow direction. B. Pre -tensioned Pipe Labels: Pre -coiled, semi -rigid plastic formed to partially cover circumference of pipe and to attach to pipe without fasteners or adhesive. C. Self -Adhesive Pipe Labels: Printed plastic with contact -type, permanent -adhesive backing. D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings and an arrow indicating flow direction. 1. Flow -Direction Arrows: Integral with piping system service lettering to accommodate 1 ? both directions or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: i O.D. OF LINE OR LENGTH OF COLOR HEIGHT OF COVERING (INCHES) BAND (INCHES) LETTERS !_ INCHES Less than 8 1/2 3/4 to 2 8 3/4 2 1/2 thru 6 12 1-1/2 8 to 10 24 2-1/2 Over 10 30 3-1/2 4 2.5 DUCT LABELS A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware. B. Letter Color: White. C. Background Color: Black. D. Maximum Temperature: Able to withstand temperatures up to 160 deg F. E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2-- by 3/4 inch. F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three -fourths the size of principal lettering. G. Fasteners: Stainless -steel rivets or self -tapping screws. H. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. I. Duct Label Contents: Include identification of duct service using same designations or 1--- abbreviations as used on Drawings, duct size, and an arrow indicating flow direction. 1. Flow -Direction Arrows: Integral with duct system service lettering to accommodate both directions, or as separate unit on each duct label to indicate flow direction. 2. Lettering Size: At least 1-1/2 inches high. IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 2.6 STENCILS Apr-13-2016 A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; minimum letter height of 1-1/4 inches for ducts; and minimum letter height of 3/4 inch for access panel and door labels, equipment labels, and similar operational instructions. 1. Stencil Material: Pre-cut, aluminum. 2. Stencil Paint: Exterior, gloss, alkyd enamel black unless otherwise indicated. Paint may be in pressurized spray -can form. 3. Identification Paint: Exterior, alkyd enamel in colors according to ASME A13.1 unless otherwise indicated. 2.7 DAMPER LABELS A. Provide identification for all fire damper or smoke damper access openings; stencil the words "FIRE DAMPER", "SMOKE DAMPER" or "F/S DAMPER" on access doors that are in sheet metal ducts. B. Engrave the words "FIRE DAMPER", "SMOKE DAMPER" or "F/S DAMPER" on plastic plates with letters not less than %2 inch high and secure the plates using an epoxy resin glue on access doors that are in walls or ceiling where such doors conceal fire damper access plates, or on the T-bars of removable ceilings immediately below the location of fire damper access openings above. C. Fabricate these plates of laminated phenolic plastic with a white finish exterior surface, a black core and beveled edges. 2.8 VALVE TAGS A. Valve Tags: Stamped or engraved 1-1/2 inches, round with 1/4-inch letters for piping system abbreviation and 1/2-inch numbers. 1. Tag Material: Brass, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware. 2. Fasteners: Brass wire -link or beaded chain; or S-hook. B. Valve Schedules: For each piping system, on letter size copy paper. Tabulate valve number, piping system, system_ abbreviation (as shown on valve tag), location of valve (room or space number per the Drawings), normal -operating position (open, closed, or modulating), and variations for identification. Mark valves for emergency shutoff and similar special uses. PART 3 - EXECUTION 3.1 PREPARATION A. Clean all surfaces to receive a label of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. 3.2 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT MDE Project No. 16761 230553 - 4 :i Chapman Harvey Architects, Inc. Apr-13-2016 _q 2016 Unauthorized duplication prohibited. B. Coordinate installation of identifying devices with locations of access panels and doors. C. Coordinate installation of identifying devices with all other permanent, adjacent systems to ensure identification is viewable from access path without removal or modification of adjacent systems. D. Install identifying devices concealed by ceilings or wall access panels and coverings before installing acoustical ceilings and similar concealment. 3.3 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment with adhesive and mechanical fasteners. B. Locate equipment labels where accessible and visible. C. Equipment Label Schedule: Furnish four (4) hard copies of the equipment label schedule. Affix one (1) copy behind a Plexiglas frame in a secure location directed by the Owner and include the remaining three (3) in the operation and maintenance manuals. 3.4 PIPE LABEL INSTALLATION A. Stenciled Pipe Labels: Stenciled labels may be provided instead of manufactured pipe labels, at Installer's option. Install stenciled pipe labels with painted, color -coded bands or rectangles on each piping system. 1. Identification Paint: Use for contrasting background. 2. Stencil Paint: Use for pipe marking. 3. Conform to pipe color schemes. B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. _ 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. C. Pipe Label Color Schedule: Use ANSI A13.1 Colors and Designs. 3.5 DUCT LABEL INSTALLATION A. Install self-adhesive duct labels with permanent adhesive on air ducts in the following color codes: 1. Blue: For cold -air supply ducts. 2. Yellow: For hot-air supply ducts. 3. Green: For exhaust-, outside-, relief-, return-, and mixed -air ducts. 4. ASME A13.1 Colors and Designs: For hazardous material exhaust. IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. Stenciled Duct Label Option: Stenciled labels, showing service and flow direction, may be provided instead of plastic -laminated duct labels, at Installer's option, if lettering larger than I inch high is needed for proper identification because of distance from normal location of required identification. C. All oval and round duct shall be labeled with stenciling. D. Locate labels near points where ducts enter into concealed spaces and at maximum intervals of 50 feet in each space where ducts are exposed or concealed by removable ceiling system. 3.6 VALVE -TAG INSTALLATION A. Install tags on valves and control devices in piping systems, except check valves; valves within factory -fabricated equipment units; shutoff valves; faucets; convenience and lawn -watering hose connections; and HVAC terminal devices and similar roughing -in connections of end -use fixtures and units. List tagged valves in a valve schedule by system. B. Valve -Tag Application Schedule: Furnish four (4) hard copies of the valve tag schedule. Affix one (1) copy behind a Plexiglas frame in a secure location directed by the Owner and include the remaining three (3) in the operation and maintenance manuals. END OF SECTION 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 6 MDE Project No. 16761 "` Chapman Harvey Architects, Inc. �v 2016 Unauthorized duplication prohibited. SECTION 23 05 93 - TESTING, ADJUSTING AND BALANCING FOR HVAC PART 1 - GENERAL 1.1 RELATED DOCUMENTS Apr-13-2016 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. Contractor shall engage the services of an independent testing, adjusting and balancing company to provide the testing, balancing, and verification of the following systems: 1. Heating and condenser water systems. 2. Air moving equipment. 3. Supply and return air distribution systems. 4. Exhausting systems. B. Testing and Balancing Agency Responsibilities: 1. Review the construction documents, submittal, and shop drawings for balance ability. Submit a list of suggestions or recommendations to the Architect/Engineer for consideration. 2. Perform a job site observation prior to the ceiling installation to verify that ductwork, piping, dampers, valves, and air terminal devices have been installed per the contract documents. Submit in writing to the Architect/Engineer a list of any discrepancies noted. 3. Test, adjust and balance the heating, ventilating, and air conditioning systems in accordance with AABC National Standards for field measurement. 4. Verify the operation, calibration, and set points of all heating, ventilating, and air conditioning systems controls. 5. Functional performance tests of the DDC system and its components. 6. Submit in writing to the Architect/Engineer a list of deficiencies for correction by the installing contractor. In the event a deficiency remains after being reported as corrected, the balancing agency may submit an itemized request for its lost time for payment by the installing contractor. All deficiencies that prevent proper T&B work from being completed shall be corrected prior to submittal of the Final T&B Report. 7. Measure and record space temperature readings after occupancy for a period of two consecutive eight hour periods. Make adjustments if necessary to achieve an even temperature distribution. 8. Submit six copies of a certified, bound, typewritten report for approval by the Owner and Architect/Engineer including all test report data, instrument calibration, and schematic drawings of the HVAC layout. 9. Make a total of three inspections within 90 days after occupancy of the building to insure that satisfactory conditions are being maintained. Submit a report of the findings to the Owner and Architect/Engineer. 10. Make an inspection in the building during the opposite season from which the initial adjustments were made. At that time, make any necessary modifications to the initial adjustments required to produce optimum operation of the system for all seasons. Submit a report of the findings to the Owner and Engineer. C. Mechanical Contractor Responsibilities TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 1 `"- MDE Project No. 16761 d_. Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. The Contractor shall provide the T&B firm with copies of all Drawings, Specifications, Shop Drawings, Submittal Data, Up -to -Date Revisions, Change Orders, and other data required for planning, preparation and execution of the T&B work. 2. Coordinate the HVAC installation and start up schedule with the T&B Agency and General Contractor to allow sufficient time prior to the completion date for testing and balancing to be conducted and deficiency items corrected and retested. Provide sufficient personnel and utilities to operate the HVAC systems during normal and overtime hours to meet the completion date and testing and balancing schedule. 3. The Mechanical Contractor shall install all systems complete and provide balancing valves, test plugs, thermometer wells, flow measurement orifices, volume dampers, splitter dampers, etc. necessary for T&B work. All equipment shall be operated at the Contractor's expense for a minimum of three consecutive days prior to balancing in order to make certain the equipment is free from mechanical defects, runs smoothly and quietly, and performs satisfactorily to meet the requirements set forth in the contract documents. 4. Provide written notification to the T&B agency and General Contractor the systems are ready for balancing. Should the systems not be ready for balancing, it shall be the Contractor's responsibility to compensate the T&B Agency for time lost. 5. Correct any deficiency items noted during testing and balancing including controls calibration, installation of balancing devices, sheave replacements, and motor replacements at no additional cost to the Owner. Provide written notification to the Testing and Balancing Agency and General Contractor when systems are ready for retesting. Should the systems not be ready for retesting it shall be the Contractors responsibility to compensate the T&B Agency for time lost. 6. It shall be the responsibility of the Contractor to install all valves, dampers, and other adjustment devices in a manner that will leave them accessible and readily adjustable. 7. Perform all tests of plumbing and piping systems and equipment as specified herein and as required to obtain approvals from all authorities having jurisdiction. 8. Provide all instruments, materials and labor to perform the testing and to obtain and record all measurements. 9. The Contractor is to perform duct leakage testing in accordance with SMACNA - HVAC Air Duct Leakage Test Manual, 1st Edition, 1985 and maintain a log book on site indicating the area tested, date tested, leakage amount, and personnel performing the test. At the end of the project submit a final type written report with the results. The test and balance agency is to be notified one week prior to duct leakage testing and at their option witness the testing to confirm the testing is being performed in accordance with these specifications. D. Section Includes: 1. Balancing Air Systems: a. Constant -volume air systems. 2. Balancing Hydronic Piping Systems: a. Constant -flow hydronic systems. b. Primary -secondary hydronic systems. 3. Existing air distribution systems affected by the new installation. 4. Existing hydronic systems affected by the new installation. 5. Temperature Controls: 6. Assist Temperature Controls contractor with calibration of airside and waterside control components such as airflow stations, flow meters, etc. as outlined in Division 23 Section "Instrumentation and Control for HVAC Systems". 7. Work not included: TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. t a. Certification, installation and testing of new pool filtration equipment provided by -z the pool equipment supplier. 1.3 DEFINITIONS A. AABC: Associated Air Balance Council. B. TAB: Testing, adjusting, and balancing. C. TABB: Testing, Adjusting, and Balancing Bureau. D. TAB Specialist: An entity engaged to perform TAB Work. 1.4 SUBMITTALS A. Initial Submittal — Within [60] days of Contractor's Notice to Proceed, submit five (5) copies of the following: 1. Qualification Data: Documentation that the TAB Agency and this Project's TAB team members meet the qualifications specified in the "Quality Assurance" Article. 2. Contract Documents Examination Report: A review report as specified in Part 3. 3. Sample forms: Blank samples of data sheets and report forms to be used in the TAB report. 4. An inventory and calibration data of instruments and devices in possession of Agency whether or not they will be used on this project. Identify whether each instrument or device meets the qualifications specified in the "Quality Assurance" Article. Include: a. Instrument type and make. b. Serial number. C. Application. d. Dates of calibration. 5. Strategies and Procedures Plan: TAB strategies and step-by-step procedures as specified in "Preparation" Article. 6. References for at least five (5) projects of similar size and scope. B. Final Submittal —Upon completion of the test and balance of each system submit five (5) copies of the following: 1. Final TAB report in 3-ring binder, tabbed and indexed with project name and Agency's name on front cover. 2. Additional instrument calibration report information: a. Dates of use. 3. Initial Submittal. C. Peak Season Submittal — If required, submit the test and balance report for the peak season not performed in the final submittal. 1.5 QUALITY ASSURANCE A. Qualifications: 1. Independent TAB Agency: The testing, adjusting, and balancing of the heating, ventilating and air conditioning systems shall be performed by a technical firm or balancing agency certified in Air and Hydronic TAB and system commissioning by the Associated Air Balance Council (AABC). Agency shall have a minimum of five years specialized experience in testing and balancing. Agency shall have performed the work specified below for at least five (5) projects of similar size and scope. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 3 MDE Project No. 16761 i_, Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 2. Agency shall be an independent firm separate and distinct from; not to be associated with, or be subsidiary of a firm performing work under other Sections of Division 23 and shall be under contract directly to the Owner. 3. All work shall be done under the supervision of a full-time registered member of the organization. 4. TAB Field Supervisor: Employee of the TAB Agency and certified by AABC. 5. TAB Technician: Employee of the TAB Agency and who is certified by AABC. B. TAB Conference: Meet with Construction Manager on approval of the TAB strategies and procedures plan to develop a mutual understanding of the details. Require the participation of the TAB field supervisor and technicians. Provide seven days' advance notice of scheduled meeting time and location. 1. Agenda Items: a. The Contract Documents examination report. b. The TAB plan. C. Coordination and cooperation of trades and subcontractors. d. Coordination of documentation and communication flow. C. Certify TAB field data reports and perform the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB reports. 2. Certify that the TAB team complied with the approved TAB plan and the procedures specified and referenced in this Specification. D. TAB Report Forms: Use standard AABC TAB Agency's forms approved by Architect and Construction Manager. E. Instrumentation Type, Quantity, Accuracy, and Calibration: As described in ASHRAE 111, Section 5, "Instrumentation". 1.6 PROJECT CONDITIONS A. If testing, adjusting and balance is not performed when outside conditions approximate design conditions indicated for heating and cooling functions then the Test and Balance Agency shall demonstrate satisfactory balancing during the next peak cooling and heating season. B. Keep dust, dirt and debris to an absolute minimum and reinstall removed ceiling tiles to their original positions at end of.each day. _. C. Full Owner Occupancy: Owner will occupy the site and existing building during entire TAB period. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. 1.7 COORDINATION A. Heating, ventilating, air conditioning equipment including filters, shall be completely installed and in continuous operation as required to accomplish the adjusting and balance work specified. Test and Balance Agency, shall give a "Check List" to the Mechanical and/or Sheet Metal Contractors which, when completed, and returned, will assure the systems are ready to be balanced. B. Notice: Provide seven days' advance notice for each test. Include scheduled test dates and times. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 4 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. C. Perform TAB after leakage and pressure tests on air and water distribution systems have been s satisfactorily completed. D. Coordinate the following with the mechanical contractor: 1. System start up and operation of equipment during test and balance. 2. The necessary adjustments and corrections to the systems as directed by the Testing Agency have been made prior to test and balance. 3. Test locations and devices requiring adjustment are accessible. 4. Additional sets of pulleys and belts are available. 5. A complete set of approved mechanical shop drawings are received. 6. A complete set of "as -built' drawings are received. mtl WS1 A. Provide 90 day warranty during which time Owner may, at Owner's discretion, request recheck or resetting of equipment or system which is not performing satisfactorily. Provide technicians to assist as required in executing such tests. PART 2 - PRODUCTS 2.1 EQUIPMENT A. The balancing agency shall have a complete set of instruments as required by AABC standards. B. Calibration histories for each instrument used for measurement shall be available for examination. Calibration, accuracy, and maintenance of all instruments shall be in accordance with AABC standards. PART 3 - EXECUTION 3.1 TAB SPECIALISTS A. Subject to compliance with requirements, engage one of the following: 1. Air Engineering and Testing, Inc. 2. Delta T, Ltd. 3. Engineered Air Balance Co. 3.2 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment. B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are accessible. C. Examine the approved submittals and shop drawings for HVAC systems and equipment and advise where additional volume dampers or other devices are required to facilitate balancing. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 D. Examine design data including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine equipment performance data including fan and pump curves. 1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. 2. Calculate system -effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design." Compare results with the design data and installed conditions. F. Examine system and equipment installations and verify that field quality -control testing, cleaning, and adjusting specified in individual Sections have been performed. G. Examine test reports specified in individual system and equipment Sections. H. Examine HVAC equipment and filters and verify that bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. 1. Examine strainers. Verify that startup screens are replaced by permanent screens with indicated perforations. J. Examine three-way valves for proper installation for their intended function of diverting or mixing fluid flows. K. Examine heat -transfer coils for correct piping connections and for clean and straight fins. L. Examine system pumps to ensure absence of entrained air in the suction piping. M. Examine operating safety interlocks and controls on HVAC equipment. N. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. 3.3 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. - B. Complete system -readiness checks and prepare reports. Verify the following: 1. Permanent electrical -power wiring is complete. 2. Hydronic systems are filled, clean, and free of air. 3. Automatic temperature -control systems are operational. 4. Equipment and duct access doors are securely closed. 5. Balance, smoke, and fire dampers are open. 6. Isolating and balancing valves are open and control valves are operational. 7. Ceilings are installed in critical areas where air -pattern adjustments are required and access to balancing devices is provided. 8. Windows and doors can be closed so indicated conditions for system operations can be met. TESTING, ADJUSTING AND BALANCING FOR HVAC MDE Project No. 16761 r 230593 - 6 I Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 3.4 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance" and in this Section. 1. Comply with requirements in ASHRAE 62.1, Section "Air Balancing." B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for TAB procedures. l . After testing and balancing, patch probe holes in ducts with same material and thickness as used to construct ducts. 2. After testing and balancing, install test ports and duct access doors that comply with requirements in Division 23 Section "Air Duct Accessories." 3. Install and join new insulation that matches removed materials. Restore insulation, coverings, vapor barrier, and finish according to Division 23 Section "HVAC Insulation." C. Mark equipment and balancing devices, including damper -control positions, valve position indicators, fan -speed -control levers, and similar controls and devices, with paint or other suitable, permanent identification material to show final settings. D. Take and report testing and balancing measurements in inch -pound (IP) units. E. TAB Agency shall rebalance or retest until operating properly or report malfunctions. After systems are operating properly, provide a report containing specific data on operating conditions. F. Provide a final test report for each season. 3.5 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' "as -built" duct layouts. C. Determine the best locations in main and branch ducts for accurate duct -airflow measurements. D. Check airflow patterns from the outdoor -air louvers and dampers and the return- and exhaust -air dampers through the supply -fan discharge and mixing dampers. E. Locate start -stop and disconnect switches, electrical interlocks, and motor starters. F. Verify that motor starters are equipped with properly sized thermal protection. G. Check dampers for proper position to achieve desired airflow path. H. Check for airflow blockages. I. Check condensate drains for proper connections and functioning. J. Check for proper sealing of air -handling -unit components. K. Verify that air duct system is sealed as specified in Division 23 Section "Metal Ducts". 3.6 PROCEDURES FOR CONSTANT -VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure total airflow. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 7 MDE Project No. 16761 Q 9 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 t, a. Where sufficient space in ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow. 2. Measure fan static pressures as follows to determine actual static pressure: a. Measure outlet static pressure as far downstream from the fan as practical and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fan outlet or through the flexible connection. C. Measure inlet static pressure of single -inlet fans in the inlet duct as near the fan as possible, upstream from the flexible connection, and downstream from duct restrictions. d. Measure inlet static pressure of double -inlet fans through the wall of the plenum that houses the fan. 3. Measure static pressure across each component that makes up an air -handling unit, rooftop unit, and other air -handling and -treating equipment. a. Report the cleanliness status of filters and the time static pressures are measured. 4. Measure static pressures entering and leaving other devices, such as, but not limited to, sound traps, heat -recovery equipment, and air washers, under final balanced conditions. 5. Review Record Documents to determine variations in design static pressures versus actual static pressures. Calculate actual system -effect factors. Recommend adjustments to accommodate actual conditions. 6. Obtain approval from Engineer and Construction Manager for adjustment of fan speed higher or lower than indicated speed. Comply with requirements in Division 23 Sections for air -handling units for adjustment of fans, belts, and pulley sizes to achieve indicated air -handling -unit performance. 7. Do not make fan -speed adjustments that result in motor overload. Consult equipment manufacturers about fan -speed safety factors. Modulate dampers and measure fan -motor amperage to ensure that no overload will occur. Measure amperage in full -cooling, full - heating, economizer, and any other operating mode to determine the maximum required brake horsepower. B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure airflow of submain and branch ducts. a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate - the total airflow for that zone. - 2. Measure static pressure at a point downstream from the balancing damper, and adjust volume dampers until the proper static pressure is achieved. 3. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances. C. Measure air outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct -reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust air outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using branch volume dampers. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Contract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. �1 TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 8 MDE Project No. 16761 ' e- Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 3.7 GENERAL PROCEDURES FOR HYDRONIC SYSTEMS A. Prepare test reports with pertinent design data, and number in sequence starting at pump to end of system. Check the sum of branch -circuit flows against the approved pump flow rate. Correct variations that exceed plus or minus 5 percent. B. Prepare schematic diagrams of systems' "as -built" piping layouts. C. Prepare hydronic systems for testing and balancing according to the following, in addition to the general preparation procedures specified above: 1. Open all manual valves for maximum flow. 2. Check liquid level in expansion tank. 3. Check makeup water -station pressure gage for adequate pressure for highest vent. 4. Check flow -control valves for specified sequence of operation, and set at indicated flow. 5. Set differential -pressure control valves at the specified differential pressure. Do not set at fully closed position when pump is positive -displacement type unless 50% of control valves are kept open. 6. Set system controls so automatic valves are wide open to heat exchangers. 7. Check pump -motor load. If motor is overloaded, throttle main flow -balancing device so motor nameplate rating is not exceeded. 8. Check air vents for a forceful liquid flow exiting from vents when manually operated. 3.8 PROCEDURES FOR CONSTANT -FLOW HYDRONIC SYSTEMS A. Measure water flow at pumps. Use the following procedures except for positive -displacement pumps: 1. Verify impeller size by operating the pump with the discharge valve closed. Read pressure differential across the pump. Convert pressure to head and correct for differences in gage heights. Note the point on manufacturer's pump curve at zero flow and verify that the pump has the intended impeller size. a. If impeller sizes must be adjusted to achieve pump performance, obtain approval from Architect and Construction Manager and comply with requirements in Division 23 Section "Hydronic Pumps." 2. Check system resistance. With all valves open, read pressure differential across the pump and mark pump manufacturer's head -capacity curve. Adjust pump discharge valve until indicated water flow is achieved. - a. Monitor motor performance during procedures and do not operate motors in overload conditions. 3. Verify pump -motor brake horsepower. Calculate the intended brake horsepower for the system based on pump manufacturer's performance data. Compare calculated brake horsepower with nameplate data on the pump motor. Report conditions where actual amperage exceeds motor nameplate amperage. 4. Report flow rates that are not within plus or minus 10 percent of design. B. Measure flow at all automatic flow control valves to verify that valves are functioning as designed. C. Measure flow at all pressure -independent characterized control valves, with valves in fully open position, to verify that valves are functioning as designed. D. Set calibrated balancing valves, if installed, at calculated presettings. E. Measure flow at all stations and adjust, where necessary, to obtain first balance. 1. System components that have C„ rating or an accurately cataloged flow -pressure -drop relationship may be used as a flow -indicating device. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 9 MDE Project No. 16761 1 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. F. Measure flow at main balancing station and set main balancing device to achieve flow that is 5 percent greater than indicated flow. G. Adjust balancing stations to within specified tolerances of indicated flow rate as follows: 1. Determine the balancing station with the highest percentage over indicated flow. 2. Adjust each station in turn, beginning with the station with the highest percentage over indicated flow and proceeding to the station with the lowest percentage over indicated flow. 3. Record settings and mark balancing devices. H. Measure pump flow rate and make final measurements of pump amperage, voltage, rpm, pump heads, and systems' pressures and temperatures including outdoor -air temperature. I. Measure the differential -pressure -control -valve settings existing at the conclusion of balancing. J. Check settings and operation of each safety valve. Record settings. 3.9 PROCEDURES FOR PRIMARY -SECONDARY HYDRONIC SYSTEMS A. Balance the primary circuit flow first and then balance the secondary circuits. 3.10 PROCEDURES FOR HEAT EXCHANGERS A. Measure water flow through all circuits. B. Adjust water flow to within specified tolerances. C. Measure inlet and outlet water temperatures. D. Check settings and operation of safety and relief valves. Record settings. 3.11 PROCEDURES FOR MOTORS A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2. Motor horsepower rating. 3. Motor rpm. 5 4. Efficiency rating. 1A 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal -protection -element rating. B. Motors Driven by Variable -Frequency Controllers: Test for proper operation at speeds varying R _� from minimum to maximum. Test the manual bypass of the controller to prove proper ' operation, if provided. Record observations including name of controller manufacturer, model number, serial number, and nameplate data. 3.12 PROCEDURES FOR CONDENSING UNITS AND FLUID COOLERS A. Measure and record the following data with each condenser: 1. Entering- and leaving -air temperatures. 2. Glycol entering and leaving fluid temperatures, flow and pressure drop, for fluid coolers. 3. Suction and discharge pressure at compressor. 4. Compressor operating ampacity. 5. Fan and motor data including number of fans, motor hp, ampacity. TESTING, ADJUSTING AND BALANCING FOR HVAC MDE Project No. 16761 230593 - 10 i _._ Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. B. Verify proper rotation of fans. 3.13 PROCEDURES FOR BOILERS A. Hydronic Boilers: Measure and record entering- and leaving -water temperatures, pressure drop and water flow. 3.14 PROCEDURES FOR HEAT -TRANSFER COILS A. Measure, adjust, and record the following data for each water coil: 1. Entering- and leaving -water temperature. 2. Water flow rate. 3. Water pressure drop. 4. Dry-bulb temperature of entering and leaving air. 5. Wet -bulb temperature of entering and leaving air for cooling coils. 6. Airflow. 7. Air pressure drop. B. Measure, adjust, and record the following data for each refrigerant coil: 1. Dry-bulb temperature of entering and leaving air. 2. Wet -bulb temperature of entering and leaving air. 3. Airflow. 4. Air pressure drop. 5. Refrigerant suction pressure and temperature. 3.15 PROCEDURES FOR TESTING, ADJUSTING, AND BALANCING EXISTING SYSTEMS A. Before performing testing and balancing of existing systems, inspect existing equipment that is to remain and be reused to verify that existing equipment has been cleaned and refurbished. Verify the following: 1. New filters are installed. 2. Coils are clean and fins combed. 3. Drain pans are clean. 4. Fans are clean. 5. Bearings and other parts are properly lubricated. 6. Deficiencies noted in the preconstruction report are corrected. B. Perform testing and balancing of existing systems to the extent that existing systems are affected by the renovation work. 1. Compare the indicated airflow of the renovated work to the measured fan airflows, and determine the new fan speed and the face velocity of filters and coils. 2. Verify that the indicated airflows of the renovated work result in filter and coil face velocities and fan speeds that are within the acceptable limits defined by equipment manufacturer. 3. If calculations increase or decrease the air flow rates and water flow rates by more than 5 percent, make equipment adjustments to achieve the calculated rates. If increase or decrease is 5 percent or less, equipment adjustments are not required. 4. Balance each air outlet. 3.16 VERIFICATION OF TEMPERATURE CONTROL TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 11 ` MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited.` R A. The balancing agency shall be assisted by the contractor in verifying the operation and calibration of all temperature control systems. The controls contractor shall provide technical support (technicians, necessary hardware, software, and field interface devices) to the TAB agency for system verification as specified. The following tests shall be conducted: 1. Verify that all control components are installed in accordance with project requirements and are functional, including all electrical interlocks, damper sequences, and fire and freeze stats. 2. Verify that all controlling instruments are calibrated and set for design operating conditions. 3. Verify the accuracy of the final settings by taking temperature readings. 4. Verify all controlling devices are calibrated and set for design operating conditions. 5. Verify all components required for proper system operation are installed and functional. 6. Verify the accuracy of each temperature sensor by temperature measurement. 7. Verify all valves are in the position indicated by the controller. 8. Verify all valves close -off under design operating pressures. 9. Verify all valves open under design operating pressures. 10. Verify all temperature sensors are installed on the proper lines. Contractor shall correct, at no cost to the Owner. 11. Verify all pressure sensors installed to measure only the intended pressure of the media. 12. Check the sequence of operation for all control modes to ensure that they are in accordance with the contract documents. 13. Verify that default setpoints are correct if different from the normal operating set points. 14. Verify all interlock systems function. 15. Perform all system verifications to assure the safety of the system and its components. 16. Verify changeover from heating to cooling occurs as specified. 17. Verify all field measurement devices are signaling properly. 3.17 TOLERANCES A. Set HVAC system's air flow rates and water flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent. 2. Air Outlets and Inlets: Phis or minus 10 percent. 3. Heating -Water Flow Rate: Plus or minus 10 percent. 3.18 INITIAL REPORT A. Initial Construction -Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article, prepare a report on the adequacy of design for systems' balancing devices. Recommend changes and additions to systems' balancing devices to facilitate proper performance measuring and balancing. Recommend changes and additions to HVAC systems and general construction to allow access for performance measuring and balancing devices. 3.19 STATUS REPORTS A. Prepare monthly progress reports to describe completed procedures, procedures in progress, and scheduled procedures. Include a list of deficiencies and problems found in systems being tested and balanced. Prepare a separate report for each system and each building floor for systems serving multiple floors. I TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 -12 MDE Project No. 16761 ' Chapman Harvey Architects, Inc. Apr-13-2016 gg 2016 Unauthorized duplication prohibited. 1x 3.20 FINAL REPORT A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. 1. Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer and also the Agency's Professional Engineer. 2. Include a list of instruments used for procedures, along with proof of calibration. B. Final Report Contents: In addition to certified field -report data, include the following: 1. Pump curves. 5 2. Fan curves. 3. Manufacturers' test data. I- 4. Field test reports prepared by system and equipment installers. 5. Other information relative to equipment performance; do not include Shop Drawings and product data. C. General Report Data: In addition to form titles and entries, include the following data: 1. Title page. 2. Name and address of the TAB Agency. 3. Project name. 4. Project location. 5. Engineer's name and address. 6. Contractor's name and address. 7. Report date. 8. Signature of TAB supervisor who certifies the report. 9. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 10. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. C. Description of system operation sequence if it varies from the Contract Documents. 11. Nomenclature sheets for each item of equipment. 12. Data for terminal units, including manufacturer's name, type, size, and fittings. 13. Notes to explain why certain final data in the body of reports vary from indicated values. 14. Test conditions for fans and pump performance forms including the following: a. Settings for outdoor-, return-, and exhaust -air dampers. - b. Conditions of filters. C. Cooling coil, wet- and dry-bulb conditions. d. Face and bypass damper settings at coils. e. Fan drive settings including settings and percentage of maximum pitch diameter. f. Inlet vane settings for variable -air -volume systems. g. Settings for supply -air, static -pressure controller. h. Other system operating conditions that affect performance. D. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single -line diagram and include the following: 1. Quantities of outdoor, supply, return, and exhaust airflows. 2. Water flow rates. 3. Duct, outlet, and inlet sizes. 4. Pipe and valve sizes and locations. 5. Balancing stations. 6. Position of balancing devices. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 13 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 E. Pool Dehumidification Unit Test Reports: 1. Unit Data: a. Unit identification. b. Location. C. Make and type. d. Model number and unit size. e. Manufacturer's serial number. f. Unit arrangement and class. g. Discharge arrangement. h. Sheave make, size in inches, and bore. i. Center -to -center dimensions of sheave, and amount of adjustments in inches. j. Number, make, and size of belts. k. Number, type, and size of filters. 2. Test Data (Indicated and Actual Values): a. Total air flow rate in cfm. b. Total system static pressure in inches wg. C. Fan rpm. d. Discharge static pressure in inches wg. e. Filter static -pressure differential in inches wg. f. Heating -coil static -pressure differential in inches wg. g. Cooling -coil static -pressure differential in inches wg. h. Reheat -coil static -pressure differential in inches wg. i. Outdoor airflow in cfm. j. Return airflow in cfm. k. Outdoor -air damper position. 1. Return -air damper position. 3. Motor Data: Include the following for each motor: a. Motor make, and frame type and size. b. Horsepower and rpm. C. Volts, phase, and hertz. d. Full -load amperage and service factor. e. Sheave make, size in inches, and bore. f. Center -to -center dimensions of sheave, and amount of adjustments in inches. F. Apparatus -Coil Test Reports: Include the following for each coil: 1. -- Coil Data: a. System identification. b. Location. C. Coil type. d. Number of rows. e. Fin spacing in fins per inch o.c. f. Make and model number. g. Face area in sq. ft.. h. Tube size in NPS. i. Tube and fin materials. j. Circuiting arrangement. 2. Test Data (Indicated and Actual Values): a. Air flow rate in cfm. b. Average face velocity in fpm. C. Air pressure drop in inches wg. d. Outdoor -air, wet- and dry-bulb temperatures in deg F. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 -14 1` MDE Project No. 16761 i' t Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. e. Return -air, wet- and dry-bulb temperatures in deg F. f. Entering -air, wet- and dry-bulb temperatures in deg F. g. Leaving -air, wet- and dry-bulb temperatures in deg F. h. Water flow rate in gpm. i. Water pressure differential in feet of head or psig. j. Entering -water temperature in deg F. -- k. Leaving -water temperature in deg F. 1. Refrigerant expansion valve and refrigerant types. M. Refrigerant suction pressure in psig. n. Refrigerant suction temperature in deg F. o. Inlet steam pressure in psig. G. Gas -Fired Heat Apparatus Test Reports: In addition to manufacturer's factory startup equipment reports, include the following: 1. Unit Data: a. System identification. $ b. Location. C. Make and type. d. Model number and unit size. e. Manufacturer's serial number. f. Fuel type in input data. g. Output capacity in Btu/h. ' h. Ignition type. i. Burner -control types. j. Motor horsepower and rpm. r k. Motor volts, phase, and hertz. 1. Motor full -load amperage and service factor. M. Sheave make, size in inches, and bore. n. Center -to -center dimensions of sheave, and amount of adjustments in inches. 2. Test Data (Indicated and Actual Values): a. Total air flow rate in cfm. b. Entering -air temperature in deg F. C. Leaving -air temperature in deg F. d. Air temperature differential in deg F. e. Entering -air static pressure in inches wg. - f. Leaving -air static pressure in inches wg. - g. Air static -pressure differential in inches wg. h. Low -fire fuel input in Btu/h. i. High -fire fuel input in Btu/h. j. Manifold pressure in psig. k. High -temperature -limit setting in deg F. 1. Operating set point in Btu/h. M. Motor voltage at each connection. n. Motor amperage for each phase. o. Heating value of fuel in Btu/h. € H. Fan Test Reports: For supply,return and exhaust fans include the following: � P g: L-= 1. Fan Data: a. System identification. b. Location. C. Make and type. d. Model number and size. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 15 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. i! e. Manufacturer's serial number. f. Arrangement and class. g. Sheave make, size in inches, and bore. h. Center -to -center dimensions of sheave, and amount of adjustments in inches. Motor Data: a. Motor make, and frame type and size. b. Horsepower and rpm. C. Volts, phase, and hertz. d. Full -load amperage and service factor. e. Sheave make, size in inches, and bore. f. Center -to -center dimensions of sheave, and amount of adjustments in inches. g. Number, make, and size of belts. Test Data (Indicated and Actual Values): a. Total airflow rate in cfm. b. Total system static pressure in inches wg. C. Fan rpm. d. Discharge static pressure in inches wg. e. Suction static pressure in inches wg. I. Round, Flat -Oval, and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the duct cross-section and record the following: 1. Report Data: a. System and air -handling -unit number. b. Location and zone. C. Traverse air temperature in deg F. d. Duct static pressure in inches wg. e. Duct size in inches. f. Duct area in sq. ft.. g. Indicated air flow rate in cfm. h. Indicated velocity in fpm. i. Actual air flow rate in cfm. j. Actual average velocity in fpm. k. Barometric pressure in psig. J. System -Coil Reports: For reheat coils and water coils of terminal units, include the following: 1. Unit Data: a. System and air -handling -unit identification. b. Location and zone. C. Room or riser served. d. Coil make and size. e. Flowmeter type. 2. Test Data (Indicated and Actual Values): a. Air flow rate in cfm. b. Entering -water temperature in deg F. C. Leaving -water temperature in deg F. d. Water pressure drop in feet of head or psig. e. Entering -air temperature in deg F. f. Leaving -air temperature in deg F. 3. After initial inspection is complete and documentation by random checks verifies that testing and balancing are complete and accurately documented in the final report, request that a final inspection be made by Architect and Construction Manager. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 16 MDE Project No. 16761 t i_ Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 4. The TAB Agency's test and balance engineer shall conduct the inspection in the presence of Engineer and Construction Manager. 5. Engineer and Construction Manager shall randomly select measurements, documented in the final report, to be rechecked. Rechecking shall be limited to either 10 percent of the total measurements recorded or the extent of measurements that can be accomplished in a normal 8-hour business day. 6. If rechecks yield measurements that differ from the measurements documented in the final report by more than the tolerances allowed, the measurements shall be noted as "FAILED." 7. If the number of "FAILED" measurements is greater than 10 percent of the total measurements checked during the final inspection, the testing and balancing shall be considered incomplete and shall be rejected. K. TAB Work will be considered defective if it does not pass final inspections. If TAB Work fails, proceed as follows: 1. Recheck all measurements and make adjustments. Revise the final report and balancing device settings to include all changes; resubmit the final report and request a second final inspection. 2. If the second final inspection also fails, Owner may contract the services of another TAB Agency to complete TAB Work according to the Contract Documents and deduct the cost of the services from the original TAB Agency's final payment. L. Prepare test and inspection reports. 3.21 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions. B. Seasonal Periods: If initial TAB procedures were not performed during near -peak summer and winter conditions, perform additional TAB during near -peak summer and winter conditions. END OF SECTION 230593 TESTING, ADJUSTING AND BALANCING FOR HVAC 230593 - 17 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK TESTING, ADJUSTING AND BALANCING FOR HVAC MDE Project No. 16761 Apr-13-2016 230593 - 18 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 23 07 00 - HVAC INSULATION PART 1-GENERAL 1.1 RELATED DOCUMENTS Apr-13-2016 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: 1. Insulation Materials: a. Calcium silicate. b. Cellular glass. C. Flexible elastomeric. d. Mineral fiber. 2. Fire -rated insulation systems. 3. Insulating cements. 4. Adhesives. 5. Mastics. 6. Lagging adhesives. 7. Sealants. 8. Factory -applied jackets. 9. Field -applied fabric -reinforcing mesh. 10. Field -applied cloths. 11. Field -applied jackets. 12. Tapes. 13. Securements. 14. Corner angles. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include thermal conductivity, thickness, and jackets (both factory and field applied, if any). B. Shop Drawings: 1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Detail attachment and covering of heat tracing inside insulation. 3. Detail insulation application at pipe expansion joints for each type of insulation. 4. Detail insulation application at elbows, fittings, flanges, valves, and specialties for each type of insulation. 5. Detail removable insulation at piping specialties, equipment connections, and access panels. 6. Detail application of field -applied jackets. 7. Detail application at linkages of control devices. 8. Detail field application for each equipment type. C. Qualification Data: For qualified Installer. HVAC INSULATION 230700 - 1 MDE Project No. 16761 t C Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 D. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets, with requirements indicated. Include dates of tests and test methods employed. E. Field quality -control reports. 1.4 QUALITY ASSURANCE A. Products shall fully meet the standards referenced in Part 2 below for, but not limited to, thermal conductance, maximum operating temperature, test methods and all other parameters specified below and contained within the reference standard. B. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the Department of Labor, Bureau of Apprenticeship and Training. C. Insulation shall conform to the requirements set forth in ASHRAE 90.1-2007 for thickness and thermal conductivity. D. Fire -Test -Response Characteristics: Insulation and related materials shall have fire -test - response characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors: Flame -spread index of 25 or less, and smoke -developed index of 50 or less. 2. Insulation Installed Outdoors: Flame -spread index of 75 or less, and smoke -developed index of 150 or less. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature. 1.6 COORDINATION A. Coordinate size and location of supports, hangers, and insulation shields specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." B. Coordinate clearance requirements with piping Installer for piping insulation application, duct installer for duct insulation application, and equipment Installer for equipment insulation application. Before preparing piping and ductwork Shop Drawings, establish and maintain clearance requirements for installation of insulation and field -applied jackets and finishes and for space required for maintenance. C. Coordinate installation and testing of heat tracing. 1.7 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. HVAC INSULATION MDE Project No. 16761 230700 - 2 j it Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. PART 2-PRODUCTS 2.1 INSULATION MATERIAL TYPES A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Aeroflex USA, Inc. 2. Armacell, LLC. 3. Johns Manville. 4. Knauf Fiberglass. 5. Manson (Certain Teed). 6. Nomaco K-Flex. 7. Owens Corning. 8. Pittsburg Corning. B. General: 1. Comply with requirements in Part 3 schedule articles for where insulating materials shall be applied. 2. Products shall not contain asbestos, lead, mercury, or mercury compounds. 3. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. 4. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. 5. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. C. TYPE 1: Calcium Silicate 1. Preformed Pipe Sections: Flat-, curved-, and grooved -block sections of noncombustible, inorganic, hydrous calcium silicate with a non -asbestos fibrous reinforcement. Comply with ASTM C 533, Type I. 2. Flat-, curved-, and grooved -block sections of noncombustible, inorganic, hydrous calcium silicate with a non -asbestos fibrous reinforcement. Comply with ASTM C 533, Typ6 I. 3. Prefabricated Fitting Covers: Comply with ASTM C 450 and ASTM C 585 for dimensions used in preforming insulation to cover valves, elbows, tees, and flanges. D. TYPE 2: Cellular Glass 1. Inorganic, incombustible, foamed or cellulated glass with annealed, rigid, hermetically sealed cells. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. 2. Block Insulation: ASTM C 552, Type 1. 3. Special -Shaped Insulation: ASTM C 552, Type III. 4. Board Insulation: ASTM C 552, Type IV. 5. Preformed Pipe Insulation without Jacket: Comply with ASTM C 552, Type II, Class 1. 6. Preformed Pipe Insulation with Factory -Applied ASJ: Comply with ASTM C 552, Type II, Class 2. 7. Factory fabricate shapes according to ASTM C 450 and ASTM C 585. E. TYPE 3: Flexible Elastomeric I.. HVAC INSULATION 230700 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 l; 1. Closed -cell, sponge- or expanded -rubber materials. Comply with ASTM C 534, Type I for tubular materials and Type II for sheet materials. F. TYPE 4: Mineral -Fiber Blanket Insulation 1. Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type II and ASTM C 1290, Type III with factory -applied FSK jacket. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. G. TYPE 5: High -Temperature, Mineral -Fiber Blanket Insulation 1. Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type V, without factory -applied jacket. H. TYPE 6: Mineral -Fiber Board Insulation 1. Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 612, Type IA or Type IB. For duct and plenum applications, provide insulation with factory - applied FSK jacket. For equipment applications, provide insulation with factory -applied ASJ. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. I. TYPE 7: High -Temperature, Mineral -Fiber Board Insulation 1. Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 612, Type III, without factory -applied jacket. J. TYPE 8: Mineral -Fiber, Preformed Pipe Insulation: 1. Type I, 850 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type I, Grade A, with factory -applied ASJ. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. 2. Type II, 1200 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type II, Grade A, with factory -applied ASJ. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. K. TYPE 9: Mineral -Fiber, Pipe Insulation Wicking System 1. Preformed pipe insulation complying with ASTM C 547, Type I, Grade A, with absorbent cloth factory applied to the entire inside surface of preformed pipe insulation and extended through the longitudinal joint to outside surface of insulation under insulation jacket. Factory apply a white, polymer, vapor -retarder jacket with self-sealing adhesive tape seam and evaporation holes running continuously along the longitudinal seam, exposing the absorbent cloth. L. TYPE 10: Mineral -Fiber, Pipe and Tank Insulation 1. Mineral or glass fibers bonded with a thermosetting resin. Semirigid board material with factory -applied ASJ complying with ASTM C 1393, Type II or Type IIIA Category 2, or with properties similar to ASTM C 612, Type IB. Nominal density is 2.5 lb/cu. ft. or more. Thermal conductivity (k-value) at 100 deg F is 0.29 Btu x in./h x sq. ft. x deg F or less. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. M. TYPE 11: Duct Liner 1. Refer Division 23 Section "Metal Ducts" for duct liner requirements. 2.2 FIRE -RATED INSULATION SYSTEM TYPES A. Acceptable Manufacturers of the following: 1. 3M. Subject to compliance with requirements, provide products by one HVAC INSULATION 230700 - 4 MDE Project No. 16761 1 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 2. Johns Manville. 3. Thermal Ceramics. 4. Unifrax Corporation. B. TYPE 11: Fire -Rated Blanket: 1. High -temperature, inorganic, flexible, blanket insulation with FSK jacket that is tested and certified to provide a [1] [2]-hour fire rating by a NRTL acceptable to authority having jurisdiction. C. TYPE 12: Fire -Rated Board 1. Structural -grade, press -molded, xonolite calcium silicate, fireproofing board suitable for operating temperatures up to 1700 deg F. Comply with ASTM C 656, Type II, Grade 6 tested and certified to provide a 2-hour fire rating by a NRTL acceptable to authority having jurisdiction. 2.3 INSULATING CEMENTS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Insulco, Division of MFS, Inc. 2. P. K. Insulation Mfg. Co., Inc. 3. Rock Wool Manufacturing Company. B. Mineral -Fiber Insulating Cement: Comply with ASTM C 195. C. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C 196. D. Mineral -Fiber, Hydraulic -Setting Insulating and Finishing Cement: Comply with ASTM C 449/C 449M. 2.4 ADHESIVES A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Childers Products, Division of ITW. 2. Dow Chemical Company. 3. Foster Products Corporation, H. B. Fuller Company. - 4. ITW TACC, Division of Illinois Tool Works. - 5. Johns -Manville. 6. Marathon Industries, Inc. 7. Mon-Eco Industries, Inc. 8. Vimasco Corporation. 9. Aeroflex USA, Inc. 10. Armacell, LLC. 11. P.I.C. Plastics, Inc. 12. RBX Corporation. 13. Speedline Corporation. B. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. C. Calcium Silicate Adhesive: Fibrous, sodium -silicate -based adhesive with a service temperature range of 50 to 800 deg F. r HVAC INSULATION 230700 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 D. Cellular -Glass: Solvent -based resin adhesive, with a service temperature range of minus 75 to plus 300 deg F. E. Flexible Elastomeric and Polyolefin Adhesive: Comply with MIL-A-24179A, Type II, Class I. F. Mineral -Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. G. ASJ Adhesive, and FSK and PVDC Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A for bonding insulation jacket lap seams and joints. H. PVC Jacket Adhesive: Compatible with PVC jacket. 2.5 MASTICS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: g 1. Childers Products. 2. Foster Products Corporation. �- 3. ITW TACC, Division of Illinois Tool Works. 4. Marathon Industries, Inc. 5. Mon-Eco Industries, Inc. 6. Vimasco Corporation. I.a B. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-C-19565C, Type IL �... 1. For indoor applications, use mastics that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). C. Vapor -Barrier Mastic: Water based; suitable for indoor and outdoor use on below ambient I services. ..1 1. Water -Vapor Permeance: ASTM E 96, Procedure B, 0.013 perm at 43-mil dry film thickness. j 2. Service Temperature Range: Minus 20 to plus 180 deg F. 3. Solids Content: ASTM D 1644, 59 percent by volume and 71 percent by weight. 4. Color: White. r D. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient services. 1. Water -Vapor Permeance: ASTM F 1249, 3 perms at 0.0625-inch dry film thickness. _ 2. Service Temperature Range: Minus 20 to plus 200 deg F. i 3. Solids Content: 63 percent by volume and 73 percent by weight. 4. Color: White. 2.6 LAGGING ADHESIVES A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: .. 1. Childers Products. l...i 2. Foster Products Corporation. 3. Marathon Industries, Inc. 4. Mon-Eco Industries, Inc. 5. Vimasco Corporation. t....; B. Description: Comply with MIL-A-3316C Class I, Grade A and shall be compatible with insulation materials, jackets, and substrates. HVAC INSULATION 230700 - 6 } MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. For indoor applications, use lagging adhesives that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Fire-resistant, water -based lagging adhesive and coating for use indoors to adhere fire- resistant lagging cloths over duct, equipment, and pipe insulation. 3. Service Temperature Range: Minus 50 to plus 180 deg F. 4. Color: White. 2.7 SEALANTS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Childers Products, Division of ITW. 2. Foster Products Corporation, H. B. Fuller Company. 3. Marathon Industries, Inc. 4. Mon-Eco Industries, Inc. 5. Pittsburgh Corning Corporation. 6. Vimasco Corporation. B. Joint Sealants: 1. Joint Sealants for Cellular -Glass Products: Subject to compliance with requirements, provide one of the following: a. Childers Products, Division of ITW; CP-76. b. Foster Products Corporation, H. B. Fuller Company; 30-45. C. Marathon Industries, Inc.; 405. d. Mon-Eco Industries, Inc.; 44-05. e. Pittsburgh Corning Corporation; Pittseal 444. f. Vimasco Corporation; 750. 2. Materials shall be compatible with insulation materials, jackets, and substrates. 3. Permanently flexible, elastomeric sealant. 4. Service Temperature Range: Minus 100 to plus 300 deg F. 5. Color: White or gray. C. FSK and Metal Jacket Flashing Sealants: 1. Materials shall be compatible with insulation materials, jackets, and substrates. 2. Fire- and water-resistant, flexible, elastomeric sealant. 3. Service Temperature Range: Minus 40 to plus 250 deg F. 4. Color: Aluminum. D. ASJ Flashing Sealants, and Vinyl Jacket Flashing Sealants: 1. Materials shall be compatible with insulation materials, jackets, and substrates. 2. Fire- and water-resistant, flexible, elastomeric sealant. 3. Service Temperature Range: Minus 40 to plus 250 deg F. 4. Color: White. 2.8 FACTORY -APPLIED JACKETS A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Same as insulation manufacturer. 2. Dow Chemical Company. z B. Insulation system schedules indicate factory -applied jackets on various applications. When factory -applied jackets are indicated, comply with the following: HVAC INSULATION 230700 - 7 MDE Project No. 16761 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. ASJ: White, kraft-paper, fiberglass -reinforced scrim with aluminum -foil backing; complying with ASTM C 1136, Type I. 2. ASJ-SSL: ASJ with self-sealing, pressure -sensitive, acrylic -based adhesive covered by a removable protective strip; complying with ASTM C 1136, Type I. 3. FSK Jacket: Aluminum -foil, fiberglass -reinforced scrim with kraft-paper backing; complying with ASTM C 1136, Type II. 4. FSP Jacket: Aluminum -foil, fiberglass -reinforced scrim with polyethylene backing; complying with ASTM C 1136, Type II. 2.9 FIELD -APPLIED FINISH TYPES A. TYPE A: Fabric -Reinforced Mesh 1. Woven Glass -Fiber Fabric for Pipe Insulation: Approximately 2 oz./sq. yd. with a thread count of 10 strands by 10 strands/sq. inch for covering pipe and pipe fittings. 2. Woven Glass -Fiber Fabric for Duct and Equipment Insulation: Approximately 6 oz./sq. yd. with a thread count of 5 strands by 5 strands/sq. inch for covering equipment. 3. Woven Polyester Fabric: Approximately 1 oz./sq. yd. with a thread count of 10 strands by 10 strands/sq. inch, in a Leno weave, for duct, equipment, and pipe. B. TYPE B: Glass Cloth 1. Woven Glass -Fiber Fabric: Comply with MIL-C-20079H, Type I, plain weave, and presized a minimum of 8 oz./sq. yd.. C. TYPE C: FSK Jacket 1. Aluminum -foil -face, fiberglass -reinforced scrim with kraft-paper backing. D. TYPED: PVC Jacket 1. High -impact -resistant, UV -resistant PVC complying with ASTM D 1784, Class 16354- C; maximum thickness of 30 mil (0.8 mm); roll stock ready for shop or field cutting and forming. Thickness is indicated in field -applied jacket schedules. 2. Adhesive: As recommended by jacket material manufacturer. 3. Color: Color -code jackets based on system. 4. Factory -fabricated fitting covers to match jacket if available; otherwise, field fabricate. a. Shapes: 45- and 90-degree, short- and long -radius elbows, tees, valves, flanges, unions, reducers, end caps, soil -pipe hubs, traps, mechanical joints, and P-trap and supply covers for lavatories. 5. Factory -fabricated tank heads and tank side panels. E. TYPE E: Aluminum Jacket 1. Comply with ASTM B 209, Alloy 3003, 3005, 3105 or 5005, Temper H-14. a. Sheet and roll stock ready for shop or field sizing. b. Finish and thickness are indicated in field -applied jacket schedules. C. Moisture Barrier for Indoor Applications: 1-mil- thick, heat -bonded polyethylene f and kraft paper. d. Moisture Barrier for Outdoor Applications: 3-mil- thick, heat -bonded ; r polyethylene and kraft paper. e. Factory -Fabricated Fitting Covers: 1) Same material, finish, and thickness as jacket. 2) Preformed 2-piece or gore, 45- and 90-degree, short- and long -radius I elbows. 3) Tee covers. g, t y HVAC INSULATION 230700 - 8 J MDE Project No. 16761 `E Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 4) Flange and union covers. 5) End caps. 6) Beveled collars. 7) Valve covers. 8) Field fabricate fitting covers only if factory -fabricated fitting covers are not available. F. TYPE F: Underground Direct -Buried Jacket: 125-mil- thick vapor barrier and waterproofing membrane consisting of a rubberized bituminous resin reinforced with a woven -glass fiber or polyester scrim and laminated aluminum foil. G. TYPE G: Self -Adhesive Outdoor Jacket: 60-mil- thick, laminated vapor barrier and waterproofing membrane for installation over insulation located aboveground outdoors; i consisting of a rubberized bituminous resin on a crosslaminated polyethylene film covered with white aluminum -foil facing. H. Field -applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated. 2.10 TAPES A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Avery Dennison Corporation. 2. Compac Corp. 3. Ideal Tape Co., Inc. 4. Venture Tape. B. ASJ Tape: White vapor -retarder tape matching factory -applied jacket with acrylic adhesive, complying with ASTM C 1136. 1. Width: 3 inches. 2. Thickness: 11.5 mils. 3. Adhesion: 90 ounces force/inch in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 lbf/inch in width. 6. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. C. FSK Tape: Foil -face, vapof=retarder tape matching factory -applied jacket with acrylic adhesive; complying with ASTM C 1136. 1. Width: 3 inches. 2. Thickness: 6.5 mils. 3. Adhesion: 90 ounces force/inch in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 lbf/inch in width. 6. FSK Tape Disks and Squares: Precut disks or squares of FSK tape. D. Aluminum -Foil Tape: Vapor -retarder tape with acrylic adhesive. 1. Width: 2 inches. 2. Thickness: 3.7 mils. 3. Adhesion: 100 ounces force/inch in width. 4. Elongation: 5 percent. 5. Tensile Strength: 34 lbf/inch in width. HVAC INSULATION 230700 - 9 MDE Project No. 16761 f 4_ Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 2.11 SECUREMENTS Apr-13-2016 _ i A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AGM Industries, Inc.. 2. C & F Wire. 3. Childers Products. 4. GEMCO. 5. Midwest Fasteners, Inc. 6. Nelson Stud Welding. 7. PABCO Metals Corporation. 8. RPR Products, Inc. B. Bands: 1. Stainless Steel: ASTM A 167 or ASTM A 240/A 240M, Type 304; 0.015 inch thick, 1/2 inch wide with wing or closed seal. 2. Aluminum: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020 inch thick, 1/2 inch wide with wing or closed seal. C. Insulation Pins and Hangers: 1. Capacitor -Discharge -Weld Pins: Copper- or zinc -coated steel pin, fully annealed for capacitor -discharge welding, 0.106-inch- diameter shank, length to suit depth of insulation indicated. 2. Cupped -Head, Capacitor -Discharge -Weld Pins: Copper- or zinc -coated steel pin, fully annealed for capacitor -discharge welding, 0.106-inch- diameter shank, length to suit depth of insulation indicated with integral 1-1/2-inch galvanized carbon -steel washer. 3. Metal, Adhesively Attached, Perforated -Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: a. Baseplate: Perforated, galvanized carbon -steel sheet, 0.030 inch thick by 2 inches square. b. Spindle: Copper- or zinc -coated, low carbon steel, fully annealed, 0.106-inch- diameter shank, length to suit depth of insulation indicated. C. Adhesive: Recommended by hanger manufacturer. Product with demonstrated capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates. - 4. Nonmetal, Adhesively Attached, Perforated -Base Insulation Hangers: Baseplate fastened to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: a. Baseplate: Perforated, nylon sheet, 0.030 inch thick by 1-1/2 inches in diameter. b. Spindle: Nylon, 0.106-inch- diameter shank, length to suit depth of insulation indicated, up to 2-1/2 inches. C. Adhesive: Recommended by hanger manufacturer. Product with demonstrated capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates. 5. Self -Sticking -Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: a. Baseplate: Galvanized carbon -steel sheet, 0.030 inch thick by 2 inches square. HVAC INSULATION 230700 - 10 MDE Project No. 16761 0 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 b. Spindle: Stainless steel, fully annealed, 0.106-inch- diameter shank, length to suit depth of insulation indicated. C. Adhesive -backed base with a peel -off protective cover. 6. Insulation -Retaining Washers: Self-locking washers formed from 0.016-inch- thick, stainless -steel sheet, with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches in diameter. a. Protect ends with capped self-locking washers incorporating a spring steel insert to ensure permanent retention of cap in exposed locations. 7. Nonmetal Insulation -Retaining Washers: Self-locking washers formed from 0.016-inch- thick nylon sheet, with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches in diameter. D. Staples: Outward -clinching insulation staples, nominal 3/4-inch- wide, stainless steel or Monel. E. Wire: 0.080-inch nickel -copper alloy. 2.12 CORNER ANGLES A. PVC Corner Angles: 30 mils thick, minimum I by I inch, PVC according to ASTM D 1784, Class 16354-C. White or color -coded to match adjacent surface. B. Aluminum Corner Angles: 0.040 inch thick, minimum 1 by 1 inch, aluminum according to ASTM B 209, Alloy 3003, 3005, 3105 or 5005; Temper H-14. C. Stainless -Steel Corner Angles: 0.024 inch thick, minimum 1 by 1 inch, stainless steel according to ASTM A 167 or ASTM A 240/A 240M, Type 304. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. 1. Verify that systems and equipment to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry. 3. 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. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation. C. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless -steel surfaces, use demineralized water. HVAC INSULATION MDE Project No. 16761 230700 - 11 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 3.3 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of equipment, ducts and fittings, and piping including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of equipment, duct system, and pipe system as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number of joints practical. J. Install jacket over insulation material. For insulation with factory -applied jacket, install the field -applied jacket over the factory -applied jacket. K. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor -barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture -by hanger, support, and shield. L. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. M. Install insulation with factory -applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3-inch- wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c. 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with seam overlap edges oriented so that they will not collect water in the seam should water penetrate the lap. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c. a. For below ambient services, apply vapor -barrier mastic over staples. 4. Cover joints and seams with tape as recommended by insulation material manufacturer to maintain vapor seal. HVAC INSULATION MDE Project No. 16761 230700 - 12 i Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 5. Where vapor barriers are indicated, apply vapor -barrier mastic on seams and joints and at ends adjacent to duct and pipe flanges and fittings. N. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. O. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. P. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to buttjoints. Q. For above ambient services, do not install insulation to the following: 1. Vibration -control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Manholes. 5. Handholes. 6. Cleanouts. 3.4 PENETRATIONS A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below top of roof flashing. 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): fInstall insulation continuously through walls and partitions. E. Insulation Installation at Fire -Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire -rated walls and partitions. Terminate insulation at fire damper sleeves for fire -rated wall and partition penetrations. Externally insulate damper sleeves to match adjacent insulation and overlap duct insulation at least 2 inches. HVAC INSULATION 230700 - 13 MDE Project No. 16761 l_ Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. Comply with requirements in Division 07 Section "Penetration Firestopping"irestopping and fire -resistive joint sealers. F. Insulation Installation at Floor Penetrations: 1. Duct: Install insulation continuously through floor penetrations that are not fire rated. For penetrations through fire -rated assemblies, terminate insulation at fire damper sleeves and externally insulate damper sleeve beyond floor to match adjacent duct insulation. Overlap damper sleeve and duct insulation at least 2 inches. 2. Pipe: Install insulation continuously through floor penetrations. 3. Seal penetrations through fire -rated assemblies. Comply with requirements in Division 07 Section "Penetration Firestopping." 3.5 EQUIPMENT, TANK, AND VESSEL INSULATION APPLICATION A. Mineral Fiber, Pipe and Tank Insulation Installation for Tanks and Vessels 1. Secure insulation with adhesive and anchor pins and speed washers. 2. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of tank and vessel surfaces. 3. Groove and score insulation materials to fit as closely as possible to equipment, including contours. Bevel insulation edges for cylindrical surfaces for tight joints. Stagger end joints. 4. Protect exposed corners with secured corner angles. 5. Install adhesively attached or self -sticking insulation hangers and speed washers on sides of tanks and vessels as follows: a. Do not weld anchor pins to ASME-labeled pressure vessels. b. Select insulation hangers and adhesive that are compatible with service temperature and with substrate. C. On tanks and vessels, maximum anchor -pin spacing is 3 inches from insulation end joints, and 16 inches o.c. in both directions. d. Do not overcompress insulation during installation. e. Cut and miter insulation segments to fit curved sides and domed heads of tanks and vessels. f. Impale insulation over anchor pins and attach speed washers. g. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. - 6. Secure each layer of insulation with stainless -steel or aluminum bands. Select band material compatible with insulation materials. 7. Where insulation hangers on equipment and vessels are not permitted or practical and where insulation support rings are not provided, install a girdle network for securing insulation. Stretch prestressed aircraft cable around the diameter of vessel and make taut with clamps, turnbuckles, or breather springs. Place one circumferential girdle around equipment approximately 6 inches from each end. Install wire or cable between two circumferential girdles 12 inches o.c. Install a wire ring around each end and around outer periphery of center openings, and stretch prestressed aircraft cable radially from the wire ring to nearest circumferential girdle. Install additional circumferential girdles along the body of equipment or tank at a minimum spacing of 48 inches o.c. Use this network for securing insulation with tie wire or bands. 8. Stagger joints between insulation layers at least 3 inches. 9. Install insulation in removable segments on equipment access doors, manholes, handholes, and other elements that require frequent removal for service and inspection. i HVAC INSULATION 230700 -14 I MDE Project No. 16761 Chapman Harvey Architects, Inc. ( 2016 Unauthorized duplication prohibited. Apr-13-2016 10. Bevel and seal insulation ends around manholes, handholes, ASME stamps, and nameplates. 11. For equipment with surface temperatures below ambient, apply mastic to open ends, joints, seams, breaks, and punctures in insulation. B. Flexible Elastomeric Thermal Insulation Installation for Tanks and Vessels 1. Install insulation over entire surface of tanks and vessels. 2. Apply 100 percent coverage of adhesive to surface with manufacturer's recommended adhesive. 3. Seal longitudinal seams and end joints. C. Insulation Installation on Pumps 1. Fabricate metal boxes lined with insulation. Fit boxes around pumps and coincide box joints with splits in pump casings. Fabricate joints with outward bolted flanges. Bolt flanges on 6-inch centers, starting at corners. Install 3/8-inch- diameter fasteners with wing nuts. Alternatively, secure the box sections together using a latching mechanism. 2. Fabricate boxes from aluminum, at least 0.040 inch thick. 3. For below ambient services, install a vapor barrier at seams, joints, and penetrations. Seal between flanges with replaceable gasket material to form a vapor barrier. 3.6 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor -retarder integrity, unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. - - 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing -box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services, provide a design that maintains vapor barrier. HVAC INSULATION 230700 - 15 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 l 6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below ambient services and a breather mastic for above ambient services. Reinforce the mastic with fabric -reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. 8. For services not specified to receive a field -applied jacket except for flexible elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape. 9. Stencil or label the outside insulation jacket of each union with the word "UNION." Match size and color of pipe labels. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes, vessels, and equipment. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers at locations indicated. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless - steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges except divide the two-part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless -steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches over adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field -applied jacket schedules, finish exposed surfaces with a metal jacket. 3.7 PIPE INSULATION APPLICATION A. Calcium Silicate Insulation Installation 1. Secure single -layer insulation with stainless -steel bands at 12-inch intervals and tighten bands without deforming insulation materials. 2. Install 24ayer insulation with joints tightly butted and staggered at least 3 inches. Secure inner layer with wire spaced at 12-inch intervals. Secure outer layer with stainless -steel bands at 12-inch intervals. 3. Apply a skim coat of mineral -fiber, hydraulic -setting cement to insulation surface. When cement is dry, apply flood coat of lagging adhesive and press on one layer of glass cloth or tape. Overlap edges at least 1 inch. Apply finish coat of lagging adhesive over glass cloth or tape. Thin finish coat to achieve smooth, uniform finish. HVAC INSULATION 230700 -16 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 4. Installation of preformed pipe insulation to pipe flanges a. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. b. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of block insulation of same material and thickness as pipe insulation. C. Finish flange insulation same as pipe insulation. 5. Insulation Installation on Pipe Fittings and Elbows: a. Install preformed sections of same material as straight segments of pipe insulation when available. Secure according to manufacturer's written instructions. b. When preformed insulation sections of insulation are not available, install mitered sections of calcium silicate insulation. Secure insulation materials with wire or bands. - C. Finish fittings insulation same as pipe insulation. 6. Insulation Installation on Valves and Pipe Specialties: a. Install mitered segments of calcium silicate insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. b. Install insulation to flanges as specified for flange insulation application. C. Finish valve and specialty insulation same as pipe insulation. B. Insulation Installation on Diesel Engine Muffler Exhaust 1. Install 3-layer insulation withjoints tightly butted and staggered at least 3 inches. Secure inner layer with wire spaced at 12-inch intervals. Secure outer layer with stainless -steel bands at 12-inch intervals. C. Cellular Glass Insulation Installation 1. Secure each layer of insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with factory -applied jackets on above ambient services, secure laps with outward clinched staples at 6 inches o.c. 4. For insulation with factory -applied jackets on below ambient services, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor -barrier mastic and flashing sealant. 5. Insulation Installation on Pipe Flanges: a. Install preformed pipe insulation to outer diameter of pipe flange. b. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. C. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of cellular -glass block insulation of same thickness as pipe insulation. d. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. 6. Insulation Installation on Pipe Fittings and Elbows: a. Install preformed sections of same material as straight segments of pipe insulation when available. Secure according to manufacturer's written instructions. b. When preformed sections of insulation are not available, install mitered sections of cellular -glass insulation. Secure insulation materials with wire or bands. 7. Insulation Installation on Valves and Pipe Specialties: HVAC INSULATION 230700 - 17 MDE Project No. 16761 l Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 i..., a a. Install preformed sections of cellular -glass insulation to valve body. b. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. C. Install insulation to flanges as specified for flange insulation application. D. Flexible Elastomeric Insulation Installation on Straight Pipes and Tubes 1. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 2. Insulation Installation on Pipe Flanges: a. Install pipe insulation to outer diameter of pipe flange. b. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. C. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. d. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3. Insulation Installation on Pipe Fittings and Elbows: a. Install mitered sections of pipe insulation. b. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 4. Insulation Installation on Valves and Pipe Specialties: a. Install preformed valve covers manufactured of same material as pipe insulation when available. b. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. C. Install insulation to flanges as specified for flange insulation application. d. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. E. Mineral Fiber Insulation Installation on Straight Pipes and Tubes 1. Secure each layer of preformed pipe insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with factory -applied jackets on above ambient surfaces, secure laps with outward clinched staples at 6 inches o.c. 4. For insulation with factory -applied jackets on below ambient surfaces, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor -barrier mastic and flashing sealant. 5. Insulation Installation on Pipe Flanges: a. Install preformed pipe insulation to outer diameter of pipe flange. b. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. C. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with mineral -fiber blanket insulation. 1 HVAC INSULATION 230700 -18 MDE Project No. 16761 .'., Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 d. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. 6. Insulation Installation on Pipe Fittings and Elbows: a. Install preformed sections of same material as straight segments of pipe insulation when available. b. When preformed insulation elbows and fittings are not available, install mitered sections of pipe insulation, to a thickness equal to adjoining pipe insulation. Secure insulation materials with wire or bands. 7. Insulation Installation on Valves and Pipe Specialties: a. Install preformed sections of same material as straight segments of pipe insulation when available. b. When preformed sections are not available, install mitered sections of pipe insulation to valve body. C. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. d. Install insulation to flanges as specified for flange insulation application. 3.8 DUCT INSULATION APPLICATION A. Insulation Installation Ducts 1. Secure single -layer insulation with stainless -steel bands at 12-inch intervals and tighten bands without deforming insulation material. 2. Install 2-layer insulation with joints tightly butted and staggered at least 3 inches. Secure inner layer with wire spaced at 12-inch intervals. Secure outer layer with stainless -steel bands at 12-inch intervals. 3. On exposed applications without metal jacket, finish insulation surface with a skim coat of mineral -fiber, hydraulic -setting cement. When cement is dry, apply flood coat of lagging adhesive and press on one layer of glass cloth. Overlap edges at least 1 inch. Apply finish coat of lagging adhesive over glass cloth. Thin finish coat to achieve smooth, uniform finish. B. Blanket Insulation Installation on Ducts and Plenums 1. Secure with adhesive and insulation pins. 2. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct and plenum surfaces. 3. Apply adhesive to entire circumference of round and oval ducts and to all surfaces of - fittings and transitions. - 4. Install either capacitor -discharge -weld pins and speed washers or cupped -head, capacitor - discharge -weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b. On duct sides with dimensions larger than 18 inches, place pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. C. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. e. Impale insulation over pins and attach speed washers. f. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. HVAC INSULATION 230700 - 19 WE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 I! 5. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward -clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field -applied jacket, adhesive, vapor -barrier mastic, and sealant at joints, seams, and protrusions. a. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor - barrier seal. b. Install vapor stops for ductwork and plenums operating below 50 deg F at 18-foot intervals. Vapor stops shall consist of vapor -barrier mastic applied in a Z-shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 6. Overlap unfaced blankets a minimum of 2 inches on longitudinal seams and end joints. At end joints, secure with steel bands spaced a maximum of 18 inches o.c. 7. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Install insulation on round and flat -oval duct elbows with individually mitered gores cut to fit the elbow. 8. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch- wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c. C. Board Insulation Installation on Ducts and Plenums 1. Secure with adhesive and insulation pins. 2. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct and plenum surfaces. 3. Apply adhesive to entire circumference of round and oval ducts and to all surfaces of fittings and transitions. 4. Install either capacitor -discharge -weld pins and speed washers or cupped -head, capacitor - discharge -weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b. On duct sides with dimensions larger than 18 inches, space pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. C. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. e. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 5. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward -clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field -applied jacket, adhesive, vapor -barrier mastic, and sealant at joints, seams, and protrusions. a. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor - barrier seal. HVAC INSULATION NOE Project No. 16761 230700 - 20 i._ 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 b. Install vapor stops for ductwork and plenums operating below 50 deg F at 18-foot intervals. Vapor stops shall consist of vapor -barrier mastic applied in a Z-shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 6. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Install insulation on round and flat -oval duct elbows with individually mitered gores cut to fit the elbow. 7. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch- wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c. 3.9 FIELD -APPLIED JACKET APPLICATION A. Where glass -cloth jackets are indicated, install directly over bare insulation or insulation with factory -applied jackets. 1. Draw jacket smooth and tight to surface with 2-inch overlap at seams and joints. 2. Embed glass cloth between two 0.062-inch- thick coats of lagging adhesive. 3. Completely encapsulate insulation with coating, leaving no exposed insulation. B. Where FSK jackets are indicated, install as follows: 1. Draw jacket material smooth and tight. 2. Install lap or joint strips with same material as jacket. 3. Secure jacket to insulation with manufacturer's recommended adhesive. 4. Install jacket with 1-1/2-inch laps at longitudinal seams and 3-inch- wide joint strips at end joints. 5. Seal openings, punctures, and breaks in vapor -retarder jackets and exposed insulation with vapor -barrier mastic. C. Where PVC jackets are indicated, install with 1-inch overlap at longitudinal seams and end joints; for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturer's recommended adhesive. 1. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge. D. Where metal jackets are indicated, install with-2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless -steel bands 12 inches o.c. and at end joints. 3.10 FINISHES A. Duct, Equipment, and Pipe Insulation with ASJ, Glass -Cloth, or Other Paintable Jacket Material: Paint jacket with paint system identified below. 1. Flat Acrylic Finish: Two finish coats over a primer that is compatible with jacket material and finish coat paint. Add fungicidal agent to render fabric mildew proof. a. Finish Coat Material: Interior, flat, latex -emulsion size. B. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating. i_.. C. Color: Final color as selected by Engineer. Vary first and second coats to allow visual i_. inspection of the completed Work. HVAC INSULATION 230700 - 21 MDE Project No. 16761 t _. Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. D. Do not field paint aluminum or stainless -steel jackets. 3.11 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Inspect ductwork, randomly selected by Engineer, by removing field -applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each duct system defined in the 'Duct Insulation Schedule, General' Article. 2. Inspect field -insulated equipment, randomly selected by Engineer, by removing field - applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each type of equipment defined in the "Equipment Insulation Schedule" Article. For large equipment, remove only a portion adequate to detennine compliance. 3. Inspect pipe, fittings, strainers, and valves, randomly selected by Engineer, by removing field -applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three locations of threaded fittings, three locations of welded fittings, two locations of threaded strainers, two locations of welded strainers, three locations of threaded valves, and three locations of flanged valves for each pipe service defined in the "Piping Insulation Schedule, General" Article. C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. i HVAC INSULATION 230700 - 22 } MDE Project No. 16761 �F E, Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 3.12 DUCT AND PLENUM INSULATION SCHEDULE FIELD INSULATED DUCTS AND PLENUMS DUCT LOCATION INSULATION TYPE THICKNESS (Note 1) INSULATION FINISH TYPE SUPPLY & OUTSIDE AIR Concealed Indoor 4 1.5" C Exposed in Conditioned Spaces 11 1.5" C Exposed in Unconditioned Spaces 11 2.5" C Outdoor 6 2.5" E NOTES: 1. All insulation thicknesses based upon a thermal conductivity (k) not exceeding 0.27 Btu/in./hr-ft.z°F Apr-13-2016 3.13 EQUIPMENT INSULATION SCHEDULE A. Insulation materials and thicknesses are identified below. If more than one material is listed for a type of equipment, selection from materials listed is Contractor's option. B. Insulate indoor and outdoor equipment in paragraphs below that is not factory insulated. FIELD INSULATED EQUIPMENT INSULATION FINISH EQUIPMENT INSULATION THICKNESS TYPE TYPE INDOOR OUTDOOR HEATING HOT WATER HEAT 6 or 10 3" B E EXCHANGERS HEATING HOT WATER -- EXPANSION 3, 6 or 10 2" B E TANKS, AIR SEPARATORS NOTES: 1. All insulation thicknesses based upon a thermal conductivity (k) not exceeding 0.27 Btu/in./hr•ft?°F 3.14 FIELD INSULATED PIPE SCHEDULE A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Underground piping. HVAC INSULATION MDE Project No. 16761 230700 - 23 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 2. Chrome -plated pipes and fittings unless there is a potential for personnel injury. HVAC INSULATION 230700 - 24 NOE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 FIELD INSULATED PIPE SCHEDULE SYSTE INSULATION FINISH TYPE M INSULATIO THICKNES INDOOR INDOOR UNDER - SERVE N TYPE S (Note 1) CONCEALE EXPOSE OUTDOO GROUN D D D R D COOLING COIL CONDENSATE & EQUIPMENT DRAIN BELOW 60°F Indoor 3 1 /2" 1 A A I - I - Outdoor 3 1" - - A F HEATING HOT WATER & CONDENSER WATER (GLYCOL) SUPPLY Indoor 2 Note 3 C C - - Outdoor 2 Note 3 - - E F REFRIGERANT SUCTION & HOT GAS Indoor 3 Note 2 A A - - Outdoor 3 Note 2 - - A F GENERATOR EXHAUST PIPE AND MUFFLERS (Note 6) Indoor 11 I 3" - E 1 - I - Outdoor 11 4" - E - NOTES: 1. All insulation thicknesses based upon a thermal conductivity (k) not exceeding 0.27 Btu/in./hr- ft.2OF 2. For pipe diameters 1-1/2" and below: V; for pipe diameters above 1-1/2": 1-1/2". 3. For pipe diameters 1-1/2" and below: 1"; for pipe diameters above 1-1/2": 2". 4. For pipe diameters 1-1/2" and below: 1-1/2"; for pipe diameters above 1-1/2": 311. 5. Insulate drain body and vertical piping down to and including first 90 degree elbow. 6. Insulation temperature rating shall exceed generator exhaust operating temperature by 15% at full load. END OF SECTION 230700 HVAC INSULATION MDE Project No. 16761 230700 - 25 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY LEFT BLANK HVAC INSULATION MDE Project No. 16761 Apr-13-2016 230700 - 26 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 23 1123 - FACILITY NATURAL-GAS PIPING 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: 1. Pipes, tubes, and fittings. 2. Piping specialties. 3. Piping and tubing joining materials. 4. Valves. 5. Pressure regulators. 1.3 SUBMITTALS A. Product Data: For each type of product indicated in Part 2 "PRODUCTS". 1. Manufacturer's data sheets indicating construction standards, material and dimensions, rated capacities and furnished specialties and accessories. 2. Where applicable include operating characteristics, electrical characteristics and performance data. 3. Installation standards. B. Shop Drawings: Detail, at = 1'-0" scale, the piping layout, elevations, sections, and details for fabrication of pipe anchors, hangers, supports for multiple pipes, alignment guides, expansion joints and loops, and attachments of the same to the building structure. Detail location of anchors, alignment guides, and expansion joints and loops. 1. Submit hard and soft copies in AutoCAD format compatible with AutoCAD 2012. C. Welding certificates. D. Qualification data: For Installer. E. Field quality -control test reports. F. Warranty documentation. G. Operation and maintenance data. ( FACILITY NATURAL-GAS PIPING MDE Project No. 16761 231123 - 1 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 1.4 QUALITY ASSURANCE Apr-13-2016 A. Steel Support Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. C. 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. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Aboveground Piping (including rooftop piping): Black steel, ASTM/ANSI A53, Schedule 40. 1. Pipe size 2-inches (51-mm) and smaller: Malleable iron threaded fittings. 2. Pipe size 2-1/2-inches (63.5-mm) and larger: Wrought -steel socket welded fittings. B. Underground Piping: Polyethylene pressure pipe, ASTM D 2513, SDR 11. 1. Polyethylene fittings: ASTM D 2683, socket -fusion type with dimensions matching pipe. 2. Transition fittings: Factory -fabricated fittings with PE pipe complying with ASTM D 2513, SDR 11. 3. Protective Coating for Underground Piping: Factory -applied, three -layer coating of epoxy, adhesive, and PE. a. Joint Cover Kits: Epoxy paint, adhesive, and heat -shrink PE sleeves. 2.2 JOINING MATERIALS A. Joint Compound and Tape: Suitable for natural gas. B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate - for wall thickness and chemical analysis of steel pipe being welded. 2.3 GAS COCKS: A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Apollo Valves. 2. Mueller Industries. 3. Watts Water Technologies Co. B. Gas Cocks 2-inches (51-mm) and Smaller: 150 psi non -shock WOG, bronze straightway ground plug or ball shut-off cock, flat or square head, threaded ends. C. Gas Cocks 2-1/2-inches (63.5-mm) and Larger: 125 psi non -shock WOG, iron body bronze mounted, straightway ground plug or ball shut-off cock, square head, socket welded ends. FACILITY NATURAL-GAS PIPING MDE Project No. 16761 231123 - 2 ,i Chapman Harvey Architects, Inc. (' 2016 Unauthorized duplication prohibited. 2.4 PRESSURE REGULATORS Apr-13-2016 A. Acceptable Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Actaris Metering Systems 2. Elster American Meter Company. 3. Fisher Control Valves and Regulators; Division of Emerson Process Management. 4. Maxitrol Company. 5. Richards Industries; Jordan Valve Div. B. General Requirements: 1. Single stage and suitable for natural gas. 2. Steel jacket and corrosion -resistant components. 3. Elevation compensator. 4. End Connections: Threaded for regulators NPS 2 and smaller. 5. Venting: a. Regulators with included approved vent -limiting device (REG 3 and REG 5A) do not require venting to atmosphere provided they are mounted in a ventilated location (e.g. near a gas appliance which also requires placement in a ventilated area). b. Ventilated locations include (but not limited to) mechanical rooms, attics, garages, and basements. C. Vent limiting device: Limit the fuel gas leakage to 2.5 cc per hour in the event of a diaphragm failure. C. Service Regulators 1. Diaphragm Case: Die-cast aluminum with polyurethane top coat. 2. Valve Body: Cast iron. 3. Closing Spring: Steel, zinc plated. 4. Diaphragm Plate: Steel. 5. Seat Disc: Nitrile rubber. 6. Orifice: Aluminum. 7. Lever: Steel, zinc plated. 8. Vent Screen: Stainless steel. 9. Seal Plug: Die-cast aluminum. 10. Maximum Inlet Pressure: 60 psig. D. Low Pressure Regulators 1. Diaphragm Case: Die-cast aluminum with polyurethane top coat. 2. Valve Body: Cast iron. 3. Closing Spring: Steel, zinc plated. 4. Diaphragm Plate: Steel. 5. Seat Disc: Nitrile rubber. 6. Orifice: Aluminum. 7. Lever: Steel, zinc plated. 8. Vent Screen: Stainless steel. 9. Seal Plug: Die-cast aluminum. 10. Maximum Inlet Pressure: 5 psig. E. Appliance Pressure Regulators: Provided by manufacturer of appliance. Appliance pressure regulator will comply with ANSI Z21.18. FACILITY NATURAL-GAS PIPING 231123 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 1. Body and Diaphragm Case: Die-cast aluminum. 2. Closing Spring: Steel, zinc plated, interchangeable. 3. Diaphragm Plate: Steel, zinc plated. 4. Seat Disc: Nitrile rubber. 5. Orifice: Aluminum. 6. Lever: Steel, zinc plated. 7. Vent Screen: Stainless steel. 8. Seal Plug: Die-cast aluminum. 9. Maximum Inlet Pressure: 1 psig. PART 3 - EXECUTION 3.1 PIPING APPLICATIONS A. Refer Piping Material Matrix. 3.2 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store pipes and tubes with protective PE coating to avoid damaging the coating and to protect from direct sunlight. C. Store PE pipes and valves protected from direct sunlight. 3.3 GENERAL A. Examine areas and conditions under which natural gas system and equipment is to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to the Owner's Representative. B. Install in accordance with all local codes and local gas company regulations and ordinances. C. Piping shall be installed per the approved shop drawings. D. Provide new service to buildings as shown on the plans. Coordinate service pressure regulator with local gas company. E. Provide gas pressure regulator at each gas burning appliance where line pressure is greater than allowed at inlet. F. Vent regulators in accordance with NFPA 54, International Fuel Gas Code and authority having jurisdiction. For regulators installed inside building, or an enclosed space, extend vent piping full size from the regulator to the exterior of the building or provided approved vent limiting devices in accordance with ANSI Z21.80 and CSA 6.22. FACILITY NATURAL-GAS PIPING 231123 - 4 MDE Project No. 16761 ' Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 G. For regulators installed outside the building provide a full size vent extension that extends a minimum of 24 IN above grade level and then curves down to prevent the accumulation of moisture in the vent outlet and terminate with screened weather cap. H. Use eccentric reducer fittings to make reductions in pipe sizes. Install fittings with level side down. I. Connect branch piping from top or side of horizontal piping. J. Do not use natural-gas piping as grounding electrode. K. Install strainer on inlet of each line -pressure regulator and automatic or electrically operated valve. L. Provide dielectric couplings or unions between ferrous and non-ferrous pipe. M. Use sealant on metal gas piping threads, which are chemically resistant to natural gas. Use sealant sparingly, and apply only to male threads of metal joints. N. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. O. Threaded Joints: 1. Thread pipe with tapered pipe threads complying with ASME B 1.20,1. 2. Cut threads full and clean using sharp dies. 3. Ream threaded pipe ends to remove burrs and restore full inside diameter of pipe. 4. Apply appropriate tape or thread compound to external pipe threads unless dryseal threading is specified. 5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. P. Welded Joints: 1. Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators. 2. Bevel plain ends of steel pipe. 3. Patch factory -applied protective coating as recommended by manufacturer at field welds and where damage to coating occurs during construction. Q. Do not install defective piping or fittings. Do not use pipe with threads, which are chipped, stripped or damaged. Do not use bushings. R. Plug each gas outlet, including valves, with threaded plug or cap immediately after installation and retain until continuing piping, or until equipment connections are completed. S. Ground gas piping electrically and continuously within project and bond tightly to grounding connections. T. Install drip -legs in gas piping at bottom of pipe risers and as close as practical to inlet of each appliance where indicated and where required by code or regulation. : FACILITY NATURAL-GAS PIPING 231123 - 5 t-- MDE Project No. 16761 s Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 U. Use unions only on final connections to equipment. No other unions will be permitted. Proper reducing fittings shall be used. Bushings will not be accepted. V. Install fittings for changes in direction and branch connections. 3.4 OUTDOOR PIPING INSTALLATION (INCLUDING ROOFTOP PIPING) A. Arrange with utility company to provide gas service to indicate location with shutoff terminus. Consult with utility as to extent of its work, costs, fees and permits involved. Pay such costs and fee; obtain permits. B. Provide shutoff in gas service distribution pipe prior to any branch take -offs, extend pipe to existing gas meter location indicated; provide parts and accessories required by utility to connect meter. 1. Plain -End Pipe and Socket Fittings: Use socket fusion. C. Install gas piping above roof on pipe supports. Guide the pipes with clamp one size larger than the pipe. Provide support at each change in direction. D. Exterior -Wall Pipe Penetrations: Seal penetrations using steel or cast-iron pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. E. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. F. Wrap all underground black steel piping with protective coating. 3.5 INDOOR PIPING INSTALLATION A. Provide necessary hanger rods, standard hangers and special hangers of approved type and size to support roof mounted, overhead and vertical gas piping for type of construction as shown on the plans and as indicated in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment". B. Extend relief vent connections for service regulators, line regulators, and overpressure protection devices to outdoors and terminate with weatherproof vent cap. C. 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. 3.6 VALVE INSTALLATION A. Gas Cock: Provide at connection to gas train for each gas -fired equipment item; and on risers and branches where indicated. FACILITY NATURAL-GAS PIPING 231123 - 6 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. i t 1. Locate gas cocks where easily accessible, and where they will be protected from possible . inj ury. B. Locate valves for easy access. C. Install underground valves with valve boxes. D. Install regulators and overpressure protection devices with maintenance access space adequate for servicing and testing. E. Pressure Regulating Valves: 1. Mount regulators in an accessible location. 2. Pipe atmospheric vent to outdoors, full size of outlet. Install gas shutoff valve upstream of each pressure -regulating valve. 3. Valve inlet and outlet piping to each regulator with American Gas Association approved valves. 4. Regulators with Relief Vents: Pipe vents to outside, maintaining a minimum clearance of 15 feet (4.6 m) to any door opening, window opening, louver, or outside air intake. 5. Separately vent regulators full size to the exterior, with a turndown elbow and insect screen. Do not terminate vent outlet next to a combustion or fresh air intake. F. Install anode for metallic valves in underground PE piping. G. Overpressure protection devices must be installed for elevated systems higher than 2-PSI and up to 5-PSI to prevent downstream pressure from exceeding 2-PSI in the event of regulator failure. 3.7 CONNECTIONS A. General: Install gas -piping run -outs to mechanical gas -fired equipment and food preparation gas -fired equipment, including equipment supplied by Owner and equipment supplied and installed by Owner. 1. Install piping full-size (as indicated on the Drawings) to each unit's gas inlet connection, burner, regulator, etc. 2. - Provide gas cock and make final connections. - 3. Include a shutoff gas cock for connections to each gas -fired equipment item. 4. Connections to Each Gas -Fired Equipment Item: Include a drip leg and shutoff gas cock. Install per equipment manufacturer's instructions. 5. Connections to gas -fired rooftop equipment: a. Provide roof penetration and repair roof in accordance with roof manufacturer's instructions so as to not void warranty. b. Install gas piping through the roof in a location that has been coordinated with the HVAC installer. B. Connect to utility's gas main according to utility's procedures and requirements. 1. Arrange with gas utility company to provide gas meter and gas regulator where indicated. Consult with utility as to extent to its work, costs, fees and permits involves. Pay such costs and fees; obtain permits. Provide concrete pad or wall brackets as required by gas utility company. FACILITY NATURAL-GAS PIPING 231123 - 7 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. C. Install natural-gas piping electrically continuous, and bonded to gas appliance equipment grounding conductor of the circuit powering the appliance according to NFPA 70. D. Install piping adjacent to appliances to allow service and maintenance of appliances. E. Connect piping to appliances using manual gas shutoff valves and unions. Install valve within 72-inches (1829-mm) of each gas -fired appliance and equipment. Install union between valve and appliances or equipment. 1 FIELD QUALITY CONTROL A. Test, inspect, and purge natural gas according to NFPA 54 and authorities having jurisdiction. B. Natural-gas piping will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION 231123 FACILITY NATURAL-GAS PIPING 231123 - 8 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. SECTION 237400 - REFRIGERATION EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions Supplementary Conditions and Division 01 this Section. 1.2 SUMMARY Apr-13-2016 of the Contract, including General and Specification Sections, apply to the Work in A. Provide all equipment, materials, labor, supervision and services necessary for or incidental to the installation of a complete and operating refrigeration and air handling system as indicated on the drawings and as specified. B. Contractor Qualifications: 1. The contractor installing this system shall have installed a minimum of five (5) VRF systems of similar size or larger within the past three (3) years. Installation of one-to-one mini -splits is not considered equal to the experience of installing multi -zone VRV systems. 2. A list of projects, year project was installed and commissioned, installed tonnage (indoor units and outdoor unit), and reference contact information shall be provided in the submittal. C. Work included: Variable Refrigerant Flow System D. Submittals: Provide submittals as specified in 15010. IN ADDITION, and specifically related to the VRF portion of work: 1. Equipment and total system capacities shall show the actual Total And Sensible capacities of all equipment after the following design considerations have been taken into account: a. Outdoor Ambient Conditions b. Altitude c. Entering Air Temperature into the FCU d.Refrigerant line diameters and length e. Refrigerant line diameters and length E. Installation and Commissioning 1. Manufacturer software shall be used to produce piping tree and shall be submitted (1) before ordering material, (2) confirmed/revised for actual field dimensions before welding/pressure testing, and (3) submitted after pressure testing to document final pipe sizes and lengths and shall be included as "As-Builts". 2. After the final piping connection is made, confirm that all valves within the refrigerant circuit are open, date/time stamped photos of the pressure gauge(s) at both the beginning and ending of a successful pressure test OR documented observation by a 3`d party along with ambient temperatures for the same period shall be submitted. The subcontractor shall be knowledgeable of the Ideal Gas Law to be able to judge a successful pressure test while ambient conditions vary. A REFRIGERATION EQUIPMENT 237400 -1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 pressure test shall be considered "successful" when it has held the manufacturer's stated PSI for the manufacturer's stated minimum duration. Additionally, the refrigerant circuit shall remain under pressure until the refrigerant circuit is prepared for start-up at which point it shall be measured and documented to match that of the original successful pressure test. The installer is charged with notifying the jobsite of safety requirements concerning working near piping under pressure. 3. BEFORE START-UP, the installer shall purge the refrigerant circuit of nitrogen and pull a vacuum on the entire open circuit down to 500 microns and shall hold for 1 hour. It shall be measured and documented by Factory Authorized Commissioning Agent. 4. WARRANTY: VRF equipment shall come with a 10 year parts warranty. This warranty includes all the components that are factory installed within the VRF condensing units, fan coil units, branch selector boxes and wall mounted controllers. To ensure viability of the warranty it shall be supplied, in writing, by the equipment manufacturer and not the local sale representative. Warranty is parts only and does not include troubleshooting or labor. Other items shall have a 1 year parts warranty. 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Architect with manufacturer's certificate that the equipment meets or exceeds minimum requirements as specified. D. All equipment shall have a minimum EER in accordance with ASHRAE 90.1 unless specified otherwise. E. The units shall be listed by Electrical Laboratories (ETL) and bear the ETL label. F. All wiring shall be in accordance with the National Electric Code (NEC). G. The system will be produced in an ISO 9001 and ISO 14001 facility, which are standards set by the International Standard Organization (ISO). The system shall be factory tested for safety and function. H. All VRF equipment shall be stored protected from weather, extreme temperature, etc. as suggested by the manufacturer. All VRF equipment shall be moved, lifted, etc. as suggested by the manufacturer. PART 2-PRODUCTS 2.1 VARIABLE CAPACITY, REFRIGERATION EQUIPMENT MDE Project No. 16761 VARIABLE REFRIGERANT VOLUMENARIABLE 237400 - 2 Chapman Harvey Architects, Inc. i_.. 2016 Unauthorized duplication prohibited. REFRIGERANT FLOW SERIES Apr-13-2016 A. System Description: The variable capacity, heat recovery air conditioning system shall be a Variable Refrigerant Flow Series (simultaneous heat/cool model) system or equal as approved by Architect. The system shall have all components required by the plans and specifications so that once properly installed will create an operational Heat Pump (HP) or Heat Recovery (HR) as required by plans and specifications to operate in accordance with manufacturers listed performance. If required to meet capacities scheduled the system shall include multiple evaporators using PID control. The system shall consist of the following from the same manufacturer: a. R410A condensing units with inverter driven compressor(s) b. Multiple evaporator Fan Coil Units (FCUs) for use in VRF systems c. Refrigerant piping network "Y" branches as required. d. Refrigerant heat/cool change over boxes, as required e. DDC Control boards with RID loop, wall mounted FCU controllers, centralized touchscreen controller, as required. f. The system may connect up to 150% the nameplate tonnage of FCUs to condensing unit nameplate tonnages without effecting the ability for the system to operate as scheduled. g. For Heat Recovery systems, every indoor unit shall be independently capable of operating in either heating or cooling mode regardless of the mode of other indoor units. The system shall be capable of changing mode of individual indoor units (cooling to heating or heating to cooling) within a maximum time of 5 minutes to ensure indoor temperature can be properly maintained. B. The Daikin outdoor unit shall be interconnected to indoor units in accordance with Daikin's engineering data book detailing each available indoor unit. The indoor units shall be connected to the outdoor utilizing Daikin's specified piping joints and headers. C. Heat Pump systems shall consist of one (1) liquid refrigerant line and one (1) gas refrigerant line. D. Heat Recovery system shall consist of (1) liquid refrigerant line and one (1) gas refrigerant line and (1) medium pressure gas line. System that attempt to use only 2 refrigerant lines in heat recovery mode shall provide heating scheduled in the units at the design conditions listed in ASHRAE for project location even if this requires an increase in quantity or size condensing units. 2.2 CONDENSING (OUTDOOR) UNIT A. General: The outdoor unit is designed specifically for use with VRF series components. 1. The outdoor unit shall be used with VRF components of the same manufacturer consisting of the outdoor unit, high efficiency heat recovery units, indoor units, factory designed and supplied fittings, and controls. 2. System components shall be of the same manufacturer of the VRF equipment. REFRIGERATION EQUIPMENT 237400 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 3. Unit control boards shall perform all functions required to effectively and efficiently operate the VRF system and communicate in a daisy chain configuration from outdoor unit to heat recovery and indoor units via RS485. 4. The outdoor unit shall be completely factory assembled, piped and wired. Dual and triple frame outdoor units will be field piped with factory designed and supplied accessories to manifold them together into a single refrigerant circuit. 5. Shall use R410A refrigerant. 6. Each outdoor unit shall be run tested at the factory. 7. The sum of connected nominal capacity of all indoor air handlers shall range from 50% to 150% of outdoor unit nominal capacity to ensure the VRF system will have sufficient capacity to handle the building space loads at peak design. 8. Outdoor unit shall have a tested sound rating no higher than 58 dB(A) per outdoor unit frame tested per KSA0701. The outdoor unit frame shall include three quiet/nighttime operation settings of 47, 44, and 41 dBA. 9. All refrigerant lines from the outdoor unit to the heat recovery unit and from the heat recovery unit to the indoor units shall be field insulated. 10. The outdoor unit shall have an accumulator. 11. The outdoor unit shall have refrigerant cooled inverter control boards 12. The outdoor unit shall have a high pressure safety switch 13. The outdoor unit shall have over -current protection. 14. The outdoor unit shall use a brazed plate subcooling heat exchanger. 15. The outdoor unit shall have an oil separator for each compressor and controls to ensure sufficient oil supply is maintained for the compressor. 16. Each outdoor unit frame shall have a removable inspection panel no greater than 6 inches tall or 12 inches wide to allow access to service tool connection, DIP switches, auto addressing and error codes. 17. The outdoor unit shall have the ability to operate with an elevation difference of up to 300 feet above or below the indoor units. 18. The outdoor unit shall allow up to a total equivalent refrigerant piping length of 3,000 feet. 19. The maximum length from outdoor unit to indoor unit shall be up to 600 feet without traps. 20. The outdoor unit shall be capable of operating in heating only mode down to -4°F and up to 61 °F ambient wet bulb without additional low ambient controls. 21. The outdoor unit shall be capable of operating in cooling only mode down to 21 °F and up to 110°F ambient dry bulb. 22. The outdoor unit shall be capable of operating in simultaneous heating and cooling mode down to 14°F and up to 86°F ambient dry bulb. 23. The outdoor unit shall have an oil separator for each compressor and controls to ensure sufficient oil supply is maintained for the compressor. 24. Each outdoor unit frame shall have a removable inspection panel no greater than 6 inches tall or 12 inches wide to allow access to service tool connection, DIP switches, auto addressing and error codes. B. Unit Cabinet: REFRIGERATION EQUIPMENT 237400 - 4 MDE Project No. 16761 IJ 4 1_ _> Chapman Harvey Architects, Inc. Apr-13-2016 2116 Unauthorized duplication prohibited. 1. Shall be constructed with galvanized steel, bonderized and be finished with powder coat baked enamel paint. C. Fan: 1. All outdoor unit frames shall be furnished with two direct drive, variable speed propeller type fans. 2. All fan motors shall have inherent protection, have permanently lubricated bearings, and be variable speed with a maximum speed up to 950 rpm. 3. All fans shall be provided with a raised guard to limit contact with moving parts. 4. The outdoor unit shall have vertical discharge airflow. 5. The outdoor unit condenser fans shall be able to process an additional external static pressure .35" we. D. Condenser Coil: 1. The outdoor coil shall be of nonferrous construction with louvered fins on copper tubing. 2. The coil fins shall have a factory applied corrosion resistant material with hydrophilic coating. 3. The coil shall be protected with an integral metal guard. 4. Refrigerant flow from the outdoor unit shall be controlled by means of a digitally controlled inverter driven scroll compressor. E. Compressor: 1. A crankcase heater shall be factory mounted on all compressors. 2. The outdoor unit compressor shall have an inverter to modulate capacity. The frequency of the inverter compressor shall be completely variable from 25 to 105Hz. 3. The compressor shall be equipped with an internal thermal overload. 4. The compressor shall be mounted to avoid the transmission of vibration. F. Electrical: 1. The outdoor unit shall be capable of operation within voltage limits of +/- 10% rated voltage. 2. The outdoor unit shall be controlled by integral microprocessors. 3. The control circuit between the indoor units, heat recovery box and the outdoor unit shall be 24VDC completed using a 2-conductor, stranded, and shielded cable for the RS485 daisy chain communication. G. Units shall be as manufactured by Daikin, Mitsubishi, LG, Samsung, Trane, Carrier or pre - approved equal. 2.3 REFRIGERANT PIPING: A. Refrigerant piping shall comply with all other project specifications. B. Refrigerant piping shall be installed in a neat and orderly fashion taking care to avoid to REFRIGERATION EQUIPMENT 237400 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. unnecessary traps, bends, elbows, kinks, etc. Apr-13-2016 C. Refrigerant piping shall be supported and secured at proper intervals as determined by code and saddled or otherwise installed such that the pipe insulation is protected from compressing by more than 50% of its original dimension. D. The installer is responsible for strictly following the manufacturer's guidelines for piping; including the angle and direction of manufacturer supplied fittings, observing rules pertaining to bends before and after manufacturer supplied fittings, and keeping within line length limitations between all equipment and manufacturer supplied fittings. E. Pipe sizes, lengths, and elbows shall match exactly to the final piping tree produced by the manufacturer's software and provided in approved submittals and shop drawings. F. Piping shall be brazed while maintaining at least 2 psi of flowing nitrogen. G. Flaring shall be performed as stated by the manufacturer and produced with tools recommended by the manufacturer. H. Pipe insulation shall be a thickness as determined by the applicable code, but never less than the manufacturer's stated guideline and shall be installed completely and without air gaps. Insulation shall be installed on ALL refrigerant pipes. Insulation on pipes exposed to weather shall be protected against UV radiation by coating or jacketing. 2.4 HEAT RECOVERY UNITS FOR SIMULTANEOUS HEATING AND COOLING A. General: Heat recovery units shall be designed for use with VRF equipment of the same manufacturer. 1. Install Refrigerant Selector boxes per manufacturer's recommendations. 2. The selector boxes shall be factory assembled, wired, and piped. 3. The sum of connected capacity of all indoor air handlers shall range from 50% to 150% of rated capacity. 4. The branch controllers must be run tested at the factory. 5. The selector boxes must be mounted indoors. 6. When simultaneously heating and cooling, the units in heating mode shall energize their sub cooling solenoid valve. 7. The piping shall be installed in accordance with the manufacture's design guidelines and not exceed lights and capacities indicated in design guidelines. If any boxes are moved during construction the manufacturer shall be contacted to verify system compliance is maintained. B. Unit Cabinet: 1. These units shall have a galvanized steel plate casing. 2. Each cabinet shall house multiple refrigeration control valves and a liquid gas separator. 3. The cabinet shall contain a double spiral tube -in -tube heat exchanger per port of the box. 4. The unit shall have sound absorption thermal insulation material made of flame and heat resistant foamed polyethylene. REFRIGERATION EQUIPMENT MDE Project No. 16761 r t 237400 - 6 4. Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. C. Refrigerant Valves: 1. The unit shall be furnished with a 3-way refrigerant valve to control the direction of refrigerant flow. 2. Electronic expansion valves shall be used to control the variable refrigerant flow. 3. The refrigerant connections must be of the flare type. 4. Full port isolation valves shall be field supplied and installed on the outlet of the Controller to each indoor unit or as suggested by manufacturer for ease of service to the heat recovery unit without evacuating the entire system refrigerant charge. Valve Shall be designed for use with R410A D. Drainage: 1. The unit shall not require drainage. E. Electrical: 1. The unit electrical power shall be 208/230 volts, 1 phase, 60 hertz. 2. The unit shall be capable of operation within +/- 10% of nominal voltage. 3. The minimum circuit amps (MCA) shall be 0.2 and the maximum fuse amps (MFA) shall be 15. 4. The control voltage between the indoor and outdoor unit shall be 16VDC non -shielded 2 conductor cable. 2.5 ROUND FLOW CEILING CASSETTE INDOOR UNIT A. General: Ceiling cassette indoor units shall be equipped with an electronic expansion valve, direct drive DC (ECM) type fan and shall recess into the ceiling, centered in grid, and mount flush and be designed for use with R410a refrigerant. Unit shall be installed with heat pump or simultaneous heating and cooling heat pump VRF systems of the same manufacturer. The indoor unit shall communicate with the outdoor unit via RS485 daisy chain communication. B. Indoor Unit: 1. The indoor unit shall be factory assembled, wired and run tested. 2. The indoor units sound pressure shall range from 30 dB(A) to 45 dB(A) at High speed measured at 5 feet below the unit. 3. The indoor unit shall be factory wired and piped with its own electronic expansion device, control circuit board, fan and motor. 4. The indoor unit shall have a. self -diagnostic function b. auto restart function C. built in occupancy sensor d. surface temperature sensor 5. Indoor unit refrigerant circuit shall be filled with a dry nitrogen gas charge from the factory. C. Unit Cabinet: REFRIGERATION EQUIPMENT 237400 - 7 MDE Project No. 16761 d Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 The ceiling cassette cabinet shall be designed to recess into the ceiling. The cabinet panel shall have provisions for a field installed, pressurized and filtered outside air intake. Branch ducting shall be allowed from cabinet following manufacturer recommendations. D. Return Air Grille: 1. Supply grille shall be fixed to bottom of the cabinet and allow for round flow distribution air flow. 2. Grille vane angles shall be individually adjustable from the wired remote controller to customize the airflow pattern for the conditioned space. 3. The indoor unit vanes shall have 6 fixed positions 4. The indoor unit vanes shall be capable of automatically swinging the vanes up and down for uniform air distribution. Vanes shall also be capable of being stopped at any position during swing operation. 5. The indoor unit shall have a setting in the heating or cooling mode that shall cycle the vanes up and down to evenly heat or cool the space. 6. Four-way ceiling cassette grille shall have integral sensor to read wireless handheld remote controller as standard from the factory. E. Fan: 1. The indoor fan shall be a direct drive ECM type fan. 2. The indoor fan shall be statically and dynamically balanced. 3. In cooling mode, the indoor fan shall have the following settings; Super Low, Low, Med, High, Power Cool, and Auto. 4. In heating mode, the indoor fan shall have the following settings; Super Low, Low, Med, High, and Auto. 5. The fan shall have a selectable Auto fan setting that will adjust the fan speed based on the difference between controller set -point and space temperature. 6. The indoor unit shall have DIP switches that can be set to provide optimum airflow based on ceiling height. F. Filter: 1. Return air shall be filtered with a removable, washable filter. G. Coil: 1. The indoor unit coil shall be nonferrous with louvered fins on copper tubing for maximum efficiency. 2. The tubing shall have inner grooves for high efficiency heat exchange. 3. The coils shall be pressure tested at the factory. 4. A condensate drain pan shall be factory installed below the coil. 5. All refrigerant lines to the indoor units shall be field insulated. H. Condensate Pump: The unit shall include a factory installed condensate pump that will be able to raise drain water a minimum of 20 inches above the ceiling cassette face. REFRIGERATION EQUIPMENT MDE Project No. 16761 237400 - 8 r� �f Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. I. Electrical: Apr-13-2016 1. The unit electrical power shall be 208/230 volts, 1-phase, 60 Hz. 2. The indoor unit shall be capable of operation within voltage limits of+/-10% rated voltage. Control: 1. The unit shall have controls provided by the manufacturer to perform input functions necessary to operate the system. Computerized PID control shall be used to control superheat to deliver a comfortable room temperature condition. The unit shall be equipped with a programmed drying mechanism that dehumidifies while limiting changes in room temperature when used with Daikin remote control 2. Unit shall use controls provided by the manufacturer to perform all functions necessary to operate the system effectively and efficiently and communicate with the outdoor unit over an RS485 daisy chain. 2.6 MEDIUM STATIC CEILING -CONCEALED DUCTED INDOOR UNIT A. General: Medium static ceiling concealed duct indoor unit shall mount fully concealed within the ceiling. Shall be designed for use with R410a refrigerant. Shall be installed with heat pump or simultaneous heating and cooling heat pump VRF systems of the same manufacturer. The indoor unit shall communicate with the outdoor unit via RS485 daisy chain communication. Field installed ductwork shall not exceed the external static pressure limitation of the medium static ducted indoor unit. B. Indoor Unit: 1. The indoor unit shall be factory assembled, wired and run tested. Included in the �- unit is factory wiring, piping, electronic proportional expansion valve, control circuit board, fan motor thermal protector, flare connections, condensate drain pan, condensate drain pump, condensate safety shutoff and alarm, self -diagnostics, auto -restart function, 3-minute fused time delay, and test run switch. The unit shall be equipment with automatically adjusting external static pressure logic that is selectable during commissioning. This adjusts the airflow based on the installed external static pressure. 2. The indoor units shall be equipped with a return air thermistor. 3. The indoor units sound pressure shall range from 29 dB(A) to 43 dB(A) at low speed measured 5 feet below the ducted unit. 4. The indoor unit shall have a. self -diagnostic function b. auto restart function 5. Indoor unit refrigerant circuit shall be filled with a dry nitrogen gas charge from the factory. C. Unit Cabinet: 4 1. The cabinet shall be located into the ceiling and ducted to the supply and return [ openings. 2. The cabinet shall be constructed with sound absorbing foamed polystyrene and r, ? REFRIGERATION EQUIPMENT 237400 - 9 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. D. Fan: 1. 2. 3. 4. 5. 6. 7. 8. E. Filter: 1. F. Coil: 1. 2. 3. 4. 5. 6. polyethylene insulation. Apr-13-2016 The fan shall be direct -drive DC (ECM) type fan, statically and dynamically balanced impeller. The unit shall be equipment with automatically adjusting external static pressure logic selectable during commissioning. The fan motor shall operate on 208/230 volts, 1 phase, 60 hertz with a motor output range of 0.12 to 0.47 HP respectively. The fan motor shall be thermally protected. The fan motor shall be equipped as standard with adjustable external static pressure (ESP) settings. Fan motor external static pressure range for nominal airflow. In cooling mode, the indoor fan shall have the following settings; Low, Med, and High. In heating mode, the indoor fan shall have the following settings; Low, Med, and High. Return air shall be filtered with a factory supplied removable, washable filter. Coils shall be of the direct expansion type constructed from copper tubes expanded into aluminum fins to form a mechanical bond. The coil shall be of a waffle louver fin and high heat exchange, rifled bore tube design to ensure highly efficient performance. The coil shall be a 3 row cross fin copper evaporator coil with 15 fpi design completely factory tested. The refrigerant connections shall be flare connections and the condensate will be 1-1/4" outside diameter PVC. A thermistor will be located on the liquid and gas line. All refrigerant lines between the indoor units and outdoor units shall be field insulated. " G. Condensate Pump 1. The indoor units shall be equipped with a condensate pan and condensate pump. The condensate pump provides up to 18-3/8" of lift from the center of the drain outlet and has a built in safety shutoff and alarm. H. Electrical: 1. The unit electrical power shall be 208/230 volts, 1-phase, 60 Hz. 2. The indoor unit shall be capable of operation within voltage limits of +/-10% rated voltage. I. Control: REFRIGERATION EQUIPMENT 237400 - 10 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 1. The unit shall have controls provided by the manufacturer to perform input functions necessary to operate the system. 2. Computerized PID control shall be used to control superheat to deliver a comfortable room temperature condition. The unit shall be equipped with a programmed drying mechanism that dehumidifies while limiting changes in room temperature when used with Daikin remote control 3. Unit shall use controls provided by the manufacturer to perform all functions necessary to operate the system effectively and efficiently and communicate with the outdoor unit over an RS485 daisy chain. 2.7 WALL -MOUNTED INDOOR UNIT A. General: Wall -mounted indoor units shall protrude from the wall no more than 7 inches. Shall be designed for use with R410a refrigerant. Shall be installed with heat pump or simultaneous heating and cooling heat pump VRF systems of the same manufacturer. The indoor unit shall communicate with the outdoor unit via RS485 daisy chain communication B. Indoor Unit: 1. The indoor unit shall be factory assembled, wired and run tested. 2. The indoor unit shall be factory wired and piped with its own electronic expansion device, control circuit board, fan and motor. 3. The indoor unit shall have a. self -diagnostic function b. auto restart function 4. Indoor unit refrigerant circuit shall be filled with a dry nitrogen gas charge from the factory. C. Unit Cabinet: 1. The unit casing shall have a pearl white finish. 2. Multi directional refrigerant piping up to four (4) directions shall be standard. 3. Multi directional drain piping up to two (2) directions shall be standard. 4. The indoor unit shall attach to a separate back plate that secures the unit to the wall. 5. Indoor unit casing shall have integral sensor to read wireless handheld remote controller as standard from the factory. 6. Provide PVC refrigerant live cover kit, if refrigerant is run on surface of wall and not into back of unit. Paint to match wall. D. Fan: 1. The indoor fan shall be an assembly with one cross flow fan direct driven by a single motor. 2. The indoor fan shall be statically and dynamically balanced. 3. Motor shall have permanently lubricated bearings. 4. In cooling mode, the indoor fan shall have the following settings; Low, Med, High, Power Cool, and Auto. 5. In heating mode, the indoor fan shall have the following settings; Low, Med, High, and Auto. 6. The fan shall have a selectable Auto fan setting that will adjust the fan speed based REFRIGERATION EQUIPMENT 237400 - 11 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 on the difference between controller set -point and space temperature. 7. A manually adjustable guide vane shall be factory installed allowing the ability to control the direction of airflow from side to side for units 15MBh and below. 8. A motorized sweeping guide vane shall be factory installed allowing the ability to control the direction of airflow from side to side for units 18MBh and above. 9. A motorized air sweep louver shall provide an automatic change in airflow by directing the air up and down to provide uniform air distribution. E. Coil: 1. The indoor unit coil shall be nonferrous with louvered fins on copper tubing for maximum efficiency. 2. The tubing shall have inner grooves for high efficiency heat exchange. 3. The coils shall be pressure tested at the factory. 4. A condensate drain pan shall be factory installed below the coil. 5. All refrigerant lines to the indoor units shall be field insulated. F. Electrical: 1. The unit electrical power shall be 208/230 volts, 1-phase, 60 Hz. 2. The indoor unit shall be capable of operation within voltage limits of +/-10% rated voltage. G. Control: 1. The unit shall have controls provided by manufacturer to perform input functions necessary to operate the system. 2. Unit shall use controls provided by the manufacturer to perform all functions necessary to operate the system effectively and efficiently and communicate with the outdoor unit over an RS485 daisy chain. H. Accessories: 1. Condensate pump. 2.8 CONTROLS -- A. General 1. Communication daisy chain wiring to be 18 gauge 2 conductor, stranded copper, non- shielded rated control wire throughout the system B. Central Control — I -Touch Manager Touch Screen Controller. Mount Central Control as indicated on plans. 1. Can address up to 128 indoor units and 16 outdoor units 2. Available Functions 3. On/Off Control 4. Mode Selection 5. Lock Mode 6. Setpoint Control 7. Adjustable temperature range control 8. Fan Speed Control 9. Custom Scheduling REFRIGERATION EQUIPMENT MDE Project No. 16761 237400 - 12 (_ 7 i Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 10. Indoor Unit Operational Status 11. Device setpoint data display status 12. Provide with system battery backup and USB Port for software updates 13. Ability to turn on/off third party devices through the application of a digital expansion kit (accessory) ie. lighting, ventilation units, exhaust fans 14. Emergency Stop 15. 7 inch touchscreen LCD with stylus pen and storage slot 16. Ability to customize names in a zone/group/unit 17. Provide malfunction notification via email 18. Shall have ability to be web -based and can schedule, change setpoints and turn equipment on/off via the web 19. User and Administrator Levels with password protection C. Individual Indoor Unit Controller - Wired Wall Mounted Controller (Thermostat) 1. Each indoor unit will be provided with its own wired wall mounted controller. 2. Provided with 30' of 22 gauge 3 conductor, stranded, shield control wiring with controller (thermostat) 3. Available Functions a. On/Off Control b. Temperature Setting c. Fan Speed d. Air Flow Direction e. Child Lock f. Mode Selection g. Ability to allow up to 2 controllers per indoor unit h. Ability to control a group of 16 indoor units with 1 controller i. Auto addressable j. Provide with Display, Fan Speed Selection switch, and Temp Setting Adjust PART 3 - EXECUTION 3.1 INSTALLATION A. Equipment shall be installed as shown or indicated on the drawings and as recommended by the manufacturer. B. -- Variable Refrigerant Flow (VRF) systems use a high pressufe refrigerant and have unique installation procedures and requirements. It is imperative that the installation of these systems meet factory specifications in order for the systems to meet the expected performance and efficiency 1. Factory training for installing technicians. — Prior to installation, the installing mechanical contractor must provide written proof that all installing technicians have received adequate training by the equipment manufacturer or approved alternate. Approved contractors who are awarded this project may contact the manufacturer to arrange training prior to installation for any unqualified technicians. The mechanical contractor's installation price shall be inclusive of the manufacturer's installation requirements including the cost of training, specialty tools, and cost charged by the manufacturer for technical assistance. 2. Job installation support and certification. — In order to assure properly installed system components and approved installation procedures, the specified manufacturer or approved alternate must provide installation technical support for REFRIGERATION EQUIPMENT 237400 - 13 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 the installing contractor via telephone and the internet, and job site supervision. Upon completion of installation and prior to factory startup, a factory authorized commissioning agent must inspect the installation of each system to verify proper installation. Upon verification of proper installation, the manufacturer is to submit a letter of certification approving the installation of their respective systems. 3. Factory Startup and Warranty Approval — Upon verification and written receipt of proper installation, a factory authorized commissioning agent is to perform a factory approved initial startup of all system components. Such that the requirements to receive the maximum manufacturer's warranty are met and confirmed with the manufacturer. 3.2 PRODUCT SUPPORT A. Maintain a fully staffed service office within 400 miles (1 day drive) of the job site. Fully staffed means a full time secretary, complete service library, at least 2 factory trained service technicians and the factory recommended spare parts inventory. B. Provide a 24 hour/7 day technical support phone number to factory service office. Support shall be for all components including controls, mechanical components, system operation and alarm codes, etc. C. The Manufacturer or local representative shall maintain a complete parts inventory for all systems that will allow for 24 hour receipt of any necessary part. D. Provide owner/operator and service training both on line and at designated training centers. 3.3 OPERATING RANGE A. The operating range for the VRF system in cooling will be 23°F DB — 115°F DB. The operating range in heating will be 0°F DB — 64°F DB / -5°F WB — 60°F WB. 3.4 EQUIPMENT START-UP A. The VRF system must be installed by a factory trained contractor/dealer. B. The VRF manufacturer's rep shall witness and record 15% of the piping pressure tests. This shall include the first system installed. The contractor is responsible for recording all pressure tests and submitting in the O&M manual. C. Equipment start up shall be by factory trained personnel. The startup shall be attended by the controls contractor and Test and Balance contractor 3.5 PIPING SCHEMATIC A. The VRF piping system must be installed by a factory trained contractor/dealer based on the manufacturers sizing recommendations. B. Heat Pumps shall have full port refrigerant valves at each indoor unit and outdoor unit. C. Heat Recovery shall have full port refrigerant valves on each side of the refrigerant box. (l REFRIGERATION EQUIPMENT 237400 - 14 MDE Project No. 16761 i...,., Chapman Harvey Architects, Inc. kmuautkrizd duplication pLwka END OF SECTION 23740 REFRIGERATION EQUIPMENT MI)£Project No. l661 &p Q a- DI6 237 0 -15 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK REFRIGERATION EQUIPMENT MDE Project No. 16761 Apr-13-2016 237400 - 16 COMcheck Software Version 4.0.2.8 Interior Lighting compliance certificate Project Information Energy Code: 2012 IECC ProjW Title: ClUbus Project Type: Alteration Construction Site: Owner/Agent: 801 Texas Ave. Lubbock, TX Allowed Interior Lighting Power A Area Category Deslgner/Contractor. MD Engineering 500 N. Central Expwy Suite 310 Plano, TX 75074 469-467-0200 B C D Floor Area Allowed Allowed Watts (ft2) Watts / ft2 (B X C) 1-Office (Common Space Types:Office - Enclosed) 7301 1.10 8031 Total Allowed Watts = 8031 Proposed Interior Lighting Power A B C D E Fixture ID : Description / tamp / Wattage Per Lamp / Ballast Lamps/ # of Fixture (C X D) Fixture Fixtures Watt. Project Title-. Citibus Report date: 04/13115 Data filename; MA2016116761 City of Lubbock CitibusN(41 Document5116761.COMcheck Vick Page 1 of 6 e J01 COMcheck Software Version 4.0.2.8 L Inspection checklist NJI Energy Code: 2012 IECC rr l.. Requirements: 100.0% were addressed directly in the COMcheck software Tent in the "Comments/assumptions" column is provided by the user In the COMcheck Requirerrients screen. For each requirement, the user certifies that a code requirement will be met and how that is documented, or that an exception is being claimed. Where compliance Is itemized In a separate table, a reference to that table is provided, C103.2 !Plans, specifications, and/or 1-Womplies 'Requirement will be met. EPR411 (calculations provide all information ODoes Not ;with which compliance can be determined for the Interior fighting Io Not Observable and electrical systems and equipment ltoftt Applicable ;and document where exceptions to ':the standard are claimed. information provided should include interior lighting power calculations, wattage of bulbs and ballasts, transformers and control devices. Additional Comments/Assumptions: 9 H 1 I High Impact (Tier 1) Medium Impact (Tier 2) 3 Low Impact (Tier 3) Project Title: Citibus Report date: 04/13/16 Ll Data filename: MA2016116761 City of Lubbock Citibus\(4) Documents\16761 COMcheck.cck Page 2 of 6 SA Oki toti�b-}nIri 1n5pectiOK. j compiles GorpinerftsAssutn�riotis r € Y � d 4 522 1Automatic controls to shut off all ,[]Complies :Exception: Lighting controlled by occupancy sensors. 1 ;building lighting Installed In all ,[]Does Not [EL22]2j ;buildings. .[]Not Observable ,❑Not Applicable 405 21 independent lighting controls installed ([]Complies Requirement will be met 3 per approved lighting plans and all [EL231j' =manual controls readily accessible and []Does Not F Not Observable! s visible to occupants. ,DNot Applicable C405.2.1. J ighting controls Installed to uniformly ,DComplles ; Requirement will be met. 2 `-reduce the lighting load by at least IDDoes Not [EL15]1 150%. ONot Observable ONot Applicable C405�=Daylight zones provided with ;DCompli.es Exception: Requirement does not apply. 3 individual controls that control the ;Oboes Not ; [EL16) ;lights independent of general area ©Nat Observable 'lighting. s ;[]Not Applicable G405.23 ;Sleeping units have at least one :[]Compiles 'Requirement will be met. [L7713 "master switch at the main entry door ;[]Does Not ';that controls wired luminaires and '[]Not Observable; _switched receptacles. ;[]Not Applicable ; C405.2.2. 'Occupancy sensors installed in i[]Cornplies :Requirement will be met. 2 :required spaces. ;[]Does Not [EL18]1 bNot Observable :[]Not Applicable C405.2.2. ;Primary sidelighted areas are `.[]Complies 'Exception: Requirement does not apply. 3 !equipped with required lighting ;[]Does Not [EL20]1 controls. 1 :[]Not Observable []Not Applicable C405.2.2. Enclosed spaces with daylight area ,[]Complies Exception: Requirement does not apply. 3 under skylights and rooftop monitors ,[]Does Not [EL21]1 are equipped with required lighting []Not Observable 'controls. []Not Applicable C405.2.3 ;Separate lighting control devices for []Complies .Requirement will be met. [EL411 :specific uses installed per approved ;[]Does Not ;lighting plans. `[]Not Observable' []Not Applicable C405 3' . Fluorescent luminaires with odd '0Compiles 'Exception, Requirement does not apply. j EL19} numbered lamp configurations that Dboes Not ,are with 10 feet center to center (If mounted) or are within 1 foot ,[]Not Observable: :recess edge to edge (if pendant or surface ,[]Not A iicabie i PP mounted) shallbe tandem wired, s C405.4 Exit signs do not exceed 5 watts per ;[]Complies ; Requirement will be met. [EL611 ;face. 3D.oes Not '[]Not Observable ;[]Not Applicable C405.2.3 :Additional Interior lighting power ;[]Complies Requirement will be met. [ELB]1 allowed for special functions per the ;[]Does Not ,approved lighting plans and is -automatically controlled and :[]Ngt Observable separated from general lighting. ;[]Not Applicable Additional Comments/Assumptions: I 1 I High Impact Cher 1) IMMedium impact (Tier2) 3 Low Impact Mer 3) Project Title: Citibus Report date: 04/13/16 1 Data filename: M:1MM16761 City of Lubbock CitlbusN(4) bocumentSX16761 COMcheck.cck Page 3 of 6 i High Impact (Tier i) 2 Medium Impact (fluZ) 3 Law Impact (rer 3} ) ProjectTltle: Citibus Report date: 04113/16 ) Data filename: M:\2016\16761 City of Lubbock Citibusl(4) Documentsk16761 COMcheck.cck Page 4 of 6 j C4.08.2 5. Furn€shed as -built drawings for ,UComplles Requirement will be met. 1 electric power systems within 30 days ©Does Not [F116]9 =of system acceptance, ONot Observable T311of Applicable C363.3 C4 Furnished O&M instructions for Utomplies -Requirement will be met. Oa 52 ;,;:Systems and equipment to the C1Doe5 Not [W17]s building owner or designated t[]Not Observable representative. C1Not Applicable C405.5.2 interlor installed lamp and fixture 'OComplies :See the Interior tighdrig fixture schedule for values, [FI1BJ1 lighting power is consistent with what ;oDoes Not Is shown on the approved lighting ;plans, demonstrating proposed watts :0Not Observable , :are less than or equal to allowed C]NotApplicable watts. C406.3 :Lighting systems have been tested to DComplies Requirement will be met. EF13311 ensure proper calibration, adjustment, ODoes Not ;programming, and operation. Not Observable E]Not Applicable C406 ,Efficient HVAC performance, efficient C]Complies ;RequlrementwiEi.be met. tF13411 lighting system, or on -site supply of DDoes Not renewable energy consistent with ;what is shown the approved.plans. []Not Observable UNat Applicable ; Additional Comments/Assumptions: 1 High Impact (Tier 1) Medium Impact (Tier 2) 3 ` Low impact (Tier 3) Project Title: Citibus Report date: 04/13/16 Data filename: M:12016116761 City of Lubbock C[tlbus\(4) Documents116761 COMcheck.cck Page 5 of 6 Project Tltle: Citibus Report date: 04/13J16 Data filename: M:\2016\16761 City of Lubbock Citibus\(4) Documents\16761 CCMcheck.cck Page 6 of 6 .J L_ 1 Chapman Harvey Architects, Inc. Apr-13-2016 - 2016 Unauthorized duplication prohibited. SECTION 26 0500 - COMMON WORK RESULTS FOR ELECTRICAL ' 4a0 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. General Requirements for Electrical Work are intended to be complementary to General Requirements of Construction Contract. B. Work Included: Provide complete electrical systems where shown on Drawings, as specified herein, and as needed for complete and proper installation including, but not necessarily limited to following summary of Work. 1. Interior lighting 2. Lighting and Distribution panelboards. 3. Power feeds to mechanical equipment. a.) Power to mechanical, plumbing and fire protection equipment: (1) Provide conduit, wire, disconnect switch, overcurrent and short circuit protection for all equipment, whether shown on the drawings or not, including, motorized dampers, smoke dampers, electric heat trace, power for energy management system, water softening equipment, water treatment systems, air dryers, electric flush valves, electric trap primers, electric solenoids, shower valves, and other miscellaneous equipment. 4. Occupancy Sensors 5. Other items and services required to complete electrical systems. 1.3 QUALITY ASSURANCE AND APPLICABLE STANDARDS A. Use adequate numbers of skilled workers thoroughly trained and experienced in necessary crafts and completely familiar with specified requirements and methods needed for proper perfonnance of Work of this Division. Ensure that there is a minimum of one journeyman electrician, on job site whenever Division 26 Work is being performed. B. Without additional cost, provide labor and materials as required to complete Work of this Division in accordance with requirements of Governmental Agencies having jurisdiction, regardless of whether materials and associated labor are called for elsewhere in these Contract Documents. C. Codes: Electrical and fire alarm work shall conform to requirements and recommendations of the following codes. Refer to the most recent code adopted by the Authority Having Jurisdiction (AHJ). 1. National Electrical Code 2. International Energy Code 3. International Fire Code 4. International Building Code 5. Local amendments to the above codes D. Standards: Specifications and Standards of following organizations are by reference made part of these Specifications. Electrical Work, unless otherwise indicated, shall comply with requirements and recommendations wherever applicable: 1. Association of Edison Illuminating Companies (AEIC) 2. American National Standards Institute (ANSI) COMMON WORK RESULTS FOR ELECTRICAL 260500 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 3. American Society of Mechanical Engineers (ASME) 4. American Society for Testing and Materials (ASTM) 5. Certified Ballast Manufacturers (CBM) 6. Electrical Testing Laboratories (ETL) 7. Institute of Electrical and Electronic Engineers (IEEE) 8. Insulated Power Cable Engineers Association (IPCEA) 9. National Bureau of Standards (NBS) 10. National Electrical Contractors Association (NECA) 11. National Electrical Manufacturer's Association (NEMA) 12. National Fire Protection Association (NFPA) 13. Radio -Television Manufacturer's Association (RTMA) 14. Reflector Luminaire Manufacturers (RLM) 15. Underwriters' Laboratories, Inc. (UL) 16. Texas Department of Criminal Justice (TDCJ) Standards. 17. Minimum Jail Standards of the Texas Commission on Jail Standards. 1.4 REQUIREMENTS OF REGULATORY AGENCIES A. Requirements and recommendations of latest editions of Occupational Safety and Health Act (OSHA), Texas Accessibility Standards (TAS) and Americans with Disabilities Act (ADA), are by reference made part of these Specifications. Work shall comply with requirements and recommendations wherever applicable. 1.5 DEFINITIONS A. Terms furnish, install, and provide are used interchangeably and shall mean to furnish and install, complete and ready for intended use. 1.6 SUBMITTALS A. Comply with pertinent provisions of Division 1. B. Submit electronically transmitted submittals to mdengca@Md-eng.co in order to process and track the submittals properly in accordance with Division 1 and 26 submittal requirements. C. Submittals required of materials and equipment include following: 1. Materials list of items proposed to be provided under Division 26. 2. Manufacturer's specifications and other data needed to prove compliance with specified requirements. Term "Compliance" is understood to mean that Contractor certifies that submitted equipment meets or exceeds Contract Document requirements. Items that do not clearly meet this definition should be identified - and explained as required in following paragraph. 3. Identify difference between specified item and proposed item. Explain with enough detail so that it can easily be determined that item complies with functional intent. List disadvantages or advantages of proposed item versus specified item. Submit technical data sheets and/or pictures and diagrams to support and clarify. Organize in clear and concise format. Substitutions shall be approved in writing by Engineer. Engineer's decision shall be final. 4. Allow minimum of 10 working days for review of each submittal and re -submittal. 5. Items of equipment that are not accepted in writing as approved equal shall be replaced or revised to comply with Contract Documents at Contractor's expense. 6. The manufacturers recommended installation procedures shall become basis for accepting or rejecting actual installation procedures used on Work. 7. Shop drawings shall consist of detailed drawings with dimensions, schedules,. weights, capacities, installation details and pertinent information needed to describe the material or equipment. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 2 ; MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 C. Submittals required of materials and equipment under this Division include following listed items not supplied by Owner. These submittal requirements are intended to be complimentary to requirements that may be listed in individual sections. In event of conflict, more stringent requirement shall apply. 1. Conductors and Cables: a.) Submit product data for each specified product. b.) Submit tabular list of wire and wiring systems that will be increased in capacity or size to comply with Section 26 0519 and/or similar requirements shown on Drawings. List shall include size shown on Drawings, proposed increase to comply with Section 26 0519, and proposed installed length. 2. Raceways and Boxes: a.) Submit product data for surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. b.) Submit Shop Drawings including layout drawings showing components and wiring for nonstandard boxes, enclosures, and cabinets. 3. Wiring Devices: a.) Submit product data for each specified product. b.) Submit operation and maintenance data for wiring devices, for inclusion in "Operating and Maintenance Manual" specified in this Section. c.) Submit dimension plan for locations of all non-standard devices including but not limited to floor boxes, ceiling boxes, cord reels and welding boxes. 4. Grounding: a.) Submit product data for grounding rods, connectors and connection materials, and grounding fittings. 5. Panelboards: a.) Submit product data for each type panelboard, accessory item, and component specified. b.) Submit Shop Drawings prepared by the manufacturers including dimensioned plans, sections, and elevations. Show tabulations of installed devices, major features, and voltage rating. Include enclosure type with details for types other than NEMA Type 1; bus configuration and current ratings; short-circuit current rating of panelboard; and features, characteristics, ratings, and factory settings of individual protective - devices and auxiliary components. - c.) Submit typewritten panelboard schedules to the Engineer for approval prior to installation. d.) Submit maintenance data for panelboard components, for inclusion in Operating and Maintenance Manual specified in this Section. Include instructions for testing circuit breakers. 6. Disconnect Switches: a.) Submit product data for disconnect switches and specified accessories. 7. Interior Lighting: a.) Submit product data describing fixtures, lamps, ballasts, and emergency lighting units. Arrange product data for fixtures in order of fixture designation. Include data on features and accessories. b.) Submit outline drawings indicating dimensions and principal features of fixtures, including color. c.) Submit electrical ratings and photometric data including certified results of laboratory tests for fixtures and lamps. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 d.) Submit battery and charger data for emergency lighting units. e.) Submit Shop Drawings detailing nonstandard fixtures and indicating dimensions, weights, and methods of field assembly, components, features, and accessories. f.) Submit wiring diagrams detailing wiring for control system showing both factory -installed and field -installed wiring for each specific system which differentiates between factory -installed and field -installed wiring. g.) Submit maintenance data for fixtures to include in operation and maintenance manual specified in this Section. h.) Submit lamp data for each fixture. 1.7 SUBSTITUTIONS A. The Contract Documents list manufacturers' names and catalog numbers followed by phrase "or equal" are to establish a standard of quality and utility for the specified items and to provide a dimensional reference to the scaled drawings. B. Submittals for "equal" items shall include the following data, which is not necessarily required for specified items, which list the manufacturer and catalog number: 1. Performance characteristics. 2. Materials. 3. Finish. 4. Certification of conformance with specified codes and standards. 5. Manufacturer's specifications and other data needed to prove compliance with specified requirements. Term "compliance" is understood to mean that the submitted equipment will meet or exceed the Contract Document requirements. Items that do not clearly meet this definition shall be identified and explained as required in following Paragraph. 6. Identify all differences between the specified item and proposed item. Explain all differences with sufficient detail to permit the Engineer to easily determine that the substituted item complies with the functional intent. List disadvantages and advantages of proposed item versus specified item. Submit technical data sheets and/or pictures and diagrams to support and clarify. Organize in clear and concise format. Engineer shall approve substitutions in writing. Engineer's decision shall be final. C. Submittals of "equal" components or systems may be rejected if: 1. Material or equipment would necessitate alteration of mechanical, electrical, architectural, or structural design. 2. Dimensions vary from specified material or equipment so that accessibility or clearances are impaired or Work of other trades is adversely affected. D. Proposed substitutions for materials or equipment must be submitted 10 days prior to final bid date for consideration as approved equals. Otherwise, substitutions will not be permitted. Only the prime bidders shall be permitted make proposals for substitutions. E. No substitution shall be made unless authorized in writing by Engineer. Should substitution be accepted, and should substitute material prove defective or otherwise unsatisfactory for service intended, and within guarantee period, replace this material or equipment with material or equipment specified, to satisfaction of Engineer and at no cost to Owner. 1.8 ORDINANCES, PERMITS, METERS, UTILITIES AND ROYALTIES A. Purchase all necessary permits and licenses necessary for completion of the Work. Pay all lawful fees required and necessary pursuant in obtaining said permits and licenses. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 4._.} MDE Project No. 16761 i k Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 Required certificates of approvals and inspections by local governing and regulating authorities. B. Pay all fees required for connection of utility power, data, cable TV, and telephone services required for the Work. C. Pay royalty payments or fees required for use of patented equipment or systems. Defend lawsuits or claims for infringement of patent rights and hold Owner and/or Engineer harmless from loss as result of said suits or claims. 1.9 COMPATIBILITY OF EQUIPMENT A. Assume full responsibility for satisfactory operation of component parts of electrical systems. Assure compatibility of equipment and performance of integrated systems in accordance with requirements of the Construction Documents. Notify the Engineer before submitting a bid should Specifications or Drawings make acceptance of responsibility impossible, prohibitive, or restrictive. The bid shall be accompanied by a written statement listing any objections or exceptions to the applicable specification section and/or drawing. 1.10 UTILITIES AND TEMPORARY POWER A. Verify location and capacity of all existing utility services before starting Work. The locations and sizes of electrical lines are shown in accordance with data secured from Owner's survey. The data shown is offered as estimating guide without guarantee of accuracy. B. Pay all utility charges for temporary power. Provide temporary lighting and power required. Install in accordance with OSHA requirements and as described in General Requirements Division 1. 1.11 FLASHINGS, SLEEVES, AND INSERTS A. Furnish and install flashings where conduits pass through outside walls. Flashings shall be properly formed to fit around conduit and shall be caulked, with 790 Silicone Building Sealant by Dow Corning Corporation, so as to make watertight seal between conduit and building. B. Unless otherwise specified, install sleeves for each conduit where it may pass through interior walls or floors. Galvanized 22-gage sheet iron sleeves shall be used. Finish flush with each finished wall surface. In pipe chases, the sleeve shall extend 1-1/2 inches above floor slab and shall be watertight. C. Raceways that pass through concrete beams or walls and masonry exterior walls shall be provided with galvanized wrought iron pipe sleeves, unless shown otherwise on drawings. Inside diameter of these sleeves shall be at least 1/2 inch greater than outside diameters of service pipes. After pipes- are installed in these sleeves, fill annular space between pipes and sleeves with 790 Silicone Building Sealant by Dow Corning Corporation. Completed installation shall be watertight. D. Roof penetrations shall be provided with counter flashings arranged to provide weatherproof installation. E. Penetrations through walls, floors and ceilings shall be done in manner to maintain integrity of fire rating of respective wall, floor, or ceiling. F. Reference Division 7 for additional sealant requirements. Where conflicts occur with the specified requirements, the more stringent shall apply. 1.12 CUTTING AND PATCHING A. Perform cutting and patching in strict accordance with provisions of these Specifications and following: 1. Coordinate Work to minimize cutting and patching. 2. Use adequate number of skilled workers who are thoroughly trained and experienced in necessary crafts and who are completely familiar with specified requirements and methods needed for proper performance of Work. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 5 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. Request for Engineer's consent: 1. Prior to cutting which affects structural safety, submit a written request to Engineer for permission to proceed with cutting. 2. When conditions of Work or schedule require a change of materials or methods for cutting and patching, notify Engineer and secure written permission to proceed with the work. C. Perform cutting and demolition using methods that will prevent damage to other portions of Work. D. Perform fitting and adjusting to provide a finished installation complying with specified tolerances and finishes. 1.13 SURFACE CONDITIONS A. Examine areas and conditions under which Work of this Division will be performed. Work required to correct conditions detrimental to timely and proper completion of Work shall be included as part of Work of this Division. Do not proceed until unsatisfactory conditions are corrected. 1.14 CONSTRUCTION REQUIREMENTS A. Drawings show arrangements of Work. Rearrangement of spaces and equipment will be considered when Project conditions make this necessary and/or materials or equipment can be installed to better advantage. Prior to proceeding with Work, coordinate with various trades to prepare and submit five (5) copies of Drawings of proposed arrangement for Engineer's review. Allow minimum of 10 working days for review. B. Installation or rearrangement of equipment and space for Contractor's convenience or to accommodate material or equipment substitutions will be considered. Assume responsibility for rearrangement of equipment and space and have Engineer review change before proceeding with Work. Request for changes shall be accompanied by Shop Drawings of affected equipment and space. Identify proposed monetary credits or other benefits. Allow minimum of 10 working days for review. C. Properly locate and size all required pipe sleeves and slots, holes, or openings in structure. 1.15 PREPARATION AND COORDINATION A. Coordinate the work in strict accordance with the Contract Documents as follows: 1. Where lighting fixtures and other electrical items are shown in conflict with locations of structural members and mechanical or other equipment, provide required supports and wiring to clear encroachment. 2. Install power and control wiring for installation of equipment furnished under Division 21, 22 & 23. Furnish disconnect switches and other equipment as required for proper operation of equipment unless equipment is specified to be factory mounted. B. Information on the Drawings and in these Specifications is as accurate as could be secured, but absolute accuracy is not guaranteed. The drawings are diagrammatic, and the exact locations, distances, levels, and other conditions shall be governed by actual construction. The drawings and specifications shall be for guidance. C. Where receptacle locations are not dimensioned on either the Architectural or Engineering Drawings, the j-box may be located on the nearest stud. When receptacles are dimensioned on the Drawings, Provide a cross brace and mount the receptacle as dimensioned. D. Field -verify measurements. No extra compensation will be allowed because of differences between Work shown on Drawings and actual site measurements. E. Branch circuit wiring and arrangement of home runs have been designed for maximum economy consistent with adequate sizing and other considerations. Increase size of wiring and wiring systems to accommodate more stringent requirements listed in these e, COMMON WORK RESULTS FOR ELECTRICAL 260500 - 6 d__ MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 Specifications or on Drawings. Install wiring with circuits arranged as shown on Drawings. Deviations shall be approved in advance by Engineer. 1.16 PROJECT RECORD DOCUMENTS A. Provide Project record documents associated with Work in accordance with provisions of these Specifications. Refer to Division 1 for additional requirements. B. Throughout progress of the Work, maintain accurate record of all changes in Contract Documents (Drawings and Specifications). Changes shall include Addendums issued during bidding and location of electrical service lines, receptacles, and outside utilities. C. Delegate responsibility for maintenance of record documents to one person on Contractor's staff. D. Accuracy of Records 1. Thoroughly coordinate changes within record documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other documents where required to show change properly. Match symbology and format of base documents. 2. Accuracy of records shall be such that future searches for items shown in Contract Documents may rely reasonably on information obtained from approved Project record documents. E. Maintain a job set of record documents protected from deterioration and from loss and damage until completion of Work. Transfer all recorded data to final Project record documents. F. Making Entries on Drawings 1. Using erasable colored pencil (not ink or indelible pencil), clearly describe change by graphic line and note as required. 2. Date entries. 3. Call attention to entry by "cloud" drawn around area or areas affected. 4. In event of overlapping changes, use different colors for overlapping changes. 5. Make entries within 24 hours after receipt of information that changes have occurred. 6. Maintain base drawing format and use the same symbols. 7. Convert field mark-ups to finished CADD record drawings when required in this Section. G. Conversion of Schematic Layouts 1. In some cases on Drawings, arrangements of conduits, circuits, and similar items, are shown schematically and are not intended to portray precise physical layout. Determine final physical arrangement, subject to Engineer's approval. The design of future modifications of facility may require accurate information as to final physical layout of items that are shown only schematically on Drawings. Show by dimension accurate to within one inch, centerline of each run of sleeves and conduit below grade, in walls, or in concrete slab, etc. Surface mounted device indicates exact location: a.) Clearly identify item by accurate note (e.g., "Rigid Conduit"). b.) Show, by symbol or note, vertical location of item "under slab," "in ceiling plenum," "exposed," etc. c.) Make identification sufficiently descriptive that it may be related reliably to Specifications. H. Final Project Record Documents 1. The purpose of the final Project Record Documents is to provide factual COMMON WORK RESULTS FOR ELECTRICAL 260500 - 7 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation, and examination. 2. Provide CADD electronic files in dwg Format using AutoCAD Release 2002 or later software. Upon written request, completion of a release form, and payment of the Engineer's standard fee of $200 plus applicable sales tax for a set-up charge and $50 per drawing plus applicable sales tax for copies of such files, Engineer will provide AutoCAD Release 2002 electronic files of base Contract Drawings in dwg format on compact discs. Engineer will also provide a list of drawing layers and names that shall be maintained. 3. Provide completed record drawings on CD and one mylar film reproducible of each drawing. 4. Refer to Division 1 for additional requirements. 1.17 OPERATION AND MAINTENANCE DATA A. Submit two copies of preliminary draft of proposed manual or manuals to Engineer for review and comments. Allow minimum of 10 working days for review. B. Submit approved manual to Engineer prior to indoctrination of operation and maintenance personnel. C. Where instruction manuals are required for submittal, they shall be prepared in accordance with the following: Format: Size: 8-1/2-inch by 11-inch Paper: White bond, at least 20 pound weight Text: Neatly written or printed Drawings: 11 inches in height preferable; bind in with text; foldout acceptable; larger drawings acceptable but fold to fit within Manual and provide drawing pocket inside rear cover or bind in with text. Flysheets: Separate each section of Manual with neatly prepared flysheets briefly describing contents of ensuing section; flysheets may be in color. Binding: Use heavy-duty plastic or fiberboard covers with binding mechanism concealed inside manual; 3-ring binders will be acceptable; binding is subject to Engineer's approval. Measurements: Provide measurements in U.S. standard units (e.g., feet, inches, and pounds). Where items may be expected to be measured within 10 years in accordance with metric formulae, provide additional measurements in "International System of Units" (SI). Provide front and back covers for each manual, using durable material approved by Engineer, and clearly identified on or through cover with at least following information: OPERATING AND MAINTENANCE INSTRUCTIONS Name and Address of Work Name of Contractor COMMON WORK RESULTS FOR ELECTRICAL 260500 - 8 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 f - 2016 Unauthorized duplication prohibited. General subject of this manual Space for approval signature of Engineer and approval date[s] D. Contents: Include at least following: 1. Neatly typewritten index near front of Manual, giving immediate information as to location within manual of emergency information regarding installation. 2. Complete instructions regarding operation and maintenance of equipment involved including lubrication, disassembly, and reassembly. 3. Complete nomenclature of parts of equipment. 4. Complete nomenclature and part number of replaceable parts, name and address of nearest vendor and other data pertinent to procurement procedures. 5. Copy of guarantees and warranties issued. 6. Manufacturer's bulletins, cuts, and descriptive data, where pertinent, clearly indicating precise items included in this installation and deleting, or otherwise clearly indicating, manufacturers' data with which this installation is not concerned. 7. Other data as required in pertinent Sections of these Specifications. 1.18 EQUIPMENT FOUNDATIONS A. Provide equipment foundations in accordance with provisions of these Specifications. B. Provide concrete bases for main switchboard, distribution panelboards, floor -mounted transformers and other equipment that is to be pad- or floor -mounted. Bases shall be 4 inches high above finished floors or grades (unless otherwise noted) and shall protrude 2 inches beyond sides of equipment and shall have exposed chamfered edges. Construct bases from ready -mixed hard rock concrete, ASTM C94, reinforced with #3 Rebars, ASTM A615, Grade 40. Rebars shall be located at 18 inches on center each way. C. Field -verify exact location of outdoor pad mounted equipment with Engineer. Supply necessary fill and grade site to provide natural drainage away from equipment. D. Provide structural concrete foundations for generator, pad mounted transformers and lighting pole bases. 1.19 TESTING AND INSPECTION A. Provide personnel and equipment, make required tests, and secure required approvals from Engineer and Governmental Agencies having jurisdiction B. Make written notice to Engineer adequately in advance of each of following stages of construction: 1. When rough in is complete, but not covered. 2. At completion of Work of this Division. 3. In underground condition prior to placing backfill, concrete floor slab, and when associated electrical Work is in place. C. When material or workmanship is found to not comply with specified requirements, remove items from job site and replace them with items complying with specified requirements at no additional cost to Owner. This shall be performed within 3 days after receipt of written notice of noncompliance. D. In Engineer's presence, test parts of electrical system and prove that items provided under this Division function electrically in required manner. 1.20 SITE VISITS BY FACTORY PERSONNEL A. Pay for travel expenses, living expenses, and miscellaneous expenses associated with site visits of factory personnel to perform on site testing, inspections, and reviews. 1.21 WARRANTY A. Warrant equipment and workmanship for period of one year after date of substantial completion and replace or repair faulty equipment or installation at no cost to Owner for service during this period, in accordance with requirements of Division 1. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 9 MDE Project No. 16761 e'J Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. Warranty shall not void specific warranties issued by manufacturers for greater periods of time or void rights guaranteed to Owner by law. C. Warranties shall be in writing in form satisfactory to Owner, and shall be delivered to Owner before final payment is made. 1.22 PROJECT COMPLETION A. Upon completion of Work of this Division, thoroughly clean exposed portions of electrical installation, removing traces of soil, labels, grease, oil, and other foreign material, and using only type cleaner recommended by manufacturer of item being cleaned. B. Thoroughly indoctrinate Owner's operation and maintenance personnel in contents of operations and maintenance manual required to be submitted as part of this Division of these Specifications. 1.23 ATTIC STOCK A. Lamps: Provide 10% of spare lamps for each type of lamp scheduled. B. Ballasts: Provide 10% of spare ballasts for each type of ballast scheduled. C. Fire Alarm Devices: Refer to section 28 3110 for requirements. END OF SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL MDE Project No. 16761 260500 - 10 ..., Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 501 - ELECTRICAL DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provided all equipment, materials, labor supervision, and services necessary for or incidental to the demolition of electrical equipment and materials as indicated on the drawings, and as specified. B. Work included: 1. Removal of panels, switchboards, light fixtures, receptacles, conduit and wire and other electrical equipment and materials where indicated. 2. Arrange for the disposal of lamps and ballasts in accordance with TSCA. 1.3 STANDARDS A. All work shall comply with the Toxic Substances Control Act (TSCA) 1976. 1.4 SUBMITTALS AND SHOP DRAWINGS A. Submit qualifications of the disposal company. 1.5 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. PART 2 - PRODUCTS (NOT USED) PART 3 —EXECUTION 3.1 DISCONNECTION OF THE SOURCES OF POWER A. Prior to the demolition of work by any trade, provide a qualified electrician to disconnect all sources of power serving equipment, light fixtures and outlets within the area of demolition. Verify by testing that power has been disconnected. The electrician shall remain on the site during demolition, to disconnect and test electrical work that becomes accessible during the course of demolition. 3.2 SALVAGE AND DISPOSAL A. Tour the project site with the Owner's representative to identify and mark those items, scheduled for demolition, which the Owner wishes to retain. Deliver those items so marked, to the Owner's storage, within the project site, as directed. B. All remaining demolition items shall become the Contractor's property and shall be removed from the site. Hazardous materials shall be disposed of in accordance with federal ELECTRICAL DEMOLITION 260501 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. regulations. C. Refer to Section 26 5700 for additional instructions concerning the disposal of lamps and ballasts. 3.3 CONDUIT, WIRE AND PANELBOARDS A. Where equipment, wiring devices and/or light fixtures are scheduled for demolition, remove the associated wire and raceway back to the circuit breaker serving the equipment, unless specifically noted otherwise. B. Where panelboards are scheduled for demolition and some of the branch circuits are to remain, re -connect the existing circuits to replacement panelboards as noted on the drawings. C. Where ceilings or walls are scheduled for demolition on the Architectural drawings, disconnect and remove all wiring devices, light fixtures, and other outlets associated with those walls and ceilings. END OF SECTION 260501 ELECTRICAL DEMOLITION 260501 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 0502 - ELECTRICAL WORK IN EXISTING FACILITIES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide labor, materials, equipment, transportation, tools and services, and perform operations required for, and reasonably incidental to the providing or modification of electrical work and systems in existing facilities. 1.3 SHOP DRAWINGS A. Show the joining of new work with existing, illustrating the actual existing conditions in accordance with Division 1. 1.4 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of govermnental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. PART 2 - PRODUCTS 2.1 WIRING METHODS AND MATERIALS A. Where new conduits, wires, cables, outlets, light fixtures wiring devices, fire alarm devices, etc. are installed, they shall be of the type and quality specified, regardless of the types and quality of existing materials that are to remain. B. Where existing light fixtures are shown to be relocated and such relocation can be made without disconnecting and extending the existing wiring, the light fixture and wiring may remain, if permitted by local codes, for the occupancy under construction. C. Where existing light fixtures are shown to be removed, they must not be used elsewhere as they are not suitable for meeting the energy code. PART 3 — EXECUTION 3.1 SITE INSPECTION A. The Contract Documents do not propose to show all existing systems material or equipment. Obtain information related to existing facilities from existing documents, measurements, notations, photographs, surveys and other observations at the site. B. Visit the project site and verify the existing materials, conditions, wiring methods, penetrations through fire rated walls, supporting devices and panelboards. Inspect ceiling spaces, panelboard interiors, connections to light fixtures, etc. Note any existing conditions which require work to bring the project into code compliance for the occupancy under construction. C. Modify, repair and replace materials relating to any existing conditions whether shown on the ELECTRICAL WORK IN EXISTING FACILITIES 260502 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 drawings, noted during the site visit or discovered during the course of construction, which require work to bring the project into code compliance for the occupancy under construction. D. Where existing light fixtures are shown to remain, - clean, re -lamp, repair damaged parts and replace ballast if defective so as to bring the fixture to good operating condition. E. Where new inaccessible ceilings are shown to be installed, survey the existing conditions and relocate any j-boxes, pull boxes and any other items of electrical equipment requiring access. Where such relocations are difficult, coordinate with the architect to provide an access panel. 3.2 SCHEDULE OF WORK A. Since the building will continue in use throughout the construction period, carry out the work under this Division in such a manner as to minimize disturbance to the occupants. B. The schedule contemplates working in designated areas in the existing building while other adjacent areas are still being occupied. Carry outwork in this Division in such a manner as to minimize disturbance to those occupied areas. C. Should the work in the designated areas affect any services to the areas to remain in use, new permanent or temporary services or a combination of both shall be installed as required to enable those occupied areas to function properly. D. Perform no work in the existing building which would interfere with its use during normal hours of occupancy, unless special permission is granted by the Owner. Included shall be operations which would cause objectionable noise or service interruptions. E. Any work involving a service suspension shall be scheduled in advance with the Owner. F. Should it be necessary to perform certain operations on an "overtime" basis in order not to interrupt the normal usage of the building, include the costs of such overtime without change in the Contract amount. 3.3 TEMPORARY WORKING ACCESS A. Remove existing wire, conduit, equipment, fixtures, and other items as required to provide access for work in existing facilities. B. Reinstall and refinish items removed, or otherwise damaged, to match existing adjacent conditions upon completion of the work. 3.4 DISRUPTION OF EXISTING FUNCTIONS A. Access: Access to and use of the existing facilities and site will be restricted, and shall be under the direction and control of the Owner. B. Outages: Schedule power outages to avoid interference with the Owner's or other tenant's activities. Obtain approval prior to the requested outage as specified in Division 1. Provide a schedule showing sequence and duration of all activities during the requested outage. C. Disruptions: Maintain existing electrical, communications, alarm, and other existing systems, and maintain existing functions in service except for scheduled disruptions as specified in Division 1. Where existing functions to remain in use are disrupted, they shall be fully restored after disruption, in full compliance with this Division of the Specifications. D. Duration: Complete as large a portion ofthe work as possible before initiating disruption and perform only that work necessary so as to minimize duration of disruption. Maintain adequate personnel, supplies, materials, equipment, tools, and other resources at job site to avoid unnecessary delay in resumption of normal service. E. Schedule: Provide a complete schedule to the Owner for review and approval indicating the type and duration of any required disruption involved in the execution of the work. 3.5 SALVAGE, DEMOLITION AND RELOCATION A. General 1. Modify, remove, or relocate materials, equipment and devices as indicated or required by the installation of new facilities. 2. Working jointly with the Owner's Representative, establish and mark salvage and demolition items before commencing work; report items scheduled for relocation, ELECTRICAL WORK IN EXISTING FACILITIES MDE Project No. 16761 26050 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. reinstallation or reuse, which are found to be in damaged condition; await further instructions from the Owner before commencing with work. 3. Demolition material shall be removed from the site and disposed of by the Contractor. Salvaged equipment and devices shall be the property of the Owner unless noted otherwise. Store or dispose of as directed by Owner. B. Relocations 1. Make minor relocations necessitated by the conditions at the site or as directed by the Owner's Representative, without additional cost to the Owner. 2. Repair and restore to good functional condition, equipment, materials and items scheduled for relocation, which are damaged during dismantling or reassembly operations. 3. New materials and items of similar design and quality may be substituted for materials and items indicated to be relocated upon approval of Shop Drawings, product data, and samples. 4. Remove carefully, in reverse order to original assembly or placement, items which are to be relocated. 5. Protect items until relocation is complete. 6. Clean and repair items to be relocated, and provide new materials, fittings, and appurtenances required to complete the relocations and to restore to good operating order. 7. Perform the relocation work in full compliance with this Division of the Specifications, utilizing skilled workers. C. Relocating Devices: Remove and reinstall in locations designated by the Owner's Representative wiring devices, fixtures, equipment, other devices and associated wire and conduit required for the operation of the various systems that are installed in existing -to -be - removed construction. END OF SECTION 260502 ELECTRICAL WORK IN EXISTING FACILITIES 260502 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK ELECTRICAL WORK IN EXISTING FACILITIES MDE Project No. 16761 Apr-13-2016 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 4 Apr-13-2016 SECTION 26 0519 - LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of conductors as indicated on the Drawings and as specified. B. Work included: 1. Wiring connections and terminations, 600 Volt rating and below. 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance to the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the manufacturer's certifications that confirm that materials meet or exceed minimum requirements as specified. PART 2 - PRODUCTS 2.1 CONDUCTORS A. Provide conductors made of soft -drawn, annealed copper with conductivity not less than that of 98% pure copper. B. Building Wire: 1. Thermoplastic -insulated building wire: NEMA WC 5. 2. Feeders and branch circuits: Copper, stranded conductor, 600-volt insulation, THHN/THWN-2. 3. --Control circuits: Copper, stranded conductor 600-volt insulation, THHN/THWN-2. 4. Where more than one conductor of the same phase or more than one neutral conductor occurs at the same outlet or junction box, these conductors shall be identifiable from each other by use of stripes or distinguishing markings. 5. Use the following color code system: 240/120 Volt Systems 208Y/120 Volt Systems 480Y/277 Volt Systems Phase A Black Black Brown Phase B Orange Red Orange Phase C Blue Blue Yellow Neutral White White Gray LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. 2.2 Apr-13-2016 Ground Green Green Green Switch Purple Purple Purple 6. Type MC and AC cable shall not be used. C. Remote Control and Signal Cable: 1. Control cable for Class 2 or Class 3 remote control and signal circuits: Copper conductor, 300-volt insulation, rated 60-degree C, individual conductors twisted together, shielded, and covered with a PVC jacket; UL listed. 2. Plenum cable for Class 2 or Class 3 remote control and signal circuits: Copper conductor, 300-volt insulation, rated 60-degree C, individual conductors twisted together, shielded, and covered with a nonmetallic jacket; UL listed for use in air handling ducts, hollow spaces used as ducts, and plenums. ACCEPTABLE MANUFACTURERS A. Provide products by the following manufacturers: 1. Rome 2. Cable 3. Pirelli 4. Belden 5. Or approved equal PART 3 - EXECUTION 3.1 GENERAL WIRING METHODS (LESS THAN 600 VOLTS) A. Install conductor sizes as indicated. Provide No. 10 AWG conductor for the entire circuit length for single-phase, 20-ampere circuits for which the distance from panelboard to the last outlet is more than 100 feet for 120-volt circuits or 200 feet for 277-volt circuits. The minimum wire size shall be 12 AWG for power and lighting circuits, and no smaller than 18 AWG for control wiring. Remote control wiring shall not be less than 14 AWG for installed lengths of 50 feet or less. Remote control conductors shall be increased one size (per NEC Table 310) for each additional 50 feet of length. Increase the raceway system to accommodate the increased wire size. B. Provide an equal number of conductors of equal size for each phase of a circuit in same raceway or cable. C. Splice only injunction boxes, outlet boxes, pullboxes, or manholes. D. Neatly train and lace wiring inside boxes, equipment, and panelboards. E. Make conductor lengths for parallel circuits equal. F. Phasing shall be consistent throughout each installation from the service connection to every device connection and outlet. Where interface is made to an existing system, the existing phasing configuration shall be maintained. 3.2 WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use UL listed wire -pulling lubricant for pulling 4 AWG and larger wires. B. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before installing conductors. 3.3 CABLE INSTALLATION A. Provide protection for exposed cables where subject to damage. B. Support cables above accessible ceilings. Do not rest on ceiling tiles, light fixtures or air LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 devices. Use spring metal clips or metal cable ties to support cables from structure. Include bridle rings or drive rings. C. Use suitable cable fittings and connectors. 3.4 WIRING CONNECTIONS AND TERMINATIONS A. Splice only in accessible boxes or manholes. B. Use solderless pressure connectors with insulating covers for copper wire splices and taps 8 AWG and smaller. C. Use split bolt connectors for copper wire splices and taps 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. D. Thoroughly clean wires before installing lugs and connectors. E. Make splices, taps and terminations to carry full capacity of conductors without perceptible temperature rise. F. Terminate spare conductors with electrical tape. G. Field Testing. Insulation resistance of all feeder conductors served by a protective device rated 200A or higher shall be tested. Each conductor shall have its insulation resistance tested after the installation is completed and all splices, taps and connections are made except connection to or into its source and point (or points) of termination. Insulation resistance of conductors which are to operate at 600 volts or less shall be tested by using a Biddle Megger of not less than 1000 volts d-c. Insulation resistance of conductors rated at 600 volts shall be free of shorts and grounds and have a minimum resistance phase -to -phase and phase -to -ground of at least 10 megohms. Conductors that do not exceed insulation resistance values listed above shall be removed at Contractor's expense and replaced and test repeated. The Contractor shall furnish all instruments and personnel required for tests, shall tabulate readings observed, and shall forward copies of the test readings to the Owner in accordance with Section 26 0593. These test reports shall identify each conductor tested, date and time of test and weather conditions. Each test shall be signed by the party making the test. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under applicable provisions of Division 26. B. Inspect wire and cable for physical damage and proper connection. C. Torque test conductor connections and terminations to manufacturers recommended values. D. Perform continuity tests on all power and equipment branch circuit conductors. Verify proper phasing of all connections. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 3 MDE Project No. 16761 i Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 3.6 WIRE AND CABLE INSTALLATION SCHEDULE A. All locations: Building wire in raceways. 3.7 600-VOLT INSULATED CONDUCTORS A. Size: Install conductor sizes as indicated. Provide No. 10 AWG conductor for the entire circuit length for single-phase, 20-ampere circuits for which the distance from panelboard to the last outlet is more than 100 feet for 120-volt circuits or 200 feet for 277-volt circuits. B. Home Runs: Except where specifically indicated, provide branch circuit home runs with not more than two different line conductors and a common neutral in a single raceway for 3-wire, single-phase systems, nor more than three different line conductors and a common neutral in a single raceway for 4-wire, 3-phase systems. Use home run circuit numbers as indicated for panelboard connections. C. Where more than one conductor of the same phase or more than one neutral conductor occurs at the same outlet or junction box, these conductors shall be identifiable from each other by use of stripes or distinguishing markings. END OF SECTION 260519 f } LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 4 NIDE Project No. 16761 J Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 0526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of electrical systems grounding as shown or indicated on the Drawings and/or as specified. B. Work Included: 1. Power systems grounding. 2. Electrical equipment and raceway grounding and bonding. 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Engineer with the manufacturer's certificate that materials meet or exceed minimum requirements as specified. PART 2 - PRODUCTS 2.1 MATERIALS A. Provide electrical grounding system indicated with assembly of materials, including but not limited to: - 1. Wires and cables. 2. Connectors. 3. Terminals. 4. Ground rods. 5. Bonding jumper braid. 6. Surge arrestors. B. Where materials or components are not indicated, provide products complying with NEC, UL, IEEE, and established industry standards for applications indicated. PART 3 - EXECUTION 3.1 INSTALLATION A. Install electrical grounding systems in accordance with applicable portions of NEC, with NECA's "Standard of Installation," and in accordance with recognized industry practices to ensure that products comply with requirements and serve intended functions. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 [ I B. Provide a separate, insulated equipment grounding conductor in feeder circuits. Terminate each end on a grounding lug, bus, or bushing. C. Connect grounding electrode conductors to metal water pipe using a suitable ground clamp. Make connections to flanged piping at street side of flange. Provide bonding jumper around water meter. 3.2 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. B. Electrical Tests: 1. Perform fall -of -potential test or alternative in accordance with IEEE Standard 81-1991 on the main grounding electrode or systems. 2. Perform point-to-point tests to determine the resistance between the main grounding system and all major electrical equipment frames, system neutral, and/or derived neutral points. C. Test Values: 1. The resistance between the main grounding electrode and ground should be no greater than one ohm. Install additional grounding electrodes, as required, to achieve the specified resistance value. 2. Investigate point-to-point resistance values which exceed 0.5 ohm. Correct deficiencies at no additional cost. Retest to prove compliance D. Provide written certification to the Engineer that the grounding system has been tested and complies with the specified requirements. E. Provide test report. END OF SECTION 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 j 2016 Unauthorized duplication prohibited. SECTION 26 0529 - SUPPORTING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of support systems as shown or indicated on the Drawings and/or as specified. B. Work Included: 1. Conduit and equipment supports 2. Fastening hardware 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work in this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Architect with manufacturer's certificates that confirm materials meet or exceed minimum requirements as specified. PART 2 - PRODUCTS 2.1 HANGERS AND CLAMPS A. Provide supporting devices of types, sizes, and materials indicated, and having the following construction features: - 1. Clevis Hangers: For supporting 2" rigid metal conduit; galvanized steel; with 1/2" diameter hole for round steel rod, approximately 54 pounds per units. 2. Riser Clamps: For supporting 5" rigid metal conduit; black steel; with 2 bolts and nuts, and 4" ears, approximately 510 pounds per 100 units. 3. Reducing Couplings: Steel rod reducing coupling, 1/2" x 5/8", black steel, approximately 16 pounds per 100 units. 4. C-Clamps: Black steel, 1-1/4" x 3/16" stock; 3/8" cross bolt; flange width 2", approximately 52 pounds per 100 units. 5. I -Beam Clamps: Black steel, 1-1/4" x 3/16" stock; 3/8" cross bolt; flange width 2"; approximately 52 pounds per 100 units. 6. One -Hole Conduit Straps: For supporting 3/4" rigid metal conduit; galvanized steel; approximately 7 pounds per 100 units. 7. Two -Hole Conduit Straps: For supporting 3/4" rigid metal conduit, galvanized steel; 3/4" strap width; and 2-1/8" between center of screw holes. 8. Hexagon Nuts: For 1/2" rod size; galvanized steel; approximately 4 pounds per HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 1 MDE Project No. 16761 1 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. 100 units. 9. Round Steel Rod: Black steel; 1/2" diameter; approximately 67 pounds per 100 feet. 10. Offset Conduit Clamps: For supporting 2" rigid metal conduit; black steel; approximately 200 pounds per 100 units. B. Anchors: Provide anchors of types, sizes, and materials indicated, and having the following construction features: 1. Lead Expansion Anchors: 1/2", approximately 38 pounds per 100 units. 2. Toggle Bolts: Springhead; 3/16" x 4"; approximately 5 pounds per 100 units. C. Sleeves and Seals: Provide sleeves and seals, of types, sizes and materials indicated; and havingthethe following construction features: 1. Wall and Floor Seals: Provide factory -assembled watertight wall and floor seals, of types and sizes indicated; suitable for sealing around conduit, pipe, or tubing passing through concrete floors and walls. Construct with steel sleeves, malleable iron body, neoprene sealing grommets and rings, metal pressure rings, pressure clamps, and cap screws. D. Conduit Cable Supports: Provide cable supports with insulating wedging plug for non -armored type electrical cables in risers; construct for 2" rigid metal conduit; 3-wires, type wire as indicated; construct body of malleable iron casting with hot dip galvanized finish. E. U-Channel Strut Systems: Provide U-channel strut system for supporting electrical equipment, 16-gage hot dip galvanized steel, of types and sizes indicated; construct with 9/16" diameter holes, 8" O.C. on top surface, with standard green finish, and with the following fittings which mate and match with U-channel: Fixture hangers Channel hangers End caps Beam clamps Thin wall conduit clamps Wiring stud Rigid conduit clamps Conduit hangers U-bolts 2.2 FABRICATED SUPPORTING DEVICES A. Provide pipe sleeves of one of the following: 1. Sheet Metal: Fabricate from galvanized sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate from the following gages: 3" and smaller, 20 gauge; 4" to 6", 16 gauge; over 6", 14 gauge. 2. Steel Pipe: Fabricate from Schedule 40 galvanized steel pipe; remove burrs. t- 3. Iron Pipe: Fabricate from cast iron or ductile iron pipe; remove burrs. 4. Plastic Pipe: Fabricate from Schedule 80 PVC plastic pipe; remove burrs. B. Sleeve Seals: Provide sleeve seals for sleeves located in foundation walls below grade, or t... in exterior walls, of one of the following: 1. Dow # 790 Silicone Building Sealant by Dow Corning Corporation. i.. PART 3 - EXECUTION 3.1 INSTALLATION OF SUPPORTING DEVICES A. Fasten hanger rods, conduit clamps, and outlet and junction boxes to building structure using expansion anchors, preset inserts, or beam clamps. B. Install hangers, supports, clamps, and attachments to support piping properly from building structure. Arrange for grouping of parallel runs of horizontal conduits to be HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS MDE Project No. 16761 { 3 260529 - 2 i Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 supported together on trapeze type hangers where possible. Install supports with maximum spacing indicated. C. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or present inserts in solid masonry walls; self -drilling anchors or expansion anchor on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction. D. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit. E. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock washers under all nuts. F. Install freestanding electrical equipment on concrete pads. G. Install surface -mounted cabinets and panelboards with minimum of four anchors. H. Bridge studs top and bottom with channels to support surface and flush -mounted cabinets and panelboards in stud walls. I. Tighten sleeve seal nuts until sealing grommets have expanded to form watertight seal. END OF SECTION 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS MDE Project No. 16761 Apr-13-2016 260529 - 4 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 0533.13 - CONDUIT FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of a complete and operating electrical raceway system, as indicated on the Drawings and as specified. B. Work included: 1. Rigid metal conduit and fittings 2. Electrical metallic tubing and fittings 3. Flexible metal conduit and fittings 4. Non-metallic conduit and fittings 5. Surface -mounted raceway 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance to the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Architect with manufacturer's certificates that confirm that materials meet or exceed minimum requirements as specified. PART 2 - PRODUCTS 2.1 CONDUITS AND FITTINGS A. Provide metal conduits, tubing, fittings, and couplings of types, grades, sizes, and weights (wall thickness) for each service indicated. Where types and grades are not indicated, provide proper selection determined by installer to fulfill wiring requirements and comply with applicable portions of NEC for raceways. B. Rigid Metal Conduit and Fittings 1. Rigid steel conduit: ANSI C80.1 2. Fittings and conduit bodies: ANSUNEMA FB 1; threaded type, material to match conduit. C. Electrical Metallic Tubing (EMT) and Fittings 1. EMT: ANSI C80.3 galvanized tubing 2. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel compression type D. Flexible Metal Conduit and Fittings 1. Conduit: FS WW-C-566; steel 2. Fittings and Conduit Bodies: ANSUNEMA FB 1 CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 1 MDE Project No. 16761 r Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. E. Liquid tight Flexible Conduit and Fittings 1. Conduit: Flexible metal conduit with PVC jacket 2. Fittings and Conduit Bodies: ANSI/NEMA FB 1 F. Plastic Conduit and Fittings 1. Conduit: NEMA TC 2; Schedule 40 PVC 2. Fittings and Conduit Bodies: NEMA TC 3 2.2 CONDUIT SUPPORTS A. Conduit Clamps, Straps, and Supports: Steel or malleable iron. PART 3 - EXECUTION 3.1 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT Apr-13-2016 l_ A. Size of conduit shall be as indicated on the drawings or sized for conductor type installed, whichever is larger. Size all conduits in accordance with the NEC. Minimum conduit size shall be 3/4 inch. B. Arrange conduit to maintain headroom and present a neat appearance. C. Route exposed conduit and conduit above accessible ceilings parallel and perpendicular to walls and adjacent piping. D. Maintain minimum 6-inch clearance between conduit and piping. Maintain 12-inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. E. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay -in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers. F. Group conduit in parallel runs where practical and use conduit rack constructed of steel channel with conduit straps or clamps. G. Do not fasten conduit with wire or perforated pipe straps. Remove all wire used for temporary conduit support during construction, before conductors are pulled. 3.2 CONDUIT INSTALLATION A. Cut conduit square using a saw or pipe cutter; de -burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs for fastening conduit to cast boxes and for fastening conduit to sheet metal boxes in damp or wet locations. D. Install no more than the equivalent of three 90-degree bends between boxes. E. Use conduit bodies to make sharp changes in direction, as around beams. F. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than 2-inches in size. G. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. H. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. I. Provide a pull tape for spare empty conduits. The tape shall be fiberglass reinforced polyester tape with distance marking in feet continuous along its length. Furnish T&B or Greenlee products. J. Install expansion joints where conduit crosses building expansion joints. K. Where conduit penetrates fire -rated walls and floors, provide mechanical firestop fittings with UL listed fire rating equal to wall or floor rating. Seal opening around conduit with UL listed foamed silicone elastomer compound. L. Route conduit through roof openings for piping and ductwork where possible; otherwise r; CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. route through roof jack with pitch pocket. M. Maximum size conduit in slabs above grade: 3/4 inch. N. Use PVC -coated rigid steel factory elbows for bends in plastic conduit runs longer than 100 feet or in plastic conduit runs, which have more than two bends regardless of length. O. Make joints in accordance with manufacturers' written instructions. P. Provide plastic warning tape for underground conduit or duct bank installations. Install warning tape directly above conduit one foot below finished grade or as shown on drawings. Q. Sand for intermediate fill around underground conduits shall be washed sand, suitable for concrete or masonry. Reference Section 26 0500 for additional backfill and excavation requirements. 3.3 CONDUIT INSTALLATION SCHEDULE A. Underground installations more than two feet from foundation wall: Rigid steel conduit or Schedule 40 plastic conduit. B. Installations in or under concrete slab, or underground within 2 feet of foundation wall: Rigid steel conduit. C. In slab above grade: Rigid steel conduit. D. Exposed outdoor locations: Rigid steel conduit. E. Wet interior locations: Rigid Steel Conduit. F. Concealed dry interior locations: Electrical metallic tubing. G. Exposed dry interior locations: Electrical metallic tubing. 3.4 CONDUIT IN DETNTION AREAS A. Conduits shall be concealed in CMU walls. B. Conduits shall be concealed in concrete walls and ceilings. C. conduits may be exposed in electric rooms, mechanical rooms and plumbing chases. END OF SECTION 260533.13 CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK CONDUIT FOR ELECTRICAL SYSTEMS MDE Project No. 16761 Apr-13-2016 260533.13 - 4 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 0533.16 - BOXES FOR ELECTRICAL SYSTEMS PART I - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of outlets, pull and junction boxes as indicated on the Drawings and specified. B. Work included: 1. Wall and Ceiling Outlet Boxes 2. Pull and Junction Boxes\ 3. Combination power/data flush floor boxes and modular power wiring systems for raised floor systems. 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the Engineer with manufacturer's certificates that confirm that materials meet or exceed minimum requirements as specified. 1.4 SUBMITTALS A. Comply with the requirements specified in Division 1. PART 2 - PRODUCTS 2.1 BOXES A. Provide standard, stamped galvanized steel boxes except as hereinafter noted, by Steel City or approved equal. B. Outlet Boxes 1. Sheet Metal Outlet Boxes: ANSLNEMA OS 1; galvanized steel, with 1/2 inch male fixture studs where required. 2. Cast Boxes: Aluminum or cast ferroalloy, deep type, gasket and cover, threaded hubs. C. Pull and Junction Boxes 1. Sheet metal boxes: ANSI/NEMA OS 1, galvanized steel. 2. Cast metal boxes for outdoor and wet location installation shall be NEMA 250;, Type 4 and Type 6, flat -flanged, surface -mounted junction boxes, UL listed as rain tight. Galvanized cast iron or cast aluminum box and cover with ground e.. BOXES FOR ELECTRICAL SYSTEMS 260533.16 - 1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 flange, neoprene gasket, and stainless steel cover screws. Cast Metal Boxes for Underground Installations: NEMA 250 Type 4, outside flanged, recessed cover box for flush mounting, UL listed as raintight. Galvanized cast iron or cast aluminum box and plain cover with neoprene gasket and stainless steel cover screws. PART 3 - EXECUTION 3.1 COORDINATION OF BOX LOCATIONS A. Provide electrical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and code compliance. B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. C. Locate and install boxes to allow access. D. Locate and install to maintain headroom and to present a neat appearance. 3.2 OUTLET BOX INSTALLATION A. Do not install boxes back-to-back in walls. Provide a minimum 6-inch separation between boxes. Provide a minimum 24-inch separation between boxes in acoustic -rated walls. B. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. C. Provide knockout closures for unused openings. D. Support boxes securely and independently of conduit. E. Use multiple gang boxes where more than one device is mounted together. Do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. F. Install boxes in walls without damaging wall insulation. G. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes. H. Position outlets to locate luminaires as shown on reflected ceiling plans. I. In inaccessible ceiling areas, position outlets and junction boxes within 6 inches of recessed luminaire, to be accessible through luminaire ceiling opening. J. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition studs, accurately positioning to allow for surface finish thickness. Use stamped steel stud bridges for flush outlets in hollow stud wall, and adjustable steel channel fasteners f6r flush ceiling outlet boxes. K. Align wall -mounted outlet boxes for switches, thermostats, and similar devices. L. Provide cast outlet boxes in exterior locations and wet locations. 3.3 PULL AND JUNCTION BOX INSTALLATION A. Locate pull boxes and junction boxes above accessible ceilings or in unfinished areas. B. Support pull and junction boxes independent of conduit. C. Set underground pull and junction boxes level and flush with finished grade. END OF SECTION 260533.16 BOXES FOR ELECTRICAL SYSTEMS MDE Project No. 16761 260533.16 - 2 3 I J t Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 2.12 CONCEALED EQUIPMENT IDENTIFICATION A. Brady ceiling tacks, 7/8" diameter with 7/16" long point. 1. Electrical equipment. #23255 (orange). 2. Fire alarm equipment. #23252 (red). 2.13 UNDERGROUND DUCT RUNS A. Brady "Identoline" 6" wide over coated polyethylene film 3.5 mils thick, underground warning tapes. 1. Electric line. #91296 (red). 2. Telephone line. #91297 (orange). 3. Customized. Orange a.) Fire alarm line. b.) Communications line. c.) Data line. d.) Data/communications line e.) Security line. f.) CCTV line. 2.14 DUCT RUN MARKERS A. General. 1. Construction. Class A concrete. 2. Size. 6 inches square or round, 24 inches long. 45" chamfer on top edges. 3. Markings. Impressed or cast Letter "D" and two arrows. Locate one arrow below letter, pointing to duct run. Locate second arrow at right of letters, pointing parallel to duct run. 4. Marking sizes. V-shaped 1 /4" wide at surface and 1 /4" deep. 3" long for letter and arrow to right, 2" long for arrow below letter. B. Change of Direction Markers. Angle arrow to right of letter to correspond to angular change of duct run direction. 2.15 DISTRIBUTION TRANSFORMER WARNING SIGN A. Construction. Indoor/outdoor type, plastic or fiber glass, non -corrosive, impervious to weather. B. Legend. "Danger" upper legend, white block letters on red panel on black panel. "High Voltage" lower legend, black condensed block letters on white. C. Manufacturer. Brady, #71565. D. Size. 7 inches high x 10 inches wide. 2.16 GENERATOR WARNING SIGNS A. Construction. Indoor/outdoor type. Plastic or fiber glass, non -corrosive, impervious to weather. B. Legend. "Danger" upper legend white block letters on red panel on black panel. "Warning" middle legend, red block letters on white panel, underlined in red. "This machine is automatically controlled" lower middle legend, black condensed block letters on white panel. "It may start at any time" bottom legend, red block letters on white panel. C. Manufacturer. Brady, #47161. D. Size. 7 inches high x 10 inches wide. PART 3 —EXECUTION 3.1 GENERAL A. Install nameplates, signs and labels, and engraved wall plates parallel to equipment lines. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 3 MDE Project No. 16761 i Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. Embossed tape will not be permitted for any application. 3.2 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Secure nameplates to equipment fronts using stainless steel screws. Secure nameplate to inside face of recessed panelboard doors in finished locations. i D. Outdoor equipment labels shall be installed by the manufacturer as specified. M' 3.3 WIRE IDENTIFICATION A. Provide wire markers on each conductor in panelboard gutters, pull boxes, and junction boxes, and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on equipment manufacturer's shop drawings for control wiring. 3.4 NAMEPLATE ENGRAVING SCHEDULE A. Provide nameplates to identify all electrical distribution and control equipment, and loads served. Letter Height: 1/4 inch for individual switches and loads served, 1/4 inch for distribution and control equipment identification. 3.5 EQUIPMENT NAMEPLATES A. General: Identify panelboards, dry -type transformers and control panels with nameplates showing descriptions or designations on Drawings. " B. Identify disconnect and transfer switches with nameplates describing loads served and panelboard circuit controlling load. C. Identify conduits, connected to pull and junction boxes, with nameplates describing the complete circuit number of the conductors contained in each conduit. D. Identify receptacles, where the nominal voltage between contact pairs is greater than 150 volts, with nameplates describing the complete circuit number, voltage, and phases. E. Identify wall switches, where the equipment served is not in sight of the wall switch, with nameplates describing the equipment served by the wall switches. F. Locations. 1. Switchboards, Motor Control Centers, Distribution Panelboards. Locate main nameplate in center over top wiring gutter. Locate individual nameplates for switches and starters centrally on device doors. Locate individual nameplates adjacent and to the side of circuit breakers. Q 2. Lighting and Appliance Panelboards. Locate main nameplate in center of cover approximately 2" down from top of panel. 3. Dry -type transformers. In middle of front cover panel. 4. Receptacles and Wall Switches. On wall directly above device plate. 5. Other equipment: In middle near top of equipment. 3.6 PANELBOARD CIRCUIT BREAKER IDENTIFICATIONS A. General. Attach numbered identification to each panelboard circuit breaker in space provided by manufacturer. �- B. Sequence. Arrange numbering to correspond to panelboard pole positions. For two pole breakers, number according to the upper pole only. For three pole breakers, number according to middle pole only. For multiple breakers occupying poles on both left and t. right side, number according to left side only. C. Numbering Convention. Number poles from top to bottom. Utilize consecutive odd numbers for left side and consecutive even numbers for right side. t. D. Separate Sub -feed Breakers. Number with last number of panelboard sequence. E. Circuit Directory. Prepare a neatly typed circuit directory behind clear heat resistant plastic in a metal frame attached to the inside of the door for each panelboard. Identify IDENTIFICATION FOR ELECTRICAL SYSTEMS MDE Project No. 16761 260553 - 4 ' 'i r i. l i_ Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. circuits by equipment served and by room numbers where room numbers exist. Indicate spares and spaces with light, erasable pencil marking. An adhesive mounted directory ( pocket is not acceptable. 3.7 BURIED CONDUIT OR DIRECT BURIED CABLE IDENTIFICATION A. Underground -Type Plastic Line Marker: Manufacturer's standard permanent, bright -colored, continuous -printed plastic tape, intended for direct -burial service; not less than 6" wide x 4 mils thick. B. Provide tape with printing of 'Buried Electrical Conduit" or other similar warning. Install directly above buried conduit or cable one half the distance to conduit below finished grade. END OF SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS MDE Project No. 16761 260553 - 5 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK IDENTIFICATION FOR ELECTRICAL SYSTEMS MDE Project No. 16761 Apr-13-2016 260553 - 6 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. { SECTION 26 0955 - OCCUPANCY SENSORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The General Provisions of the Contract, including General and Supplementary Conditions, apply to the Work specified in this Section. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All other Sections of Division 26. B. All other Divisions of the Contract Documents. Refer to each Division's Specifications and Drawings for requirements. 1.3 SCOPE A. Provide all labor, materials, tools, appliances, control hardware, sensor, wire, junction boxes and equipment necessary for and incidental to the delivery, installation and furnishing of a completely operational occupancy sensor lighting control system, as described herein. B. Examine all general specification provisions and drawings for related electrical work required as work under Division 16. C. Coordinate all work described in this section with all other applicable plans and specifications, including but not limited to wiring, conduit, fixtures, HVAC systems and building management systems. 1.4 EQUIPMENT QUALIFICATION A. Products supplied shall be from a single manufacturer that has been continuously involved in the manufacturing of occupancy sensors for a minimum of -five (5) years. Mixing of manufacturers shall not be allowed. B. All components shall be U.L. listed, offer a five (5) year warranty and meet all state and local applicable code requirements. C. Products shall be manufactured by an ISO 9002 certified manufacturing facility and shall have a defect rate of less than 1/3 of 1%. D. Wall switch products must be capable of withstanding the effects of inrush current. Submittals shall clearly indicate the method used. 1.5 SYSTEM DESCRIPTION A. Ensure the proper installation of the occupancy sensor based lighting control system so that lighting is turned off automatically after reasonable time delay when a room or area is vacated by the last person to occupy said room or area. OCCUPANCY SENSORS 260955 -1 MDE Project No. 16761 Chapman Harvey Architects, Inc. 2016 Unauthorized duplication prohibited. Apr-13-2016 B. The occupancy sensor based lighting control system shall accommodate all conditions of space utilization and all irregular work hours and habits. C. Warrant all equipment furnished in accordance to this specification to be undamaged, free of defects in materials and workmanship, and in conformance with the specifications. The work shall include repair or replacement, and testing without charge to the owner, all or any parts of equipment which are found to be damaged, defective or non -conforming and returned to the supplier. The warranty shall commence upon the owner's acceptance of the project. Warranty on labor shall be for a minimum period of one (1) year. D. Provide An override light switch in each room. 1.6 SUBMITTALS A. Substantiate conformance to this specification by submitting the necessary documents, performance data and wiring diagrams. Any deviations to this specification must be clearly stated by letter and submitted. B. Submit a lighting plan clearly marked by the manufacturer showing proper product, location and orientation of each sensor. C. Submit standard catalog literature that includes performance specifications indicating compliance to the specification. D. Catalog sheets must clearly state any load restrictions when used with electronic ballasts. 1.7 SYSTEM OPERATION A. Make all proper adjustments to assure owner's satisfaction with the occupancy system. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - A. The Watt Stopper, Sensor Switch, Leviton, Lutron. B. The listing of any manufacturer as "acceptable" does not imply automatic approval. It is the sole responsibility of the electrical contractor to ensure that any price quotations received and submittals made are for sensors that meet or exceed the specifications included herein. 2.2 PRODUCTS A. Passive infrared sensors shall utilize Pulse Count Processing and Digital Signature Analysis to respond only to those signals caused by human motion. Passive infrared sensors shall only be used in corridors or hallways. Provide a wall switch infrared sensor with ON/OFF switching in janitor rooms, storage rooms with limited shelving OCCUPANCY SENSORS 260955 - 2 i MDE Project No. 16761 t Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. B. Passive infrared sensors shall utilize mixed signal ASIC which provides high immunity to false triggering from RFI (hand-held radios) and EMI (electrical noise on the line), F superior performance, and greater reliability. C. Passive infrared sensors shall have a multiple segmented Lodif Fresnel lens, in a multiple tier configuration, with grooves -in to eliminate dust and residue build-up. D. Dual technology sensors shall be corner mounted to avoid detection outside the controlled area when doors are left open. Dual technology sensors shall be used in toilets, rooms with partitions, open offices with cubicles, cafeterias and storage rooms or warehouses with shelving. E. Dual technology sensors shall consist of passive infrared and ultrasonic technologies for occupancy detection. Products that react to noise or ambient sound shall not be considered. 1. The Dual Technology sensor shall be capable of detecting presence in the control area by detecting Doppler shifts in transmitted ultrasound and passive infrared heat changes. 2. Sensor shall utilize Dual Sensing Verification Principle for coordination between ultrasonic and PIR technologies. Detection verification of both technologies must occur in order to activate lighting systems. Upon verification, detection by either shall hold lighting on. 3. Sensor shall be capable of corner mounting to a wall or ceiling in order to eliminate detection through open doorways and outside of controlled area. To provide superior small motion detection and immediate activation upon entry, coverage of both technologies must be complete and overlapping throughout the controlled area. 4. To avoid false ON activations and to provide immunity to RFI and EMI, Detection Signature Analysis shall be used to examine the frequency, duration, and amplitude of a signal, to respond only to those signals caused by human motion. F. Low Voltage Digital Time Switch: The digital time switch shall be programmable to turn loads off after a preset time. Time switch shall be a five terminal, completely self- contained control system that replaces a standard toggle switch. Switching mechanism shall be a 30V @ 1 A air gap relay. 1. Time switch shall operate at either 24 VACNDCNAC-half wave rectified. Time switch shall be capable of operating as an ON/OFF switch. 2. Time switch shall have no minimum load requirement. Time-out period shall be adjustable in increments of 5 minutes from 5 minutes to 1 hour, and in increments of 15 minutes from 1 hour tol2 hours. G. All sensors shall be capable of operating normally with electronic ballasts, PL lamp systems and rated motor loads. ¢ ; H. Coverage of sensors shall remain constant after sensitivity control has been set. No automatic reduction shall occur in coverage due to the cycling of air conditioner or heating fans. OCCUPANCY SENSORS 260955 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. I. All sensors shall have readily accessible, user adjustable settings for time delay and sensitivity. Settings shall be located on the sensor (not the control unit) and shall be recessed to limit tampering. J. In the event of failure, a bypass manual override shall be provided on each sensor. When bypass is utilized, lighting shall remain on constantly or control shall divert to a wall switch until sensor is replaced. This control shall be recessed to prevent tampering. K. All sensors shall provide an LED as a visual means of indication at all times to verify that motion is being detected during both testing and normal operation. L. Where specified, sensor shall have an internal additional isolated relay with Normally Open, Normally Closed and Common outputs for use with HVAC control, Data Logging and other control options. Sensors utilizing separate components or specially modified units to achieve this function are not acceptable. PART 3-EXECUTION 3. 1 INSTALLATION A. Locate and aim sensory in the correct location required for complete and proper volumetric coverage within the range of coverage(s) of controlled areas per the manufacturer's recommendations. Rooms shall have ninety (90) to one hundred (100) percent coverage to completely cover the controlled area to accommodate all occupancy habits of single or multiple occupants at any location within the room(s). The locations and auantities of sensors shown on the drawings are diagrammatic and indicate only the rooms which are to be provided with sensors. The contractor shall provide additional sensors as required to properly and completely cover the respective room. B. Meet with the manufacturer's factory authorized representative, at the owner's facility, to verify placement of sensors and installation criteria. END OF SECTION 260955 OCCUPANCY SENSORS 260955 - 4 MDE Project No. 16761 C i, Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. SECTION 26 2416 - PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and General Provisions of the Contract, including General and 1. Supplementary Conditions and Division 01 Specification Sections, apply to the Work in this Section. 1.2 SUMMARY A. Provide all equipment, materials, labor, supervision, and services necessary for or incidental to the installation of electrical panelboards as shown or indicated on the Drawings and/or as specified. B. Work Included 1. Power distribution panelboards. 2. Lighting and branch circuit panelboards 1.3 SUBMITTALS A. Reference Section 01300 and Section 26 0500 for detailed requirements. 1.4 QUALITY ASSURANCE A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance to the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents. C. When requested, provide the manufacturer's certification that materials meet or exceed minimum requirements as specified. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS _ A. Panelboards shall be manufactured by one of the following: 1. Siemens Energy and Automation. 2. General Electric Company. 3. Square D Schneider Electric. 4. Eaton Corporation. 2.2 PANELBOARDS (GENERAL) A. Panelboards shall be listed by Underwriters Laboratories, Inc. (UL), and shall be so labeled, rated for intended voltage and current characteristics as scheduled. Circuit breakers shall be fully rated. B. Cabinets for panelboards shall be by NEC gauge sheet steel having steel doors and trim to conform to the cabinet mounting. The trim on cabinets shall be made adjustable with the door. Door shall be mounted with heavy concealed hinges. C. Cabinets shall have wiring space top, bottom and both sides in accordance with the National Electrical Code, but no less than 4-inches wide, with standard knockouts. D. Provide a clear, plastic -covered, typed directory card and cardholder on the inside of each door. Key locks alike, and provide Owner with not less than 5 keys. Finish shall be ' PANELBOARDS 262416 - 1 r; MDE Project No. 16761 t t. t g Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. gray enamel over a rust inhibitor, except cans may be galvanized. E. Multisection panels shall be same height and depth. F. Interiors shall be completely factory assembled, and shall consist of rigid frame supporting the rectangular bus, mains, neutral and ground bars. Bussing shall be sized in accordance with UL Standards, braced throughout to conform with industry standards governing short circuit stresses in panelboards, and arranged for sequence phasing throughout. Bussing shall be tinned copper. G. Phase bussing shall be full height without reduction, full size neutral, unless otherwise scheduled, with suitable lug for each outgoing circuit requiring a neutral connection. Provide ground bus with suitable lugs for each branch circuit ground conductor. H. Terminals for feeder conductors, branch circuit devices and neutrals shall be UL listed as suitable for type of conductors specified. I. Interiors shall be designed such that circuit protective devices may be changed, replaced, or additional circuits added without disturbing adjacent units and without machining, drilling or tapping. In no case shall the width of panelboard enclosure be less than 20-inches. Branch circuit breakers shall be bolt -in type. J. Enclosures 1. Circuit switching/protective devices shall be housed in an enclosure suitable for the environment in which they are located. 2. Normal indoor locations - NEMA 1 general purpose. 3. Outdoor or vault locations -NEMA 3R. 2.3 POWER DISTRIBUTION PANELBOARDS A. Provide dead -front safety type power distribution panelboards as indicated, with panelboard switching and protective devices in quantities, ratings, types, and with arrangement shown; with anti -turn solderless pressure type main lug connectors approved for copper conductors. Equip with copper bus bars with not less than 98% conductivity, and with full-sized neutral bus; provide suitable lugs on neutral bus for outgoing feeders requiring neutral connections. B. Provide bolt -in type heavy-duty molded -case branch circuit breaker types for each circuit, with toggle handles that indicate when tripped. Where multiple -pole breakers are indicated, provide with common trip so overload on one pole will trip all poles simultaneously. Provide panelboards with bare un-insulated grounding bars suitable for bolting to enclosures. Select enclosures fabricated by same manufacturer as panelboards, which mate properly with panelboards. C. On multisection and split -bus panels, the lugs and bus on each and every section shall be of the same current rating as the main overcurrent device protecting the feeder serving the panel and each section shall have a separate neutral, ground bar and conductors. Panel bus shall have double lugs to effect parallel feed of bus bars (rather than series) where scheduled. Feed-thru lugs are not acceptable. 2.4 LIGHTING AND BRANCH CIRCUIT PANELBOARDS A. Provide dead -front safety type lighting and appliance panelboards as indicated, with switching and protective devices in quantities, ratings, types, and arrangements shown; with anti -burn solderless pressure type lug connectors approved for copper conductors. B. Equip with copper bus bars, full-sized neutral bar, with bolt -in type heavy-duty, quick -make, quick -break, single -pole circuit breakers, with toggle handles that indicate when tripped. Interrupting rating shall be in excess of the available fault current at the panel in accordance with UL listings for sizes involved, but no less than 10,000 rms symmetrical amperes. Provide common trip on multi -pole circuit breakers. C. Provide suitable lugs on neutral bus for each outgoing feeder required; provide bare uninsulated grounding bars suitable for bolting to enclosures. Select enclosures PANELBOARDS 262416 - 2 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. fabricated by same manufacturer as panelboards, which mate properly with panelboards. D. On multi -section and split -bus panels, the lugs and bus on each and every section shall be of the same current rating as the main overcurrent device protecting the feeder serving the panel and each section shall have a separate neutral, ground bar and conductors. Panel bus shall have double lugs to effect parallel feed of bus bars (rather than series) where scheduled. Feed-thru lugs are not acceptable. 2.5 INDIVIDUALLY MOUNTED CIRCUIT BREAKERS A. Individually mounted circuit breakers shall be molded case, capacity as indicated, in a NEMA Type 1 enclosure unless otherwise noted. Breakers shall be quick -make, quick -break thermal magnetic common trip type, ambient compensated with trip -free handle and have interrupting rating in accordance with UL listings for sizes required, but not less than 10,000 amperes rms symmetrical, and conform to requirements of NEMA Standard Publication No. AB1-1969. Each unit shall have insulated neutral and/or ground terminal of proper size, where indicated. Lugs shall be UL listed for copper cables. B. Enclosures 1. Circuit switching/protective devices shall be housed in an enclosure suitable for the environment in which they are located. Provide lifting eyes or brackets. 2. Normal indoor locations - NEMA 1 general purpose. 3. Outdoor or vault locations - NEMA 3R. C. Circuit breakers shall be of same manufacturer as panelboards. 2.6 PANELBOARD ACCESSORIES A. Provide panelboard accessories and devices as recommended by panelboard manufacturer for ratings and applications indicated. PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards and enclosures as indicated, in accordance with manufacturer's written instructions, applicable requirements of NEC standards and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. B. Coordinate installation of panelboards and enclosures with cable and raceway installation work. C. Anchor enclosures firmly to walls and structural surfaces, ensuring that they -are permanently and mechanically secure. Provide cross channels at top and bottom in stud walls to support panels. D. Provide properly wired electrical connections within enclosures. E. Prepare and affix typewritten directory to inside cover of panelboard indicating loads controlled by each circuit. F. Install wall -mounted panelboards a maximum of 6 feet 6 inches above finish floor to top of panel. END OF SECTION 262416 PANELBOARDS 262416 - 3 MDE Project No. 16761 Chapman Harvey Architects, Inc. Apr-13-2016 2016 Unauthorized duplication prohibited. THIS PAGE INTENTIONALLY BLANK PANELBOARDS 262416 - 4 IME Project No. 16761 �1 t r--M �-�'�+4 � - r— r^---Y, n--•,...ate �--a-►1 .---�1 •�►•-+-1 �-�--�-� r'�-�--� ^^+'� 1�--� r--��. --_—� CITIBUS ADMINISTRATIONAND MAINTENANCE RENOVATIONS 801 TEXASAVENUE, LUBBOCK, TEXAS ARCHITECT - CHAPMAN HA PLVV ARCHITECTS, INC. STRUCTURAL ENGINEER - SURENDRAN CONSULTING M.E.P. ENGINEER - MD ENGINEERING ROOPING CONSULTANT - ARMKO INDUSTRI$S, INC, Texm Depwtment oP Ll-ec Irg ReguletlonfvchitecturMElrNeroStlon q" " �• r^°°_� ______ I� I eA.l - P.O. Box 171 PuI,59 T T0T1t (517) 46F- 9-9711 Pmr ('317) 415-7086 t S g •.�">� rRoec9 BBaA t9aBreeaweee ��.�: w,..,..��o,A aua�a,,,e.er K6dffiRLLtlb1ffif6G1e@ i r____ - a- .___ ,vim I� yyi 'I�'r r�naa HaM NG nr rau�«s..0 ea 2? Trl t 'MAt .�'•�, I \ I w.as II e..o®ma..a"rmaa.. °.+c.a,w»°wv�.r v.°,mr "^"•,••�m,u. p.}Lk�lffi.5915 � � \I W, uva"nar°.esr.. ran.. n,v wn m...w.w.,rwnr...wne. s�Fvsnrx+ eEcna° .{ m i+4v, aw.4 wn a a� wo. •m wm\ y r =\'_ .oa.m.ut ■ ■ c Y t a.uut TWO HINGED DOORS IN SERIES tlf�RiimlDJ5 S 606 LAVATORY and SINK5 i ��� �M� m� 404 DOORS( DOORWAYS and GATES 603 TOILET and BATHING ROOMS 604 WATER CLOSETS and TOILET COMPARTMENTS 7n eBa�eeE i � � Q I `n 1 l temx.e�aere .� # I I � 1 , I as- All 4 �~304 TURNING SPADE r . rsesm x 305 CLEAR FLOOR Or &ROUND SPACE nE9ana e 605 URINALS 608 SHOWER COMPARTMENTS 610 SEATS ra.• ruK 30i PROTRUDING OBJECTS •GCC1m w+tl*e[ ImMCMm Por+eA "o O,MM 1¢xnlntn.we ILCSfMt2. nrbTvf xROIY+, �olOt. tm Ype -"o nte�.mm�. 0000 p 0 0 q - 0 va.+' .705 DETECTABLE WARNINGS '703 SIGNS 502 PARKING SPACES 503 PA55ENGER LOADING ZONE5 �.�.»+�- 504 STAIRWAYS 309�OPERABLE PARTS Z=m ,.„. 308 REACH RANGES taxa.«a...t ��`Y'Y:`°k'� 602 DRMKING FOUNTAMS THE INFORMATION 9NONM ON THIS SHEET IS PRONDEDASAREFERENCE ONLY. SOME HEMS SNONRk ON THIS SHEET MAY NOT BEA PART OF THE PROJECTS SCOPE OF WT7R1(VERIFY VciT11 CONSTRUCTION DRAWINGS. REVISED 10.39.3019 .A°rr CS2 I §J� III gil 1��ChaprnanHarvW� ARCHITECTS, iNC. PmM.m .N.ynMww}u+r 4Ni 7 Lii IrGx+i, lema /YN;1 n1iK 114-bN+41 IA( (E) 7/�-Imi / CITIBUS ADMINISTRATIONAND MAINTENANCE �C ••"� ; RENOVATIONS o jr: °z;= QOl TEXAS AVENUB, LUBBOCK,617 r CITIBUS ADAHNISTRATIONA"MAINTENANCE '+. RENOVATIONS 1-04 y�• a ' _�?�°�; 801 TEXUAVENUE, LUBBOCK,, TEXAS / ARCHITECTS, INC. )4s- ' /'111,'I n114 IIEFtlX?il 114 (YP_') /44-- Ib� No Text r VMN OF VHWokTC44M (MM 1040 AND O"4C AM 110) 02 mrm— - 6594xv I famov.-L OPME - KH 201 PMFATCMM - RM $OM CCNl•RQ1CC - RM 210 - MAPtKM / CS" BOARD C-ONpamew-a - RM 214 - VTHYL bwN 1- 04, U 16 m: 1404 rtrzow. Doom 1 0- 1 I A41 11 F.PPI - I �w -.,m I uVillpm," More :a ur srcn rv.smax eia.n wo :.taus, rwcrr r. r sa MAac.: tv a c�ccralcry 31-01 Mi N, L 1.4. M1N. 01 ROOF PANEL MOUNTING DETAIL .tutor. I 02ONE LINE DIAGRAM :n.. M. __—_ OOWB@` �A MW 111L' a0'2 AfCi4+1 �A16 MAIRM o^^�iiiiiiio�oiiiiiii�^•'��o ��Dii�iiiO�O iiim]ii0 "•'�� O 0 � iiii0ii9O13ii iiiii �© M=^^ iiiiiimiiiii=��13 iiiii©0r,3 iiiii�93 ��iiiiiiiE]�©fiiiiiir0 � 93 0 ii iii �m • mm©000 mommmm rrr,a rer,c wr. s rr. a r. sar C+M Y �W n�lw wA rm wa Wq �Li w .uA tlMn to � MrAt WA 1m �i.0 MMG L,0 I.m 7bt ara erw w wr r., n rr w r.. �r warn. r.rs hilm I ENGINEERING ' Os +.n s.arwawmw. waev �, smrlm,c.•r� eoa. u.mo vva�an fewa 1evM1.0210 F1EpTp1Cp1, [niot doom � •eowlou aLICYq ,........ 4 ELF @f @e I / Of m Rle(.d� FIRST FLOOR PLAN - OVERALL xomx 8b fb' ah' R�m ENGINEERING a�t� 3I2016 1etm Reytl9e0RFn 11D, F-Up ako am FbRI CeiFid p►Y. .310 Ftq Gf iem� M0M1DID0 FIRST FLOOR hrm: mtivi}enpmn FiaFil Mbar. leldl OVERALL 02 PARTIAL SECOND FLOOR PLAN - LIGHTING O O O O O I ,�� �1lpilipl I(III��II pniplj f11�°rillli � I I�i■1�. �11'1[I�N�(�Ill�� (11 pi! �1 IIG I- TlllI �1■.0 ''/J/J/ gal 1 'ICE G� 1 M an Lill IIC�■ y11 pillpl Ip �III11II II111(111[I�,[II 14 :1111 �I1l1 ;1Mills $IICi ' �• GENERALNOTES wo rwr rs wr) uAm n, oaau+ .way �ww"�"io.eAvw[a n..w urt, NOTES BY SYMBOL "O" a QtOO..Y0AtlY 00.1MO WrtRM1�11[a ».CN I1pW1. ne)wA ro revran.aa ) IIIMIBYYNOroO.rtYOm..pMIM� a )tt1aC11"TO YY[f"�IIAI��Oa1W aNRO1L04�p11 ). rowarnca rtrwa".ur. a a.mau�"aoam.rro A®a�w ). oort.n umua".arowmr.a F/ -- DIRECTOR OF TRANSPORTATION Q PARTIAL FIRST FLOOR PLAN - LIGHTING w Rim I 1 4Pw).lMr)la "yM1Yr4rt IMI I=QKTTMNG raasrvrTe� � .... Lr-'—�"f a"'"yr�"'r �„"'J � �✓ �� � J L� \ -�+ �_-- L_ -r GENERAL NOTES 1. REFM TOTK� TO MFUMMKaLE01RPYOD'e[NEPA[ MO f D.1 F. POR f MM]I ®IOUIT nLaVPRIlM! OF IRCMYAffF [OINYlIPi.YWl}NZ.PMVQ.YGAIO Ipm OF EWOMENTeUeY.RNA TO WiM111e e[NEOULl. MOTOn eTTARlO1f�Y[CIYMPAOION. AIO > WIMFFOUMtYM KMNtFOfVTMOT OnOIet OMTKfO RUWPI69, RlfER iOTK YECYMGL DRAWIUe POPIWOi A. I.— APGEbEMMY51l YM�OeVAMEWI MEgYWICwL N MWMEMREOUe1NOPONER. PRMDEOONDUIT.I— FM enE1pY WINOlMlNi SYOIlMVMTlRbMlMlq EOUW MlM�1WTER fIWTMENidWRMf, NE OR2Re, ElPCYRN: . neciRrc TWV PNKR6. vwTeR OWMATCN PUYPf, AMD ANl OTXlR Wf�lUN1E0UB WNPMEHT, OIRECTOR OF 'RAN9PORTATION e9 02 PARTIAL SECOND FLOOR PLAN - POWER TO MECH 01 PARTIAL FIRST FLOOR PLAN - POWER TO MECH ORMNC 9CNi: NOR1N ENGMEERING as is mE fmMar�?Fw� YFFW, oW�Flte .Mn Rn.TR TeoR ELEOTRICAL U..IE me�gw rNmNr. teTet 'POWER TO MECH 0 1 PARTIAL ROOF PLAN - POWER TO MECH 9fllf unPA 1/C t'd AL S 1H' GENERAL NOTES 1. A[fpIroM WHIPiOY®WTM WEWfIRBCM®4! a wawa eo.1 Rwl tMYa wAwIR A[DYIutleM] a< tlEwYNfAL E W IIYENi. v! NIY VOLTAOe. qY4. tlG PID YDm OPfDUMMHYeYI}}Ma WMTHH 6cKw0.l. E, w10R0W11E i1@ADA61QItffi p"owE@Ci6W}GMB MID YDTOR HTNRlK Wn,YEwlWCIiwPIfRA[fDP i WYREEWIPIlYf YfwAPAfeDlYTMDf OCYMOq T1N owaYoaReRwroMYeowlr wiwrnegaluiunw 4 iM0E9�arMYYMLYIe�MUMg9P1O fw�PE�ORC1fY EOaPYFMKOLIR. P01KP. PAvaDf cwO1T CIRCM DVTaaIEGT P,11fJ1.OKRdPP. II1D HWRTw M ADwoH�"'iD "Y>r°'oR�iao o°�WWERe; efrt AC Nu�iTT11P a°.in'aR roil EneAm wYa.YeM mTeY.woea mP,Otlo RY��. [If RRC TPHP PgNIRi MYTER�"H�� PUYPH, 4oC Mq DTKA YIHG 11AN[ W H Auu weM. NOTES BY SYMBOL "O" ,. mw ME4PaOf. A1CYg1lODq PDOP. WINNgNWRIPAR !!ID] YiA o�� ENGINEERING Tm APANmf Pm,Ne. FNU t<ae! ]HOMYq Clnvtl E�gRPP.]ulq],H gYY.IY tIaTR afa]W ELEOTRM7AL f°q POWER TO MEOH gglvNYnYw; 16M1