Loading...
R-03-08-14-14E1 - 8/14/2003RESOLUTION NO. R- 03- 08- 14 -14E1 ST:, CHRISTINE R. MARTINEZ, City Se ®PFDeek[Op \::OPMA /WORLDOX /O: /WDOX /RESOLOTI /R30814E1.WPD /ec tary WHEREAS, the City of Round Rock has duly advertised for bids for the remodel and renovation of the Public Works Department Transportation, Water & Wastewater Utility Services Building located at 212 Commerce Cove, and WHEREAS, Trimbuilt Construction, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Trimbuilt Construction, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Trimbuilt Construction, Inc. for the remodel and renovation of the Public Works Department's Transportation, Water & Wastewater Utility Services Building located at 212 Commerce Cove. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 14th day of August, 2003. 411° Ar WELL, Mayor City of Round Rock, Texas July 29, 2003 Nyman chitects To: Mr. Gary Wilson City of Round Rock Public Works 2008 Enterprise Drive Round Rock, Texas 78664 From: Daniel M. Bassano, IIDA Moman Architects, Inc. 309 W. Main St., Suite 120 Round Rock, Texas 78664 Re: Letter of Recommendation for Trimbuilt Construction: I would like to hereby recommend Trimbuilt Construction, Inc. as the General Contractor for the Public Works, Transportation, Water and Wastewater Utility Services remodel project. Trimbuilt has been in existence as a company since 1984, and they have done several interior renovation projects. We have recently worked with them on a few interior renovations at Dell, Inc., and they have done quality work on each project. They were truly team players on these projects, and they made the construction process run very smoothly. I would definitely work with them again. I would be more than happy to answer any questions regarding Trimbuilt Construction if the need should arise. Respectfully submitted, MOMAN AJ CHITECTS, INC. Daniel M. Bassano, IIDA Director of Interior Design MEMORANDUM M:\Projects- 2003\03109- 00\Project Files \ Bidding \Trimbuilt Letter of Recommendation.doc Oman rckitects City of Round Rock Public Works Dept. Transportation, Water & Wastewater Utility Services Renovation Bid Tabulation - July 14, 2003 Alternate #1 Alternate #2 Alternate #3 Alternate #4 UNIT PRICE Delete Perimeter Wall Insulation Change Parabolic fixtures to Prismatic Change electrical conduit to MC Cable Change Insulation from beneath roof deck to above ceiling file Blinds (Cost per Window) $ 69.00 Time Add #1 BID AMOUNT Blue & Associates 1:49 Y $ 246,109.00 $ (3,354.00) $ (1,000.00) $ (850.00) $ (2,428.00) Chasco 1:59 Y $ 233,531.00 $ (875.00) $ (1,625.00) $ (2,376.00) $ (2,600.00) $ 65.00 Hutchison Consturction 1:57 Y $ 347,000.00 $ (800.00) $ (800.00) $ (2,000.00) $ 1,000.00 $ 100.00 MW Morgan 1:56 Y $ 261,000.00 $ (1,200.00) $ (1,000.00) $ (850.00) $ (1,500.00) $ 60.00 Skyline Ventures 1:53 Y $ 223,000.00 $ (900.00) $ (1,000.00) $ (800.00) $ (2.700.00) $ 60.00 STR Constructors 1:57 Y $ 256,800.00 $ (1,100.00) $ (1,000.00) $ (900.00) $ (2,000.00) $ 54.00 Tim McCall Construction 1:51 Y $ 221,600.00 $ (1,070.00) $ (1,000.00) $ (850.00) $ (1,965.00) $ 140.00 Trimbuilt 1:57 Y $ 219,100.00 $ (560.00) $ (1,060.00) $ (900.00) $ (4,660.00) $ 82.00 Westport Group 1:58 Y $ 220,574.00 $ (1,485.00) $ (1,000.00) $ (2,655.00) $ (3,283.00) $ 53.00 Public Works Expansion Building IIMINDROCIVMS lunotmounommg DATE: August 8, 2003 SUBJECT: City Council Meeting - August 14, 2003 ITEM: *14.E.1. Consider a resolution authorizing the Mayor to execute a contract with Trimbuilt Construction, Inc. for the remodel and renovation of the Public Works Department's Transportation, Water & Wastewater Utility Services Building. Resource: Tom Word, Chief of P. W. Operations Larry Madsen, Construction Manager History: Nine bids were received on July 15, 2003 for the remodel of the 5,000 square foot building purchased by the City of Round Rock. The building once remodeled will be the home of the Transportation Services Department and the Water & Wastewater Utility Administration. Funding: Cost: $219,100.00 Source of funds: Capital Project Funds (GO Bond 2001) Capital Project Funds (Self Financed) Outside Resources: Trimbuilt Construction, Inc. Impact /Benefit: Provide additional office space for Public Works Administration. The move of the Transportation Services and Utility Administration departments will provide office space for the overcrowding of other departments in the Public Works Building at 2008 Enterprise Drive Public Comment: N/A Sponsor: N/A ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. Project Manual for Public Works Dept. Transportation, Water & Wastewater Utility Services City of Round Rock, Texas June 20,2003 CITY COUNCIL MEMBERS Nyle Maxwell, Mayor Tom Nielson, Mayor Pro -Tem Carrie Pitt Scot Knight Scott Rhode Gary Coe Alan McGraw CITY MANAGER Jim Nuse ARCHITECT Moman Architects, Inc. MECHANICAIJELECTRICAL ENGINEER Hendrix Consulting Engineers /Z- 03-08 /y- lyE/ City of Round Rock Dept of Public Works Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 TABLE OF CONTENTS INTRODUCTORY INFORMATION, BIDDING AND CONTRACTING REQUIREMENTS 00020 PROJECT DIRECTORY 1 00100 NOTICE TO BIDDERS 1 00200 INSTRUCTIONS TO BIDDERS 10 -BID BOND 2 00410 BID FORM 4 00500 AGREEMENT 1 -CITY OF ROUND ROCK CONTRACT FORM - 2 AGREEMENT 00600 INSURANCE AND CONSTRUCTION BOND FORMS 1 - PERFORMANCE BOND 2 - PAYEMNT BOND 2 - CERTIFICATE OF LIABILITY INSURANCE 1 00700 GENERAL CONDITIONS 1 -CITY OF ROUND ROCK FORMS — GENERAL 33 CONDITIONS 00800 SUPPLEMENTARY CONDITIONS 1 00900 CITY OF ROUND ROCK CONTRACT FORMS — 9 SUPPLEMENTAL GENERAL CONDITIONS \ 00930 SPECIAL CONDITIONS 4 DIVISION 1 - GENERAL REQUIREMENTS 01100 SUMMARY 01200 PRICE AND PAYMENT PROCEDURES 01210 ALLOWANCES 01230 ALTERNATIVES 01300 ADMINISTRATIVE REQUIREMENTS 01325 CONSTRUCTION PROGRESS SCHEDULE 01400 QUALITY REQUIREMENTS 01426 REFERENCE STANDARDS 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS 01700 EXECUTION REQUIREMENTS 01780 CLOSEOUT SUBMITTALS DIVISION 6 - WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06114 WOOD BLOCKING AND CURBING 06410 CUSTOM CABINETS 3 1 3 2 4 1 2 2 5 4 1 1 3 Table of Contents TOC - 1 City of Round Rock Dept of Public Works Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07212 BATT INSULATION 2 DIVISION 8 - DOORS AND WINDOWS 08125 ALUMINUM DOOR FRAMES 2 08213 PLASTIC LAMINATE FACED DOORS 1 08710 DOOR HARDWARE 4 DIVISION 9 - FINISHES 09260 GYPSUM BOARD ASSEMBLIES 3 09300 TILE 3 09511 SUSPENDED ACOUSTICAL CEILINGS 3 09650 RESILIENT BASE 2 09680 CARPET 3 09720 WALL COVERING 2 09900 PAINTS AND COATINGS 3 DIVISION 10 - SPECIALTIES 10165 PLASTIC LAMINATE TOILET COMPARTMENTS 2 10440 SIGNAGE 2 10523 FIRE EXTINGUISHERS, CABINETS AND 2 ACCESSORIES 10810 TOILET ACCESSORIES 3 DIVISION 12 - FURNISHINGS 12492 HORIZONTAL LOUVAR BLINDS 2 DIVISION 15 - MECHANICAL 15010 GENERAL PROVISIONS 15 15050 BASIC MATERIALS AND METHODS 10 15055 MANUFACTURER'S LIST 2 15060 SCHEDULE OF VALUES 1 15180 INSULATION 6 15190 INSIDE UTILITY TRENCH EXCAVATION, 3 BACKFILL AND COMPACTION 15191 OUTSIDE UTILITY TRENCH EXCAVATION, 3 BACKFILL AND COMPACTION 15400 WATER DISTRIBUTION SYSTEM 3 15405 LIQUID WASTE TRANSFER 4 Table of Contents TOC - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Dept of Public Works Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 15450 PLUMBING FIXTURES AND TRIM FIXTURE LIST 4 15600 MECHANICAL EQUIPMENT SPLIT D -X SYSTEMS 7 15810 AIR DISTRIBUTION 12 15850 BALANCING AND TESTING 4 DIVISION 16 - ELECTRICAL 16010 GENERAL PROVISIONS 14 16060 SCHEDULE OF VALUES 1 16110 RACEWAYS 4 16115 SUPPORTING DEVICES 2 16120 WIRE & CABLE 3 16130 OUTLET, PULL & J -BOXES 2 16140 DEVICES 3 16155 MANUAL MOTOR STARTERS 2 16170 SAFETY DISCONNECT SWITCH 2 16195 CONTACTORS 2 16430 FUSES 2 16450 GROUNDING 2 16452 SURGE ARRESTORS 2 16471 BRANCH CIRCUIT PANELBOARD 5 16510 INTERIOR LIGHTING SYSTEM 3 16520 EXTERIOR LIGHTING SYSTEM 2 16740 EMPTY RACEWAY 2 Table of Contents TOC - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 - 00 June 20, 2003 PART1 GENERAL PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 00020 - PROJECT DIRECTORY 1.01 PROJECT DIRECTORY A. Owner: 1. CITY OF ROUND ROCK PARKS & RECREATION DEPARTMENT 2. 605 Palm Valley Blvd. - Round Rock, Texas 78664 3. (512)218 -5552; (512)341 -3345 (512)218 -5548 Fax 4. Mr.Larry Madsen B. Architect: 1. MOMAN ARCHITECTS, INC: 2. 309 West Main Street, Suite 120 - Round Rock, Texas 78664 3. (512)733 -1150 - (512)733 -8411 Fax 4. Mr. John Moman (jmoman @momanarch.com) & Mr. Dan Bassano (dbassano @momanarch.com) C. Mechanical, Electrical & Plumbing Engineer: 1. HENDRIX CONSULTING ENGINEERS 2. 115 East Main Street - Round Rock, Texas 78664 3. (512)218 -0060 - (512)218 -0077 Fax 4. Mr. Buck Hendrix (buckhce @texas.net) END OF SECTION PROJECT DIRECTORY 00020 -1 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 00100 - NOTICE TO BIDDERS Sealed bids are invited, addressed to Public Works Construction Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, materials, tools, and equipment and performing all work required for interior renovation of approximately 4,775 SF for the below -named building, at an estimated cost of $170,000.00: Public Works Transportation, Water & Wastewater Utilities Services Building 212 Commerce Cove Round Rock, Texas Sealed bids will be received until 2:00 p.m., local time, Tuesday, July 15, 2003, then publicly opened and read aloud at the City Hall Council Chambers at 221 East Main Street, Round Rock, Texas. Bid envelopes must state date and time of bid and must be labeled as follows: "SEALED BID FOR PUBLIC WORKS TRANSPORTATION, WATER & WASTEWATER UTILf11bS SERVICES BUILDING." No oral, telegraphic or facsimile bids will be accepted. No late bids will be accepted. No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will not be considered and will be returned unopened. Bids must be submitted on City of Round Rock standard bid forms and be accompanied by an acceptable bid bond as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas, in an amount not less than five percent (5 %) of the total bid amount. Such bid bond shall guarantee that, if awarded the contract, the Bidder will promptly enter into the Contract and execute forms contained in the bid documents within seven (7) days of notice of award. Bonds shall be executed on forms furnished by the City of Round Rock and shall specifically provide for Performance Bonds and Payment Bonds and shall be in an amount of 100% of the Contract price, from a solvent surety company authorized to do business in the State of Texas and acceptable to the City of Round Rock. It shall be required that the Contractor increase the face amount of the bond to equal each net increase, if any, in the original Contract price. The necessary bid documents will be available beginning Monday, June 30, 2003. Bid documents (including plans, bid forms, specifications, Instructions to Bidders, and contract documents) may be obtained at Moman Architects, Inc., 309 West Main Street #120, Round Rock, Texas (512- 733 - 1150), with a limit of three (3) sets per bidder. Additional sets may be obtained at the expense of bidder from Burk's Reprographics, 221 -A Texas Avenue, Round Rock, Texas (512 -218- 8181). The proposal documents are also available for viewing and for ordering from Burk's Reprographics' Online PlanRoom at www.burksplanroom.com under "Public Jobs." For further instructions regarding ordering, please contact Burks -Round Rock by telephone at 512- 218 -8181, by facsimile at 512 - 218 -0101, or by email at rrcad @bursdigital.com A pre-bid conference will be held at City Hall Council Chambers, 221 East Main Street, Round Rock, Texas, at 3:00 p.m. on Tuesday, July 8, 2003. Attendance at the meeting is strongly encouraged, but is not mandatory. In case of ambiguity, duplication, or obscurity in bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and to waive any informalities and/or irregularities in the bids received. The City of Round Rock reserves the right to award the Contract in a period of time not exceeding 90 days from the date bids are opened. Bids shall remain firm for that period. Document Security: $100.00 per set, refundable Pre -Bid Conference: Publication Dates: 3:00 p.m., Tuesday, July 8, 2003 City Hall Council Chambers 221 East Main Street Round Rock, Texas 78664 Round Rock Leader: Monday, June 30, 2003 Thursday, July 03, 2003 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL REQUIREMENTS 1.01 BID DOCUMENTS 1.02 DEFINITIONS SECTION 00200 - INSTRUCTIONS TO BIDDERS A. Drawings and general provisions of the Construction Agreement, including General Conditions, Special Conditions, Supplemental Conditions, and other specification sections, if any, are all applicable documents. B. Complete sets of the Bid Documents in the number and for the sum stated in the Notice to Bidders may be obtained as indicated therein. C. Complete sets of Bid Documents must be used in preparing Bids; neither Owner nor Architect assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. D. Owner and Architect, in making copies of Bid Documents available on the above - stated terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. A. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. B. All definitions set forth in the General, Special, and Supplemental Conditions of the Construction Agreement or in other contract documents are applicable to these Bid Documents. C. Bid Documents include the Instructions to Bidders, Bid Forms, sample bonds and contract forms, and the proposed contract documents (including any Addenda) issued prior to receipt of Bids. D. Addenda are written or graphic instruments, issued prior to the opening of Bids, which modify or interpret the Bid Documents (including drawings and specifications) by additions, deletions, clarifications or corrections. Addenda become part of the contract documents when the Construction Agreement is executed. E. Owner, as referred to in the Bid Documents, is the City of Round Rock. F. Bid is a complete and properly signed offer to do the Work for the sums stipulated therein, submitted in accordance with the Bid Documents. G. Base Contract Sum is the sum stated in the Bid Documents for which the Bidder offers to perform the Work described in the Bid Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in alternates, if alternates are required. INSTRUCTIONS TO BIDDERS 00200 -1 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 11. Alternate is an amount stated in the Bid Documents to be added to or deducted from the amount of the base contract sum and the corresponding change in the Work, as described in the Bid Documents or in the proposed contract documents. I. Unit Price is an amount stated in the Bid Documents as a price per unit of measurement for materials or service as described in the Bid Documents or in the proposed contract documents. J. Bidder is a person or entity who submits a proper sealed Bid. K. Subcontractor is a person or entity who submits a Bid for materials or labor for a portion of the Work. L. Contractor is the person or entity which was the successful Bidder by having submitted the lowest, qualified, responsible and responsive Bid, and to whom Owner (on the basis of Owner's evaluation) has made the award of the Contract. M. Contract refers to the Construction Agreement. 1.03 EXAMINATION OF DOCUMENTS AND SITE A. Each Bidder, by making a Bid, represents that she /he has read and understands the Bid Documents. B. Each Bidder, by making a Bid, represents that she/he has visited the site, performed investigations and verifications as she/he deems necessary, and familiarized her/hitnaself with the local conditions under which the Work is to be performed and will be responsible for any and all errors in her /his Bid resulting from failure to do so. C. The location and elevations of the various utilities and pipe work included within the scope of the Work are offered as a general guide only, without guarantee as to accuracy. The Bidder shall verify and investigate to her/his own satisfaction the location and elevation of all utilities, pipe work, and the like and shall adequately inform her/himself of their relation to the Work before submitting a Bid. D. Before submitting a Bid each Bidder will, at her/his own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information (surface, subsurface, and underground facilities) at or contiguous to the site, or otherwise, which may affect cost, progress, performance or fumishing of the Work and which Bidder deems necessary to determine her/his Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. E. On request in advance, Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. F. The lands upon which the work is to be performed, right -of way and easement for access thereto, and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. G. Each Bidder, by making her/his Bid, represents that her/his Bid is based upon the materials, systems, and equipment required by the Bid Documents without exception. INSTRUCTIONS TO BIDDERS 00200 -2 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 1.04 BID PROCEDURES A. All Bids shall be prepared on the Bid Form provided by the Architect and submitted in accordance with the Instructions to Bidders. Bidders shall provide all requested information. B. A Bid is invalid if it has not been deposited at the designed location prior to the time and date for receipt of Bids indicated in the Instructions to Bidders, or prior to any extension thereof issued by Addenda to the Bidders. Bids received after submission deadline shall be returned unopened and will be considered void and unacceptable. Owner shall never be held responsible for lateness of mail, carriers, couriers, etc., and the time/date stamp clock in the City of Round Rock Purchasing Agent's office shall be the official time of receipt. C. Unless otherwise provided in any supplement to these Instructions to Bidders, no Bidder shall modify, withdraw or cancel her/his Bid or any part thereof for ninety (90) days after the time designated for the receipt of Bids in the Instructions to Bidders. Bids shall not - ..contain any recapitulation of the Work to be done. D. Bidders shall make no additional stipulations on the Bid Form, nor limit nor qualify Bids in any other manner. Bids so qualified will be subject to disqualification. 1.05 DISCREPANCIES AND AMBIGUITIES A. Each Bidder shall examine the Bid Documents carefully and, not later than seven (7) days prior to the date for receipt of Bids, shall make written request to the Architect for interpretations or corrections of any ambiguity, inconsistency or error therein which she/he may discover. Any interpretations, corrections and changes to Bid Documents or extensions to the opening date will be made by Addenda to the Bid Documents by Owner. Sole authority to authorize Addenda shall be vested in Owner. Prior to the receipt of Bids, Addenda will be sent certified mail/retum receipt requested or faxed to each person or firm recorded as having received the Bid Documents and will be available for inspection wherever the Bid Documents are kept available for that purpose. Bidders shall acknowledge receipt of all Addenda. It shall be the Bidder's sole responsibility to insure receipt of all Addenda before Bid submission. 1.06 SUBSTITUTIONS A. Each Bidder represents that her/his Bid is based upon the materials and equipment described in the Bid Documents. B. No substitution will be considered unless written request has been submitted to the Architect for approval at least seven (7) days prior to the date for receipt of Bids. C. If the Architect and Owner approve a proposed substitution, such approval will be set forth in an Addendum. INSTRUCTIONS TO BIDDERS 00200 -3 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20,2003 1.07 QUALIFICATION OF BIDDERS A. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit, within five (5) days of Owner's request, written evidence including but not limited to financial data, previous experience, present commitments and other such data as may be called for. Each Bid must contain evidence of Bidder's qualification to do business in the state of Texas where the Project is located or covenant to obtain such qualification prior to award of the Contract. B. Bidders may be disqualified and their Bids not considered for, by way of example but not limitation, any of the following reasons: 1. Reasonable information or belief that collusion exists among Bidders; 2. Bidder being interested in or involved in any manner in any litigation involving Owner; 3. Bidder being in arrears on any existing contract or having defaulted on any previous contract; 4. Lack of competency as revealed by the financial statement, experience and equipment, questionnaire, or qualification statement; 5. Uncompleted work which, in the sole judgment of Owner, will prevent or hinder the prompt completion of additional work if awarded. 1.08 PREPARATION OF BID A. Bidder shall submit her/his Bid on the Bid Form furnished as part of the Bid Documents. All blank spaces in all forms shall be correctly filled in and the Bidder shall state the prices, written in words and in figures. Where there is a discrepancy between the price written in words and the price written in figures, the price written in words shall govem. If the Bid is submitted by an individual, that person's name must be signed by that person or by that person's duly authorized agent. If the Bid is submitted by a firm, association or partnership, the name and address of each member must be given, and the Bid must be signed by an official or duly authorized agent. Powers of Attorney which authorize agents or others to sign Bids must be properly certified and must be in writing and submitted with the Bid. 1.09 BID SECURITY A. Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent (5 %) of the Bidder's maximum Bid price; and same shall be in the form of a cashier's check or a Bid Bond, duly executed by Bidder as principal and having as surety thereon a corporate surety authorized and admitted to do business in the state of Texas and licensed to issue such bond, as a guarantee that the Bidder will enter into the Contract and execute the required Performance and Payment Bonds within five (5) days of Owner's award of Contract. B. The Bid Security of the Contractor will be retained until such Bidder has executed the Construction Agreement and furnished the required bonds, whereupon the Bid security INSTRUCTIONS TO BIDDERS 00200 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 will be returned, If the Contractor fails to execute and deliver the Construction Agreement and furnish the required bonds within five (5) days of Owner's award of Contract, Owner may annul the award of Contract. In that event, the Bid security of that Bidder will be become the property of Owner as liquidated damages. Owner reserves the right to award the Construction Agreement to the next - ranking Bidder based on Owner's evaluations of the Bids as Owner deems to it be in the best interest of Owner. The Bid security of the other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh (7th) day after the effective date of the Construction Agreement or the ninety -fifth (95th) day after the Bid opening, whereupon the Bid security furnished by such Bidders will be returned. C. Owner has the right to retain the Bid security of all Bidders until either: 1. the Construction Agreement has been executed and the bonds have been furnished, or 2. the specified time has elapsed so that Bids may be withdrawn, or 3. all Bids have been rejected. 1.10 PERFORMANCE BOND & LABOR & MATERIAL PAYMENT BOND A. The Contractor shall post with Owner, within five (5) days of Owner's award of Contract, a Performance Bond in the amount of one hundred percent (100 %) of the total Contract price in such form as is deemed satisfactory by Owner. This bond shall be executed by a corporate Surety Company duly authorized and admitted to do business in the state of Texas and licensed to issue such bond in the state of Texas. B. The Contractor shall post with Owner, within five (5) days of Owner's award of Contract, a Payment Bond in the amount of one hundred percent (100 %) of the total Contract price in such form as is deemed satisfactory by Owner. This bond shall be executed by a corporate Surety Company duly authorized and admitted to do business in the state of Texas and licensed to issue such bond in the state of Texas. C. In addition to the above requirements, if the amount of any Bond exceeds One Hundred Thousand and No /100 Dollars ($100,000.00), then the Surety on such Bond must also: 1. Hold a certificate of authority from the United States Secretary of the Treasury to qualify as a Surety on obligations permitted or required under federal law; or 2. Have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the Surety on the Bond or the reinsurer holds a certificate of authority from the United States Secretary of the Treasury, Owner may conclusively rely on the list of companies holding certificates of authority as acceptable sureties on federal bonds and as acceptable reinsuring companies published in the Federal Register by the United States Department of the Treasury covering the date on which the Bond was executed. INSTRUCTIONS TO BIDDERS 00200 -5 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 1.11 FILING BID D. The Contractor must file, along with the Performance Bond and Payment Bond, all documents and information necessary to establish that the agent signing the Bond is authorized to write the Bond in the amount requested and, if applicable, that reinsurance requirements have been met, including limits and ratings or other evidence of company solvency. E. If the corporate Surety Company on any Bond furnished by the Contractor to Owner is declared bankrupt or becomes insolvent or such corporate Surety Company's right to do business in the state of Texas is revoked, then the Contractor shall within five (5) days thereafter substitute another Bond and corporate Surety Company, both of which must be deemed acceptable by Owner. A. No Bid will be considered unless it is filed with Owner within the time limit for receiving Bids as stated in the Instructions to Bidders. Each Bid shall be in a sealed envelope plainly marked as designated in the Instructions to Bidders. 1.12 MODIFICATION AND WITHDRAWAL OF BID A. No Bid may be withdrawn or modified after the Bid opening except where the award of the Contract has been delayed beyond ninety (90) days after date of Bid opening. 1.13 IRREGULAR BID A. Bids will not be considered if they show any omissions, alterations of form, additions, conditions not requested, unauthorized alternate Bids, or irregularities of any kind. However, Owner reserves the right to waive any irregularities and to make the award in the best interest of Owner. 1.14 REJECTION OF BID A. The Bidder acknowledges the right of Owner to reject any or all Bids and to waive any informality or irregularity in any Bid received. In addition, the Bidder recognizes the right of Owner to reject a Bid if the Bidder failed to furnish any required Bid security, or to submit the data required by the Bid Documents, or if the Bid is in any way deemed incomplete or irregular. 1.15 SFJ.FCTION CRITERIA AND OWNER EVALUATION A. Owner intends to award the Contract to the Bidder whose Bid represents the lowest, qualified, responsible and responsive Bid. INSTRUCTIONS TO BIDDERS 00200-6 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 B. Bids shall be publicly opened and read aloud. An abstract of the amounts of the base Bids and alternates will be made available to Bidders after the opening of Bids. C. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates and other data as may be requested in the Bid Form or prior to the Notice of Award. D. Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents, to Owner's satisfaction within the prescribed time. E. If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of the Project. The Total Base Bid will be the basis of evaluation. F. If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. 1.16 EXECUTION OF CONTRACT A. No Contract shall be binding on Owner until it has been executed by Owner or its duly authorized representative, and same delivered to the Contractor. 1.17 FAILURE TO EXECUTE CONTRACT A. The failure of the Bidder to execute the required Bonds or to sign the required Contract within five (5) days after the Contract is awarded shall be considered by Owner as abandonment of the Bid, and Owner may annul the award. 1.18 PURCHASE ORDER A. Purchase order(s) shall be generated by Owner to the Contractor. The purchase order number must appear on all itemized invoices. 1.19 NOTICE TO PROCEED A. Upon the execution of Bonds and Contract, Owner will issue a written Notice to Proceed to the Contractor requesting that it proceed with construction, establishing the commencement of the Contract time, and the Contractor shall commence work within seven (7) days after the date of Notice to Proceed. INSTRUCTIONS TO BIDDERS 00200 -7 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 1.20 CONSTRUCTION SCHEDULE A. The time for completion is 11:59 o'clock p.m. on the date of Substantial Completion of Work, and such deadline for completion will be included in the Construction Agreement. 1.21 LIQUIDATED DAMAGES A. Should the Contractor fail to achieve completion of the Work within the specified completion schedule, then the sum of Two Hundred Fifty and No /100 Dollars ($250.00) per calendar day of delay will be deducted from the money due the Contractor for the Work, and such sums shall be reasonable liquidated damages due to the impracticability or impossibility of ascertaining the actual damages. 1.22 PERMITS A. The Contractor shall be responsible for obtaining all necessary permits. 1.23 MATERIALS TESTING 1.24 WAGE SCALE A. Owner will be responsible for providing or contracting for inspection services and materials testing, all in accordance with Texas Local Govemment Code §271.116(c) and any other applicable statutes. A. In accordance with V.T.C.A., Government Code, Title 10, §2258 "Prevailing Wage Rates," the general prevailing wage rate has been determined for this locality for the craft or type of worker needed to execute work of a similar character to the Project listed herein. The Contractor shall pay the prevailing wage rate in this locality to all employees and subcontractors performing work on this project, and in no event shall the Contractor pay less than the rate shown in the following schedule: Except for work on legal holidays, the "General Prevailing Rate of Per Diem Wage" for the various crafts or type of workers or mechanics is the product of (a) the number of hours worked per day, except for overtime hours, times (b) the above respective rate per hour. B. For legal holidays, the "General Prevailing Rate of Per Diem Wage" for the various crafts or type of workers or mechanics is the product of (a) one and one -half times the above respective rate per hour, times (b) the number of hours worked on the legal holiday. C. For overtime work, the "General Prevailing Rate of Per Diem Wage" for the various crafts or type of workers or mechanics is the product of (a) one and one -half times the above respective rate per hour, times (b) the number of hours worked on overtime. D. Under the provisions of V.T.C.A., Government Code, Title 10, §2258 "Prevailing Wage Rates," the Contractor or subcontractor of the Contractor shall forfeit as a penalty to the INSTRUCTIONS TO BIDDERS 00200 - City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 entity on whose behalf the contract is made or awarded, the sum of Sixty and No /100 Dollars ($60.00) for each calendar day, or portion thereof, that the worker is paid less than the wage rates stipulated in the contract. E. If the construction project involves the expenditure of federal funds in excess of Two Thousand and No /100 Dollars ($2,000.00), then the minimum wages to be paid various classes of laborers and mechanics will be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on the Project of a character similar to the Contract Work. 1.25 MISCELLANEOUS PROVISIONS A. Any quantities given in any portion of the Contract Documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. B. The Contractor shall not commence work until it has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the Contractor allow any subcontractor to commence work on its subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The Certificate of Insurance form included in the Contract Documents must be used by the Contractor's insurer to furnish proof of insurance. C. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this Contract. This Contract is issued by an organization which is qualified for exemption pursuant to the provisions of §151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed: 1. The Contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; 2. The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3. The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. D. If the Bidder's insurance company is authorized, pursuant to its agreement with Bidder, to arrange for the replacement of a loss rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by Bidder a Performance Bond in accordance with §2253.021(b), Texas Government Code, and a Payment Bond in accordance with §2253.021(c), Texas Government Code. INSTRUCTIONS TO BIDDERS 00200-9 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED INSTRUCTIONS TO BIDDERS 00200- 10 THE STATE OF TEXAS COUNTY OF TRAVIS f[hat Trimbuilt Construction, Inc. , of the City of Austin Cotmty'of Travis State of Texas as p and Continental Casualty Company , authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS ( "Owner"), in the penal sum of Five Percent (5%) of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made, and the said Principal and Surety do hereby .bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, as follows: . In no case shall the liability of the Surety hereunder exceed the sum of 5% of greatest amount bid in I)pfl ($ ) THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas, the Principal has submitted the above - referenced Bid to the Owner, for constmction of the Work under the "Specifieations for Constmdion of Water & Wastewater Utilities Services Bldg. ," for which Bids are to be opened at the office of Owner on the 15 tbday of July , 2003 NOW, THEREFORE, if the Principal is awarded the Contract, and within the time and manner required under the "Instructions to Bidders," after the prescribed forms are presented to • her/him for signature, enters into a written Agreement substantially in the form contained in the Specifications, in accordance with the Bid, end files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said. Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attomey's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 15th day of the month of July , 200 3 . TRIMBUILT CONSTRUCTION INC. Principal B Title: Aim Address: . 0. Box 80169 Austin, TR 78708 -0169 BID BOND § KNOW ALL BY THESE PRESENTS: § CONTINENTAL CASUALTY COMPANY Surety By Title: Alan Williams, Attorney —in —Fact Address: 3108 North Lamar Blvd. Austin, TX 78705 -2028 1 1 1 Resident 1 1 1 • City, State, Zip 1 1 1 1 1 1 1 1 1 1 1 1 1 ent of Surety: Signature Alan Williams Printed Name c/o CIA Insurance Agency,. Inc. dba Consolidated Insurance Agency street Address 3108 North Lamar Blvd. Austin, TX 78705 -2028 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casualty Company of Reading, Pennsylvania (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago. and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Peter Pincoffs, John S. Burns, Jr., Bess A. Roberts, Chris Brandt, Alan Williams, Individually of Austin, Texas their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds. undertakings and other obligatory instruments of similar nature -- In Unlimited Amounts --- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney Is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of February, 2001. (Rev. 1f23/01) 'OFFICIAL SEAL" - OWJE FAULKNER i INYn POOL tLLN find* .• Cownieslon My Commission Expires September 17, 2001 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Michael Gengler Group Vice President State of Illinois, County of Cook, ss: _ On this 21st day of February, 2001. before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say. that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casualty Company of Reading. Pennsylvania described In and which executed the above instrument that he knows the seals of said corporations; that the seals affixed to the said instrument are such. corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Diane Faulkner CERTIFICATE 1, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casualty Company of Reading, Pennsylvania do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on therpverse hereof is still in force. In testimony whereof I hav hereunto subscribed my name and affixed the seal of the said corporations this f SS hh day of July . Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, - Pennsylvania Q ca8 (l,..,aP9 Mary A. Ribikawskis Notary Public Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX-- Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the. Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by they Board of Directors of the Company. .. '`Article VI— Execution of Obligations and Appointment of Attorney-in -Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the. President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -In -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such - attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in -fact' This Power of Attorney Is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws. and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: • This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. 'RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fad to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fad, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in- Fact." . • This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February. 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attomey granted pursuant to the Resolution adopted by this Board of Directors on February 17. 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." City of Round Rock Public Works Building Moman Architects, Inc. .Job #03109.00 July 11, 2003 Request for Sealed Bid for Construction Services SECTION 00410 - BID FORM PROJECT NAME: Public Works Transportation, Water & Wastewater Utilities Building City of Round Rock PROJECT LOCATION: 212 Commerce Cove Round Rock, Williamson County, Texas PROJECT OWNER: City of Round Rock, Texas (hereinafter referred to as Owner) DATE: BIDDER: CONTRACTOR BIDS: 15 atX13 Firm Name: Tr't fnknt u , Y1•• Principal Office Address: k1 . Pt lfrt PtUSAiNil_ 7115 Telephone Number. ctrl g 1 712)a —1919 Facsimile Number: (S 1 a.) 1513 - °I LA P- Primaty Contact Name: KR 1 I n t- • 141 WiA1 Primary Contact Title: 65tirnCr3 / Pr6SC Y11i-1 ary ADDENDA ACKNOWLEDGMENT: The undersigned Bidder acknowledges receipt of the following Addenda: Addendum No.1 dated Date Received — 1 —IA —03 Addendum No.2 dated Date Received Addendum No.3 dated Date Received NO MODIFICATIONS. ADDITIONS, DELETIONS OR ATTACHMENTS SHALL BE MADE TO THIS BID FORM. IN SUBMITTING THIS BID. THE BIDDER REPRESENTS THAT ALL LABOR. MATERIALS. EQUIPMENT AND SERVICES ASSOCIATED WITH THE WORK, AS WELL AS THE TERMS AND CONDITIONS OF THE PROPOSED CONTRACT, SHALL BE IN STRICT CONFORMANCE WITH THE CONTRACT DOCUMENTS ON WHICH THIS BID IS BASED. In response to the Invitation to Bid, and for the execution of the Work described by the Contract Documents for the above - described project, and having examined the site where the Work is to be performed, and being familiar with local conditions as they might in any way affect the cost and/or time for execution of the Work, and having carefully examined all of the Contract Documents and Addenda thereto, the undersigned Bidder agrees to perform all of the Work, to provide all services, to fumish all BID FORM 00410 -1 City of Round Rock Public Works Building Moman Architects, Inc. July 11, 2003 Job #03109 -00 necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, including transportation and other facilities as may be required for the complete and satisfactory and timely execution of the Work for which this Bid is submitted, as provided by the attached supplemental specifications and as shown on the plans for the construction of the City of Round Rock Public Works Building, all for the lump -sum consideration stated as follows: TOTAL.BID CONTRACT SUM: +u hut-Arad rl'n n -i ousc i and, oat- Dollars ($ Z I l (00, ) h indrt,91 - Alternate Pricing Schedule Waren Words ALTERNATE NO. Delete Perin. ADD or aEDU ALTERNATE NO. Change P ADD or 'EDUsi ALTERNATE NO. 3: Change E ADD o (DE ► CTl ALTERNATE NO. 4: ` Change Insul : ' . ' . m beneath roof deck to above ceiling tile dollars t� t i i lp �Q () ADD or 'BDUCT) FgiK tD$i7Li1U.titDP 5104 > S tb °C itoc. UNIT PRICES: The undersigned Bidder agrees that in case of an authorized adjustment to the scope of Work shown. the following unit price(s) will be used in adjusting the Contract amount: Item Description 1: 08 II Insulation F�JC. Ntaxldirri l . Sl t ��3k�l�sics rn iollars� 510c. 2: 1�""D CtuetoPrismatic ©�"f1dJSc4 11-4y d0�l�ollars $ Cl D IU . o MC Cable n I not h Jn clo -o m ( 4,1 oa % dollars $ `- Unit Price Unit Price Add oD Deduct 1. Blinds (Cost per Window): ` $ $ Q. ($ - Q1 ro I ns' n;a 5.2' gi i r.6.5 `El (7 tor - Deobou -1 s t c° o The undersigned Bidder agrees to commence work within ten (7) calendar days after the date of written "Notice to Proceed." A Notice to Proceed will be issued on or about Monday, July 28, 2003. The undersigned Bidder further agrees to complete the work in one hundred twenty (120) calendar days, subject to any extensions of time allowed by the Contract Documents, and in phases as indicated on the drawings. The undersigned Bidder and the Owner agree that for each and every calendar day on which the Work, or any portion thereof, remains incomplete after the date of Substantial Completion, the Bidder shall pay the amount of Two Hundred Fifty Dollars ($250.00) per calendar day as liquidated damages, not as a penalty but for delay damages to the Owner. Such amount shall be deducted by the Owner from any payment due to the Bidder. The undersigned Bidder agrees that this Bid shall be good for and may not be withdrawn for a period of ninety (90) calendar days after closing deadline for receiving Bids. BID FORM 00410 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 City of Round Rock Public Works Building Moman Architects, Inc. Job #03109 -00 July 11, 2003 The undersigned Bidder agrees, if notified of the acceptance of this Bid within ninety (90) days of the time set for opening of Bids, to execute and deliver to the Owner within five (5) days from the date of such notification the required Construction Contract, a Performance Bond and a Payment Bond for the total amount of the Construction Agreement, and a Certificate of Insurance, all as stipulated in the Contract Documents. The undersigned Bidder agrees to attach to this Bid a certified check, cashier's check or Bid Bond in the amount of five percent (5 %) of the total proposed Contract sum. Also accompanying this Bid is all information required in the "Instruction to Bidders.' It is understood and agreed by and between the parties that the Bid security accompanying this Bid will be returned to the Bidder, except in the following instance: in the event of acceptance of this Bid, if the Bidder fails to execute the required Construction Agreement and deliver the required Performance and Payment Bonds within five (5) days after acceptance, then the Bid security shall become the property of the Owner and shall be considered as liquidated damages for the delay and other inconveniences suffered by the Owner because of such failure of the Bidder. The undersigned Bidder acknowledges that the Owner reserves the right to reject any and/or all Bids covered in the Invitation to Bid and that the Owner has the right to waive any informalities and/or defects in Bids or to accept such Bids as it shall deem to be in the best interests of the Owner. In submitting this Bid, the Bidder represents that no person or company other than the Bidder listed below or otherwise indicated hereinafter has any interest whatsoever in this Bid or the Construction Agreement that may be entered into as a result hereof. The undersigned Bidder certifies that the proposed Contract sum and all prices contained in this Bid have been carefully checked and are submitted as correct and final. The undersigned Bidder further certifies that the unit prices have been shown in words and figures for each item listed in this Bid; and it is understood and agreed that, in the event of a discrepancy, the words shall govern. The undersigned Bidder affirms that shelhe/they are duly authorized to execute this Bid, and that this company, corporation, firm, partnership, and/or individual has not prepared this Bid in collusion with any other Bidder. The undersigned Bidder affirms that the content of this Bid as to prices, terms, and conditions has not be communicated by the undersigned nor by any agents or employees of the undersigned to any other person engaged in this type of business, prior to the official public opening of this Bid. This Bid Form shall be signed by the Bidder as follows: 1. Sole Proprietorship: Signature of sole proprietor in the presence of a notary public who will also sign and affix seal, printed name, and printed title (if any). Insert the printed words "Sole Proprietor" under the signature. 2. Partnership or Joint Venture: Signature of all partners or joint venturers in the presence of a notary public who will also sign and affix seal, printed name, and printed title (if any). Insert the printed words "Partner" or "Joint Venturer" under each signature. 3. Corporation: Signature of duly authorized signing officers, printed names, and printed titles. Under each such signature, insert the capacity in which the signing officer acts. Affix the corporate seal. BID FORM 00410 -3 1 I I I I I I I I I BID FORM City of Round Rock Public Works Building Moman Architects, Inc. July 11, 2003 I I I Name of Firm ias€, N. L rncLr -PcuStn ,TV Address of Firm (so) 1 te. --19 Telephone Number of Firm (51a Facsimile Number of Firm Job 003109 -00 Signat - Bidders S. & - 16 rnrr' Printed Name of$ idler P 's11en -! Otaner Title [Corporate Seal, if a corporation] THE STATE OF TEXAS COUNTY OF ji In SUBSCRIB the month of indicated. �� mhl��1 � COl15tY t i rt-• ACKNOWLEDGMENT § SWORN TO BEFORE ME by the undersigned on this the 5 Say of 2003, in the • . • ity and . e purposes therein Notary Public, State of My Commission Expires: ; Atfreda Mn Ruiz • Navy Public, Slate of Texas oi• My catmassi., 6q,ms APRIL 19, 2004 00410 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 00500 - AGREEMENT FORM OF AGREEMENT 1.01 City of Round Rock Contract Forms - Agreement, forms the basis of Contract between the Owner and Contractor. 1.02 Immediately following this Section is a copy of the Agreement form. END OF AGREEMENT AGREEMENT 00500 - 1 CITY OF ROUND ROCK THE STATE OF TEXAS COUNTY OF WILLIAMSON KNOW ALL BY THESE PRESENTS: THIS AGREEMENT is made and entered into on this 14 day of the month of August, 2003, by and between the City of Round Rock, Texas, a home -rule city and municipal corporation with principal offices located at 221 East Main Street, Round Rock, Williamson and Travis Counties, Texas, 78664 (hereinafter referred to as "Owner "), and Trimbuilt Construction, Inc., with principal offices located at 12800 N. Lamar, Austin, Texas 78753, (hereinafter referred to as "Contractor "). That, for and in consideration of the mutual terms, conditions and covenants of this Agreement and the accompanying documents between Owner and Contractor and for and in consideration of payments as set forth therein, Contractor hereby agrees to commence and complete the following Project: Public Works Department Transportation, Water & Wastewater Utility Services Renovation together with any and all extra work in accordance with the Project Manual, Drawings and Addenda, as prepared by Moman Architects Inc. and approved by Owner, in the total amount of (amount expressed in numerals) $219,100.00, (amount expressed in words) Two Hundred Nineteen Thousand One Hundred Dollars. Contractor hereby agrees to commence Work within seven (7) calendar days following the date contained in the Notice to Proceed issued by Owner, and Contractor hereby agrees to substantially complete the work in one hundred twenty (120) calendar days. breach. Waiver of any breach of this Agreement shall not constitute waiver of any subsequent Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions, all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. Although drawn by Owner, both parties hereto expressly agree and assert that in the event of any dispute over its meaning or application, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. IN WITNESS WHEREOF, both parties have caused this Agreement to be signed in their respective corporate names by duly authorized representatives, and the parties hereby bind Page 1 00500 — 7 -2003 Agreement themselves, their successors and assigns for the faithful and full performance of the terms and provisions hereof. EXECUTED on the latest date of the si • atories indicated below. OWNER By: ound Rock Printed Name: Nvle Maxwell Date Signed: ".2S ' ATTEST: By: City Secretary, City of Round CONTRACT By: ' -s Con dent/Owner ction, In Printed Name: B. f Trimm / Date Signed: b 1 /9 /Q3 Page 2 00500 — 7 -2003 Agreement City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 00600 - INSURANCE AND CONSTRUCTION BOND FORMS INSURANCE AND CONSTRUCTION BOND FORMS 1.01 THE OWNER HAS AN INTENTION TO REQUIRE THE FOLLOWING FORMS: A. Performance Bond B. Payment Bond C. Certificate of Liability Insurance 1.02 COPIES OF THESE FORMS ARE IMMEDIATELY FOLLOWING THIS SECTION. END OF DOCUMENT 00600 INSURANCE AND CONSTRUCTION BOND FORMS 00600 - 1 THE STATE OF TEXAS COUNTY OF WAJ.IAMSON PERFORMANCE BOND BOND #929288734 KNOW ALL MEN BY THESE PRESENTS: That Trimbuilt Construction, Inc. of the City of Austin , County of Travis , and State of Texas , as Principal, and Continental Casualty Co. authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of Two Hundred Nineteen Thousand, One Hundred & No/100 dollars (5 219,100.00 * * * * * * ** ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the 14th day of August , 20 0 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Public Works Department Transportation, Water & Wastewater Utility Services Renovation NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, 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 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. pustbid.mat/apec master PBD -1 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of August 2003 TRIMBUILT CONSTRUCTION, INC. Principal Surety / By: �z- By: � Address �YPh . U1E++7 - S Title 12800 North Lamar Boulevard Austin, TX 78753 Resident Agent of Surety: Alan Williams Printed Name 3108 North Lamar Boulevard Address Austin, TX 78705 -2028 postbid.mst/spcc master PBD -2 CONTINENTAL CASUALTY COMPANY Alan Williams Attorney -in -Fact Title c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Address 3108 North Lamar Boulevard Austin, TX 78705 -2028 THE STATE OF TEXAS COUNTY OF WILLIAMSON postbid.mst/spec master PAYMENT BOND Bond #929288734 KNOW ALL MEN BY THESE PRESENTS: That Trimbuilt Construction , Inc. , of the City of Austin County of T ravis and State of Texas as Principal, and Continental casualty authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Two Hundred Nineteen Thousand, One Hundred and No /100 Dollars ($ 219,100.00 * * * * * * * * * * * * * * * * * * * * * * ** ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated th 14th day of August , 20 03 , to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Public Works Department Transportation, Water & Wastewater Utility Services Renovation NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of rime, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 14th day of August , 20 03 • TRIMBUILT CONSTRUCTION, INC. CONTINENTAL CASUALTY COMPANY Title 12800 North Lamar Boulevard Address Austin, TX 78753 Resident Agent of Surety: Alan Williams Printed Name 3108 North Lamar Boulevard 1 Address Austin, TX 78705 -2028 City, State Signature pestbid.mstispec master 'Zip Code r d� PBD-4 Surety By: Alan William Attorney -in -Fact Title c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Address 3108 North Lamar Boulevard Austin, TX 78705 -2028 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casualty Company of Reading, Pennsylvania (herein called "the CNA Companies'), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Peter Pincoffs, John S. Burns, Jr., Bess A. Roberts, Chris Brandt, Alan Williams, Individually of Austin, Texas their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - -- In Unlimited Amounts — and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of February, 2001. (Rev. 1/23/01) 'OFFICIAL SEAL' 5 DLANE FAULKNER • ii Hell.. UMW' Minis i y EvItoi 9f17ro1 My Commission Expires September 17, 2001 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania / 7 Michael Gengler Group Vice President State of Illinois, County of Cook, ss: On this 21st day of February. 2001, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casually Company of Reading, Pennsylvania described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, National Fire Insurance Company of Hartford, and American Casualty Company of Reading, Pennsylvania do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on the y�rse hereof is still in farce. In testimony whereof (have hereunto subscribed my nag_ apd affixed the seal of the said corporations this LL day of August CUUJ Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Q �e Mary A. Riblkawskis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX— Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI— Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey -in- Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." Form F6944 State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. 929288734 In accordance with Section 2253.021(0 of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822 -5000 In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies ") as surety or insurer: Westem Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM Form F7310 NOTICE The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90 %) of covered terrorism losses exceeding the applicable surety /insurer deductible. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATE OF LIABILITY INSURANCE Date: R /19/2003 PRODUCER Consolidated Insurance Agency 3108 N. llamar Blvd. Austin, TX 78705 COMPANIES AFFORDING COVERAGE A Old Republic Lloyds of Texas B Old Republic Insurance Co. INSURED C Insterstate Fire & Casualty Co. Trimbuilt Construction, Inc. PO Box 80169 D Austin, TX 78708 -0169 THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE GENERAL LIABILITY OTHER postbid.msUspec master TCP4464062 8/15/03 - 8/15/04 BAA4464862 8/15/03 - 8/15/04 WORKERS • COMPENSATION AND EMPLOYERS' LIABILITY WC14670292 8/15/03 - 8/15/04 DESCRIPTION OF OPERATIONS/LOCATIONS/ VEHICLES /SPECIAL ITEMS/EXCEPTIONS PBD -5 GENERAL AGGREGATE PRODUCTS-COMP/OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one face) I 1 AUTOMOBILE LIABILITY COMBINED SINGLE MAT $1,000,000 BODILY INJURY (Per person) $ 1 A BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ C EXCESSLIABILSFY Ut401605718 8/15/03- 8/15/04 EACH OCCURRENCE 15,000,000 AGGREGATE $5,000,000 IB $2,000,000 $2,000,000 s 11;000, 000 $ 1,000,000 $ 100,000 MED. EXPENSE (Any one persan)1 STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE $1,000,000 1 1 s1,000,000 , 1,000,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager City of Round Rock SIGNATURE OF AUTHORIZED REPRESENTATIVE Street l ® � M ' ( l j ` Round t0 Routh nd Rock, Texas 78664 t Typed Name: Alan Williams Title: V i - U /Ztix, City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 00700 - GENERAL CONDITIONS FORM OF GENERAL CONDITIONS 1.01 City of Round Rock Contract Forms - General Conditions of the Contract for Construction is hereby made a part of the Contract Documents and hereafter, is the General Conditions between the Owner and Contractor. 1.02 Immediately following this section is a copy. END OF DOCUMENT 00700 GENERAL CONDITIONS 00700 - 1 Article Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS City of Round Rock Contract Forms General Conditions Section 00700 Page Number 1. DEFINITIONS 2 2. PRELIMINARY MATTERS 5 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 6 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 6 5. BONDS AND INSURANCE 8 6. CONTRACTORS RESPONSIBILITIES 10 7. OTHER WORK 17 8. OWNERS RESPONSIBILITIES 17 9. ENGINEER /ARCHITECT'S STATUS DURING CONSTRUCTION 18 10. CHANGES IN THE WORK 19 11. CHANGE OF CONTRACT AMOUNT 20 12. CHANGE OF CONTRACT TIMES 22 13. TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 23 14. PAYMENTS TO CONTRACTOR AND COMPLETION 25 15. SUSPENSION OF WORK AND TERMINATION 29 16. DISPUTE RESOLUTION 30 17. RIGHT TO AUDIT 31 18. MISCELLANEOUS 32 00700 06/25/03 Page 1 General Conditions 00009166 GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda - Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids that clarify, correct or change the proposal or bidding requirements or the Contract Documents. 1.2 Agreement - Prescribed form, referenced as Section 00500. 1.3 Alternative Disoute Resolution - The process by which a disputed Claim may be settled if the OWNER and the CONTRACTOR cannot reach an agreement between themselves, as an alternative to litigation. 1.4 Bid - Proposal of bidder on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.5 Bid Documents - The advertisement or invitation for bids, instructions to bidders, the bid form, the Contract Documents and Addenda. 1.6 Calendar Day - Any day of the week; no days being excepted. Work on Saturdays, Sundays, and /or Legal Holidays shall only be conducted with prior express written consent of the OWNER. 1.7 Change Directive - A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both. A Change Directive may be used in the absence of total agreement on the terms of a Change Order. A Change Directive does not change the Contract Amount or Contract Time, but is evidence that the parties expect that the change directed or documented by a Change Directive will be incorporated in a subsequently issued Change Order. 1.8 Change Orders - Written agreements entered into between the CONTRACTOR and the OWNER authorizing an addition, deletion, or revision to the Contract, issued on or after the Execution Date of the Agreement and within the Contract term. 1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract. 1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR for performance of the Work, as evidenced by the Contract Documents. 1.11 Contract Amount - The amount payable by the OWNER to the CONTRACTOR for completion of the Work in accordance with the Contract Documents. 1.12 Contract Documents - Project Manual, Drawings, Addenda and Change Orders. 1.13 Contract Time - The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty -four (24) hours measured from midnight to the next midnight will constitute day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined. 1.16 Engineer /Architect (E/A) - The OWNER's design professional identified as such in the Contract. The titles of "Architect/Engineer," "Architect" and 'Engineer" used in the Contract Documents shall be read the same as Engineer /Architect (E/A). Nothing contained in the Contract Documents shall create any contractual or agency relationship between E/A and the CONTRACTOR. 1.17 Equal - The terms "equal" or "approved equal" shall have the same meaning. 1.18 Execution Date - Date of last signature of the parties to the Agreement. 1.19 Field Order - A written order issued by Owner's Representative which orders minor changes 00700 06/25/03 Page 2 General Conditions in the Work and which does not involve a change in the Contract Amount or the Contract Time. 1.20 Final Acceptance — The stage in the Contract process when, in the OWNER's opinion, Final Completion of the Work has been attained and a Certificate of Acceptance approved by the OWNER is issued. 1.21 Final Completion - The stage in the progress of the Work when, in the OWNER's opinion, the entire Work has been completed, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the OWNER is processing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of Acceptance approved by the OWNER. 1.22 Inspector - The authorized representative of any regulatory agency that has jurisdiction over any portion of the Work. 1.23 Legal Holidays 1.23.1 The following OWNER: Holiday are recognized by the Date Observed New Year's Day January 1 Martin Luther King, Jr.'s Third Monday Birthday in January President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Third Monday in February Last Monday in May July 4 First Monday in September November 11 Fourth Thursday in November Friday after Friday after Thanksgiving Thanksgiving Christmas Eve December 24 Christmas Day December 25 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones - A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed - A Written Notice given by the OWNER to the CONTRACTOR fixing the date on which the Contract Times will commence to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. 1.26 OWNER — The City of Round Rock, Texas, a municipal corporation, home -rule city and political subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee, officers, agents or employees to administer design and construction of the Project. 1.27 Owner's Representative - The designated representative of the OWNER. 1.28 Partial Occupancy or Use - Use by the OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work, provided the OWNER and the CONTRACTOR have accepted in writing the responsibilities assigned to each of them for payments, retainage if any, security, maintenance, utilities, corrective work, insurance and warranties. 1.29 Protect - The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 1.30 Project Manual - That portion of the Contract Documents which may include the following: introductory information; bidding requirements, Contract forms and General and Supplemental General Conditions; General Requirements; Specifications; Drawings; Project Safety Manual; and Addenda. 1.31 Proposal — Proposal of Offeror, under Local Government Code §271. providing for alternative 00700 06/25/03 Page 3 General Conditions project delivery methods, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents — The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form, the Contract Documents and Addenda. 1.33 Resident Project Representative - The authorized representative of EJA who may be assigned to the site or any part thereof. 1.34 Shop Drawings - All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications - Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards, workmanship, equipment and services in order to render a completed and useful project. 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion, is sufficiently complete in accordance with the Contract Documents so that the OWNER can occupy or utilize the Work for its intended use or such that all parts of the Work under consideration are fully operational, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 1.37 Subcontractor - An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 1.38 Sub- subcontractor - A person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work. 1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill instructions from Owner's Representative, and who shall supervise and direct construction of the Work. 1.40 Supplemental General Conditions - The part of the Contract Documents which either amends or supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall be considered as remaining in full force and effect. 1.41 Supplier - An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. 1.42 Time Extension Request - An approved request for time extension on a form acceptable to the OWNER. 1.43 Work - The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. 1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which conditions not under the CONTRACTOR's control will permit work for at least seven (7) hours of the Working Times. Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be allowed and in that event a Working day will be counted for each such day. 1.45 Working Times — Times of day(s) during which work may be performed. Unless authorized by Owner's Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein. 1.46 Written Notice - Written communication between the OWNER and the CONTRACTOR. Written Notice shall be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR'S duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owners Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. 00700 06/25/03 Page 4 General Conditions ARTICLE 2 - PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10) Calendar Days after written notification of award of Contract, the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificate(s) and other documentation required for execution of the Contract. 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. Additional copies will be furnished, upon request, at the cost specified in the Supplemental General Conditions. 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) will begin to run on the day indicated in the Notice to Proceed. Notice to Proceed will be given at any time within sixty (60) Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER'S approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owners Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work; .4 a letter designating CONTRACTOR'S Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non -Use of Asbestos Affidavit (Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. 2.5 Preconstruction Conference: Prior to commencement of Work at the site, a preconstruction conference attended by the CONTRACTOR, Owners Representative and others will be held. 2.6 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain 00700 06/25/03 Page 5 General Conditions approval of Owner's Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample submissions must provide an arrangement agreeable to the parties for reviewing and processing the required submittals. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Intent: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the CONTRACTOR shall be required to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the intended results. 3.1.2 Unless otherwise stated in the Contract Documents, words which have well -known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: If, during the performance of the Work, the CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work or of any such standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall immediately report it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work affected thereby until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for failure to report any such 00700 06/25/03 conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably should have known. 3.3 Amending and Supplementing Contract Documents: 3.3.1 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: .1 Change Order. .2 Change Directive. .3 Time Extension Request. 3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: .1 Field Order. .2 Review of a Shop Drawing or sample. .3 Written interpretation or clarification. 3.4 Reuse of Documents Prohibited: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of E/A or E/A's consultants, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of the OWNER and E/A. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Avallabllity of Lands: The OWNER shall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of the CONTRACTOR. The OWNER shall identify any Page 6 General Conditions encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which the CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER fails to furnish these lands, rights -of -way or easements in a timely manner, the CONTRACTOR may make a Claim for adjustments in the Contract Times. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions: 4.2.1 The CONTRACTOR hereby covenants that it has examined the site of the proposed Work and is familiar with all of the conditions surrounding construction of the Project, having conducted all inquiries, tests and investigations deemed necessary and proper. 4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, that differ materially from those normally encountered in the type of work being performed under this Contract, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than seven (7) calendar days after first observance of the conditions. Owner's Representative will promptly investigate such conditions with E/A and, if they differ materially and cause an increase or decrease in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, will recommend an equitable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the CONTRACTOR shall be notified in writing, stating the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16. 4.2.3 Notwithstanding any other provision of this Contract, the CONTRACTOR shall be solely responsible for the location and protection of any and all public lines and utility customer service lines in the Work area. For the purposes of this section, "public lines" means the utility distribution and supply system within public rights -of -way or easements, and 00700 06/25/03 "utility customer service lines" (service) means any utility line connecting a utility customer to the utility distribution system. Generally, existing service connections within right -of -way or easements are not shown on the Drawings. The CONTRACTOR shall notify the OWNER and One Call" and exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work or storage areas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The CONTRACTOR shall indemnify or reimburse such expenses or costs (including fines that may be levied against the OWNER) that may result from unauthorized or accidental damage to all public lines and utility customer service lines in the Work area. The OWNER reserves the right to repair such damage the CONTRACTOR may cause, at the CONTRACTOR's expense. 4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without written permission of the OWNER and the Texas Department of Antiquities Protection. When such objects are uncovered unexpectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's Representative and the Texas Department of Antiquities Protection of their presence and shall not disturb them until written permission and permit to do so is granted. All primitive rights and antiquities uncovered on the OWNER's property shall remain property of the State of Texas, the Texas Department of Antiquities Protection conforming to the Texas Natural Resources Code. If it is determined by the OWNER, in consultation with the Texas Department of Antiquities Protection, that exploration or excavation of primitive records or antiquities on Project site is necessary to avoid loss, the CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, the Contract Amount and/or Contract Time may be equitably adjusted. 4.3 Reference Points: Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points which, in the OWNER's opinion, are suitable for laying out the Work. Such benchmarks and reference points will be placed at intervals not to exceed 1,500 feet. All reference points, benchmarks, survey monuments and control points shall be carefully Page 7 General Conditions preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's responsibility during or upon completion of the Work. 4.4 Hazardous Materials: 4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials encountered before or during performance of the Work and shall take all necessary precautions to avoid further disturbance of the materials. 4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 4.4.3 No asbestos - containing materials shall be incorporated into the Work or brought on the Project site without prior approval of the OWNER. ARTICLE 5 - BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the OWNER and shall be issued by a surety which complies with the requirements of Art. 7.19 -1, Texas Insurance Code (1997) and which is otherwise acceptable to the OWNER. 5.2 Workers' Compensation Insurance Coverage: 5.2.1 Definitions: 00700 06/25/03 .1 Certificate of coverage ( "certificate ") - A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a coverage agreement showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project, for the duration of the Project. .2 Duration of the Project - includes the time from the beginning of the Work on the Project until the CONTRACTOR's/ person's Work on the Project has been completed and accepted by the OWNER. .3 Persons providing services on the Project ( "subcontractor" herein) - 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, by way of illustration and not of limitation, independent contractors, Subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without - limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food /beverage vendors, office supply deliveries, and delivery of portable toilets. 5.2.2 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. 5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. 5.2.4 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 Page 8 General Conditions coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: .1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and .2 no later than seven (7) 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. 5.2.6 The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one (1) year thereafter. 5.2.7 The CONTRACTOR shall notify the OWNER 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. 5.2.8 The CONTRACTOR shall post at its office or 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. 5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a Project to: .1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; .2 provide to the CONTRACTOR, prior to that person beginning Work on the Project, a certificate of coverage 00700 06/25/03 showing that coverage is being provided for at employees of the person providing services on the Project, for the duration of the Project; .3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER 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 .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self- Insurance Regulation. Providing Page 9 General Conditions false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. 5.2.11 The CONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the OWNER. 5.3 Other Bond and Insurance Requirements: For specific bond requirements and additional insurance requirements, refer to the Supplemental General Conditions. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English - speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub - subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 00830, and maintain weekly payroll reports as evidence thereof. 6.2.2 Unless otherwise specified, the CONTRACTOR shall provide and pay for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, re- testing of defective work, start-up and completion of the Work. 6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the CONTRACTOR shall furnish 00700 06/25/03 Page 10 General Conditions 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 satisfactory evidence (reports of required tests, manufacturer's certificates of compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. 6.2.4 Substitutes and "Approved Equal" Items: 6.2.4.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains words reading that no like, equivalent or "approved equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to Owner's Representative under the following circumstances: .1 "Approved Equal ": If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by the OWNER as an "approved equal" item, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for evaluation of proposed substitute items. The CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to make its determination. .2 Substitute Items: If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph 6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit sufficient information to allow the OWNER to determine that the item of material or item of equipment proposed is essentially equivalent to that named and a substitute therefor. 6.2.4.2 Substitute Construction Methods and Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representative to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. 6.2.4.3 OWNER's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole judge of acceptability. No "approved equal or substitute shall be ordered, installed, or utilized until the OWNER's review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review procedure. The OWNER may require the CONTRACTOR to fumish at the CONTRACTOR's expense a special performance guarantee or other surety bond with respect to any "approved equal" or substitute. The OWNER shall not be responsible for any delay due to review time for any "approved equal" or substitute. 6.2.4.4 CONTRACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed "approved equal" or substitute item will be at the CONTRACTOR's expense. 6.2.5 The CONTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against its Suppliers for overcharges on materials incorporated in the Project growing out of illegal price fixing agreements. The CONTRACTOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits against Suppliers for illegal price fixing. 6.3 Progress Schedule: Unless otherwise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.6 as it may be adjusted from time to time as provided below: .1 The CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in the progress schedule that will not change the Contract Times or Milestones. Such adjustments will conform generally to the progress schedule then in effect . 00700 06/25/03 Page 11 General Conditions .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors, Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to, by Power of Attorney or otherwise, assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections, the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any Subcontractor, person or organization previously accepted by OWNER, the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier • or other person or organization shall constitute a waiver of any right of the OWNER to reject defective Work, 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub - subcontractors as indicated in other portions of the Contract Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten (10) Calendar Days after the CONTRACTOR's receipt of payment from the OWNER. 6.5 Patent Fees and Royalties: 6.5.1 The CONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights encompassing, in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the performance of the Work or the formulation or presentation of its Bid. 6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or process covered by letters, patent or copyright by suitable legal 00700 06/25/03 Page 12 General Conditions agreement with the patentee, copyright holder, or their duly authorized representative whether or not a particular design, device, material, or process is specified by the OWNER. 6.5.3 The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall save the OWNER harmless from any loss or liability, direct or indirect, arising with respect to the CONTRACTOR's process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith. The OWNER reserves the right to provide its own defense to any suit or claim of infringement of any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the OWNER. 6.5.4 The OWNER shall have the right to stop the Work and /or terminate this Agreement at any time in the event the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR's work methodology includes the use of any infringing design, device, material or process. 6.6 Permits, Fees: Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for all construction permits, licenses and fees required for prosecution of the Work. 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and regulations. 6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State and local laws and regulations, including those concerning control and abatement of water pollution and prevention and control of air pollution. 6.7.3 If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or regulations, then the CONTRACTOR shall bear all claims, costs, losses and damages arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make 00700 06/25/03 certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 6.8.2 The OWNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and is thereby exempt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas Tax Code, and Article 1066 (C), Local Sales and Use Tax Act, Revised Civil Statutes of Texas. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as Page 13 General Conditions well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings, will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial Completion of the Work, these record documents, samples and Shop Drawings shall be promptly delivered to Owner's Representative. 6.11 Safety and Protection: 6.11.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Upon request, and prior to installation of measures, the CONTRACTOR shall submit a site security plan for approval by the OWNER. By reviewing the plan or making recommendations or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of liability for damage, injury or loss. The CONTRACTOR shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: .1 at persons on the Work site or who may be affected by the Work; .2 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and .3 other property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. 6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and of underground facilities, and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or in part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone employed by any of them or anyone whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). The CONTRACTOR's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and Owner's Representative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.11.3 Safety Representative: The CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Upon request of the OWNER, the CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. 6.11.4 Hazard Communication Programs: The CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among 00700 06/25/03 Page 14 General Conditions employers at the site in accordance with laws and regulations. 6.11.5 Emergencies: 6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or EIA, is obligated to act reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's Representative determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency, a Change Directive or Change Order wit be issued to document the consequences of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's emergency action. 6.11.5.2 Authorized agents of the CONTRACTOR shall respond immediately to call - out at any time of any day or night when circumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the Work or adjacent property from damage, restriction or limitation or to take such action or measures pertaining to the Work as may be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent fail to respond and take action to alleviate such an emergency situation, the OWNER may direct other forces to take action as necessary to remedy the emergency condition, and the OWNER wit deduct any cost of such remedial action from the funds due to the CONTRACTOR under this Contract. 6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the CONTRACTOR shall notify Owner's Representative within twenty -four (24) hours of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event. Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and E/A's records, within forty -eight (48) hours of the event. 6.12 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes 00700 06/25/03 or disagreements with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the OWNER and the CONTRACTOR may agree in writing. 6.13 CONTRACTOR'S General Warranty and Guarantee: 6.13.1 The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and workmanlike manner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: .1 abuse, modification or improper maintenance or operation by persons other than the CONTRACTOR, Subcontractors or Suppliers; or .2 normal wear and tear under normal usage. 6.13.2 The CONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: .1 observations by Owner's Representative and /or FJA; .2 recommendation of any progress or final payment by Owners Representative; .3 the issuance of a certificate of Substantial Completion or any payment by the OWNER to the CONTRACTOR under the Contract Documents; .4 use or occupancy of the Work or any part thereof by the OWNER; .5 any acceptance by the OWNER or any failure to do so; .6 any review of a Shop Drawing or sample submittal; .7 any inspection, test or approval by others; or .8 any correction of defective Work by the OWNER. Page 15 General Conditions 6.14 Indemnification: 6.14.1 The CONTRACTOR shall defend, indemnify and hold harmless the OWNER, E/A, E/A's consultants and subconsultants and their respective officers, directors, partners, employees, agents and other consultants and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs) arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: .1 is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and .2 is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by laws and regulations regardless of the negligence of any such person or entity. 6.14.2 The indemnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on the amount or type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.14.3 The obligations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the OWNER, E/A, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by negligent preparation of maps, drawings, surveys, designs or specifications upon which is placed the applicable state - authorized design professional seal of the OWNER's, E/A's or E/A's consultant's officers, directors, partners, employees or agents. 6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site, scheduling or course of construction, or engages in other conduct which proximately causes damage to property based on inverse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the OWNER against all costs resulting from such claims. 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 6.15 Survival of Obligations: All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. 6.16 Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be done or from action of the elements, floods or from unforeseeable circumstances in prosecution of the Work or from unusual obstructions or difficulties which may be encountered in prosecution of the Work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. 6.17 Notice of Claim: Should the CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the OWNER or of any of the OWNER's employees or agents or others for whose acts the OWNER is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. 6.18 Liquidated Damages: The CONTRACTOR or its Surety shall be liable for liquidated damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. FOR SPECIFIC LIQUIDATED DAMAGES REQUIREMENTS, REFER TO THE SUPPLEMENTAL GENERAL CONDITIONS. 00700 - - 06/25/03 Page 16 General Conditions ARTICLE 7 - OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because - of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such — other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage wrongfully caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it' unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non - apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule deemed necessary after ajoint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. ARTICLE 8 - OWNERS RESPONSIBILITIES 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or fumishing any of the Work. 8.4 Information or services under the OWNER's control shall be furnished by the OWNER with reasonable promptness to avoid delay in the orderly progress of the Work. 8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference Points), Article 7 (Other Work) and Article 14 (Payments to the CONTRACTOR and Completion). 00700 06/25/03 Page 17 General Conditions 8.6 Notice of Claim: Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the CONTRACTOR is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. ARTICLE 9 - ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 9.1 FDA's Authority and Responsibilities: 9.1.1 The duties and responsibilities and the limitations of authority of EJA during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub - subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A wit not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by Article 14, but only to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.1.5 The limitations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's Consultants, Resident Project Representative and assistants. 9.2 E/A as Owner's Representative: 9.2.1 E/A may be designated as Owner's Representative under paragraph 8.1. 9.3 Visits to Site: If the OWNER so directs, E/A will make visits to the site at intervals appropriate to the various stages of construction as is necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is proceeding in accordance with the Contract Documents. E/A will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for the OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations, E/A will keep the OWNER informed of the progress of the Work and will endeavor to guard the OWNER against defective Work. E/A's visits and on -site observations are subject to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1. 9.4 Project Representative: If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more continuous observation of the Work. The - responsibilities and authority and limitations of any such Resident Project Representative and 00700 06/25/03 Page 18 General Conditions assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions. The OWNER may designate another representative or agent to represent the OWNER at the site who is not E /A, E/A's consultant, agent or employee. 9.5 Clarifications and Interpretations: E/A may determine that written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) are necessary. Such written clarifications or interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents, will be issued with reasonable promptness by Owner's Representative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12. 9.6 Rejecting Defective Work: E/A will recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ARTICLE 10 - CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety, the OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by Change Order, Change Directive or Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field Order. 10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4. 10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive is required before the CONTRACTOR commences any activities associated with a change in the Work which, in the CONTRACTOR 's opinion, will result in a change in the Contract Amount and /or Contract Times. 10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice wit be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.2 Change Orders: 10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering: .1 a change in the Work; .2 the amount of the adjustment in the Contract Amount, if any; and .3 the extent of the adjustment in the Contract Time, if any. 10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence or event causing the change in the Work encompassed by the Change Order. 10.3 Change Directives: 10.3.1 The OWNER may by written Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 00700 06/25/03 Page 19 General Conditions 10.3.3 A Change Directive signed by the CONTRACTOR indicates the agreement of the CONTRACTOR with proposed basis of adjustment, if any, in Contract Amount and Contract Time. Such agreement shall be effective immediately and shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon execution of a Change Directive, the CONTRACTOR shall promptly proceed with the change in the Work involved. 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and /or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: The CONTRACTOR shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by failure of the OWNER to provide information or material, if any, which is to be furnished by the OWNER or access to the Work. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the OWNER and, if found to be correct by the OWNER, shall be approved. If delay is caused by specific orders given by the OWNER to stop work or by performance of extra Work or by failure of the OWNER to provide material or necessary instructions for carrying on the Work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, the CONTRACTOR's application for which shall, however, be subject to approval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its performance bond from all the CONTRACTOR's obligations hereunder which shall remain in full force until discharge of the Contract. ARTICLE 11 - CHANGE OF CONTRACT AMOUNT 11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents. 11.2 The original Contract Amount may not be increased by more than twenty -five percent (25%) and it may not be decreased more than twenty -five percent (25 %) without the consent of the CONTRACTOR to such decrease. 11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty (30) calendar days) after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Amount shall be determined as set out in Article 16. 11.4 Determination of Value of Work: 11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Amount will be determined by one or more of the following methods: .1 by application of unit prices contained in the Contract Documents to the quantities of the items involved. .2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. .3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit (determined as provided in paragraph 11.5). 11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the 00700 06/25/03 Page 20 General Conditions CONTRACTOR agree to negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determine the adjustment in the Contract Amount. 11.5 Cost of Work: If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change in the Work is commenced which will result in an adjustment in the Contract Amount, then the change in the Work will be performed by Change Directive and payment will be made as follows: .1 For all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage rates established in Section 00830 for each hour that said personnel are actually engaged in such Work, to which will be added an amount equal to twenty -five percent (25 %) of the sum thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the cost of premiums on public liability insurance, workers' compensation insurance, social security and unemployment insurance, an amount equal to fifty-five percent (55 %) of the wages paid personnel, excluding the twenty-five (25 %) compensation provided above, will be paid to the CONTRACTOR. The actual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from surety. No charge for superintendence will be made unless considered necessary and ordered by the OWNER. .2 The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty -five percent (25 %) thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In case material invoices indicate a discount may be taken, the actual cost will be the invoice price minus the discount. .3 For machinery, trucks, power tools, or other similar equipment agreed to be necessary by the OWNER and the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest edition of the Associated General Contractors of America "Contractor's Equipment Cost Guide" as published by Dataquest for each hour that said tools or equipment are in use on such work, which rate includes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the equipment for the CONTRACTOR's overhead and profit. .4 The compensation, as herein provided for, shall be received by the CONTRACTOR and any affected Subcontractor as payment in full for work done by Change Directive and will include use of small tools, and total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall compare records of work done by Change Directive at the end of each day. Copies of these records will be made upon forms provided . for this purpose by the OWNER and signed by both Owner's Representative and the CONTRACTOR, with one (1) copy being retained by the OWNER and one (1) by the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2) working days of presentation does not invalidate the accuracy of the record. 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's . Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 11.6.2 When "plan quantity is indicated for a bid item, the CONTRACTOR shall be paid the amount 00700 06125/03 Page 21 General Conditions -- specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5 %) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20 %) more than or twenty percent (20 %) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of "plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5 %) or more. 11.6.6 Right to Verify Information: The CONTRACTOR agrees that any designated representative of the OWNER shall have the right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the pricing data used to price change proposals. Even after a Change Order Proposal has been approved, the CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of this Agreement regarding pricing of change orders, then an appropriate contract price reduction will be made. 11.6.7 Pricing Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors to provide a breakdown of allowable labor and labor burden cost information as outlined herein. This information will be used to evaluate the potential cost of labor and labor burden related to change order work. It is intended that this information represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost components. This information is not intended to establish fixed billing or change order pricing labor rates. However, at the time change orders are priced the submitted cost data for labor rates may be used to price change order work. The accuracy of any such agreed -upon labor cost components used to price change orders will be subject to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost components if the agreed -upon labor cost components are determined to be inaccurate. ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.1 Working Day and Calendar Day Contracts: 12.1.1 The Contract Times (or Milestones) shall only be changed by Change Order or Time Extension Request duly executed by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the Contract Times (or Milestones) shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty (30) calendar days) after the start of the occurrence or event giving rise to the delay and stating the general nature of the delay. Notice of the extent of the delay with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Times (or Milestones) shall be determined as set out in Article 16. No Claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph. 12.1.2 When the CONTRACTOR is at faun and the OWNER stops the Work so that corrections in the Work can be made by the CONTRACTOR, then no extension in time will be allowed. 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both the OWNER and the CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse weather shall not be considered justification for extension of Contract Times on Calendar Day contracts except as provided for in paragraph 12.2. 12.1.4 The OWNER wit consider time extension requests and may grant the CONTRACTOR an extension of time because of:- 00700 06/25/03 Page 22 General Conditions .1 Changes ordered in the work which justify additional time. .2 Failure of materials or products being at the Project site due to delays in transportation or failures of Suppliers, which are not the result of the CONTRACTOR's, Subcontractor's or Supplier's negligence. The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, including but not limited to, the CONTRACTOR's efforts to overcome such delays documented as follows: 00700 06/25/03 a) Copy of purchase order for delayed item(s) indicating date ordered by the CONTRACTOR /Subcontractor and date purchase order received by Supplier. b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract Documents, provide record of date submittal(s) forwarded to Owner's Representative, date submittal(s) returned to the CONTRACTOR, and date submittal(s) forwarded to Supplier. c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be ready for shipment and/or actual shipment date(s). d) Copies of all correspondence between the CONTRACTOR/ Subcontractor and Supplier indicating the CONTRACTOR/ Subcontractor's efforts to expedite item(s). e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence, and the like which reflect the CONTRACTOR's efforts with the Subcontractor to expedite delivery of the item(s). .3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay progress of work through no fault of the CONTRACTOR. .4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other unavoidable cause or causes beyond the CONTRACTOR's control. 12.2 Calendar Day Contracts: Under a Calendar Day Contract, the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Round Rock, Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January February March April May June July August September October November December Days per month in which amounts exceeding the number shown above may be credited as a Rain Day 11 a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a "Rain Day" is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule. ARTICLE 13 - TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 13.1 Notice of Defects: 13.2 Access to Work: 7 days 7 days 7 days 7 days 8 days 6 days 6 days 5 days 7 days 7 days 7 days 7 days Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13. The OWNER, E/A, E/A's Consultants, other representatives and personnel of the OWNER, independent testing laboratories and governmental Page 23 General Conditions agencies having jurisdiction will have unrestricted physical access to the Work site for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such access, and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections: 13.3.1 The CONTRACTOR shall give timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.3.2 The OWNER shall employ and pay for services of an independent testing laboratory to perform all inspections, tests or approvals required by the Contract Documents except: .1 for inspections, tests or approvals covered by paragraph 13.3.3 below; .2 for reinspecting or retesting defective Work; and .3 as otherwise specifically provided in the Contract Documents. All testing laboratories shall be those selected by the OWNER. 13.3.3 If laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and furnish Owner's Representative the required certificates of inspection or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the OWNER's and E/A's review of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for review prior to the CONTRACTOR's purchase thereof for incorporation in the Work. 13.4 Uncovering Work: 13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to 00700 06/25/03 Page 24 the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered at the CONTRACTOR's expense. 13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor as provided in Article 11. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12. 13.5 OWNER May Stop the Work: 13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the OWNER to stop the Work shall not give rise to any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.5.2 If the CONTRACTOR persistently fails to correct defective Work or submit a satisfactory plan to take corrective action, with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until cause for such order has been eliminated, or take any other action permitted by this Contract. A notice to stop the Work, based on defects, shall not stop calendar or working days charged to the Project. 13.6 Correction or Removal of Defecttve Work: General Conditions If required by the OWNER, the CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it from the site and replace it with Work that is not defective. The CONTRACTOR shall correct or remove and replace defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.7 Warranty period: 13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall promptly, without cost to the OWNER and in accordance with the OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the CONTRACTOR. 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents. 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this seven (7) calendar day period to correct the deficiency, the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph, the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees, the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones), or claims of damage because of any delay in the performance of the Work attributable to the exercise by the OWNER of the OWNER's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Application for Progress Payment: 14.1.1 Not more than once per month, the CONTRACTOR shall submit to Owner's Representative for review an Application for Payment, in a form acceptable to the OWNER, filled out and signed by the CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 00700 06/25/03 Page 25 General Conditions 14.1.2 Such applications shall not include requests for payment on account of changes in the Work which have been properly authorized by Change Directives but not yet included in Change Orders. 14.1.3 Such applications shall not include requests for payment of amounts the CONTRACTOR does not intend to pay to a Subcontractor or Supplier because of a dispute or other reason. 14.1.4 If payment is requested on the basis of materials or equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall be accompanied by such bills of sale, data and other procedures satisfactory to the OWNER substantiating the OWNER's title to such materials or equipment or otherwise protecting the OWNER's interest. Payment on account of such materials or equipment will not include any amount for the CONTRACTOR's overhead or profit or relieve the CONTRACTOR of its obligation to protect and install such materials or equipment in accordance with the requirements of the Contract and to restore damaged or defective Work. If materials or equipment are stored at another location they shall be stored in a bonded and insured facility, accessible to E/A and the OWNER, and shall be clearly marked as property of the OWNER. 14.1.5 Where the original Contract Amount is less than $400,000, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less ten percent (10 %) of the amount thereof, which ten percent (10 %) will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. Where the original Contract Amount is $400,000 or more, the OWNER wit pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent (5 %) of the amount thereof, which five percent (5 %) will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained amount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2. 14.1.6 Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will, within seven (7) calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on -site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules, that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and .2 the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for unit price Work, and to any other qualifications stated in the recommendation), 00700 06/25/03 Page 26 General Conditions 14.3.3 By recommending any such payment, Owner's Representative wit not thereby be deemed to have represented that: .1 exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or .4 that there may not be other matters or issues"tretween the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payrnent to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: .1 defective Work not remedied; .2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Amount; .3 damage to the OWNER or another contractor; .4 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; .5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract Documents; .6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract Documents; .7 failure of the CONTRACTOR to submit or update construction schedules in .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents; .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; .11 the CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up; or .12 failure of the CONTRACTOR to comply with any provision of the Contract Documents. 14.4.2 When the above reasons for withholding payrnent are removed, the CONTRACTOR shall resubmit a statement for the value of Work performed. Payment will be made within thirty (30) calendar days of receipt of approved Application for Payment. 14.5 Delayed Payments: Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment within thirty (30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one percent (1 %) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 14.6 Arrears: accordance with the Contract Documents; No money shall be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm or corporation who is in arrears to the City of Round Rock for taxes; and the City of Round Rock shall be entitled to counterclaim and offset against any such debt, claim, demand or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand or account after said taxes are due, shall affect the right of the OWNER to so offset said taxes, and associated penalties and interest if applicable, against the same. 14.7 Substantial Completion: 00700 06/25/03 Page 27 General Conditions 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be corpleted or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three (3) complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents (as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with the Work; .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period; .5 Non -Use of Asbestos Affidavit (After Construction); and .6 Any other documentation called for in the Contract Documents. 00700 06/25/03 Page 28 General Conditions 14.11 Final Payment and Acceptance: 14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and . the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, Owner's Representative will recommend the final Application for Payment and thereby notify the OWNER, who will pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract. 14.11.2 As Contract Time is measured to Final Completion, Owner's Representative will issue a letter of final acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period. 14.11.3 Final payment is considered to have taken place when the CONTRACTOR or any of its representatives negotiates the OWNER's final payment check, whether labeled final or not, for cash or deposits check in any financial institution for its monetary return. 14.12 Waiver of Claims: The making and acceptance of final payment will constitute: .1 a waiver of claims by the- OWNER against the CONTRACTOR, except claims arising from unsettled claims, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and .2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for a period of not more than ninety (90) calendar days by written agreement or by Written Notice to the CONTRACTOR which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract Times, or both, directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor as provided in Article 11 and Article 12. 15.2 OWNER May Terminate Without Cause: Upon seven (7) calendar days' Written Notice to the CONTRACTOR, the OWNER may, without cause and without prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items): .1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost; and .3 for anticipated profits on entire Contract not previously paid. 15.3 OWNER May Terminate With Cause: 15.3.1 Upon the occurrence of any one or more of the following events: .1 if the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents; .2 if the CONTRACTOR disregards laws or regulations of any public body having jurisdiction; .3 if the CONTRACTOR disregards the authority of Owner's Representative; 15.1 OWNER May Suspend Work Without .4 if the CONTRACTOR makes fraudulent Cause and for Convenience: statements; 00700 06/25/03 Page 29 General Conditions .5 if the CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the Contract Time; .6 if the CONTRACTOR fails to make adequate progress and endangers successful completion of the Contract; or .7 if the CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; The OWNER may, after giving the CONTRACTOR (and the surety, if any) seven (7) calendar days' Written Notice terminate the services of the CONTRACTOR. The OWNER, at its option, may proceed with negotiation with surety for completion of the Work. Alternatively, the OWNER may under these circumstances exclude the CONTRACTOR from the site and take possession of the Work (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising out of or resulting from completing the Work, such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the OWNER. 15.3.2 Where the CONTRACTOR's services have been so terminated by the OWNER, the termination will not affect any rights or remedies of the OWNER against the CONTRACTOR and surety then existing or which may thereafter accrue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release the CONTRACTOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may reject any and all bids submitted by the CONTRACTOR for up to three (3) years. 15.4 CONTRACTOR May Stop Work or Terminate: If through no act or fault of the CONTRACTOR, the Work is suspended for a period of more than ninety (90) calendar days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's Representative fails to forward for processing any mutually acceptable Application for 00700 06/25/03 Page 30 Payment within thirty (30) calendar days after it is submitted, or (except during disputes) the OWNER fails for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the CONTRACTOR may, upon seven (7) calendar days' Written Notice to the OWNER, and provided the OWNER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if (except during disputes) Owner's Representative has failed to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or (except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.1 Filing of Claims: 16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3, or 15.4, or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled. 16.1.2 Within thirty (30) calendar days of receipt of notice of the amount of the Claim with supporting data, Owner's Representative and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or notification of no settlement offer will be made to claimant. If claimant General Conditions is not satisfied with the proposal presented, claimant shall have thirty (30) calendar days in which to: .1 submit additional supporting data requested by the other party; .2 modify the initial Claim; or .3 request Alternative Dispute Resolution. 16.2 Alternative Dispute Resolution: 16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing any other available remedies. The OWNER reserves the right to include EJA as a party. 16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting to be held between representatives of each party within fourteen (14) calendar days of the request or such later period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this and subsequent meetings will be good faith negotiations of the matters constituting the dispute. Negotiations shall be concluded within thirty (30) calendar days of the first meeting, unless mutually agreed otherwise. This step may be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. 16.2.3 Mediation: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30) calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and /or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1) conducting an on -site investigation, if appropriate, by the mediator for fact - gathering purposes, 2) a meeting of all parties for the 00700 06/25/03 exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17 - RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and /or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved, whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records" as referred to herein shall include any and all information, materials and data of every kind and character, including without limitation records, books, papers, documents, contracts, schedules, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may, in the OWNER's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document. Such records shall include (hard copy, as well as computer - readable data if it can be made available), written policies and procedures, time sheets, payroll registers, cancelled checks, personnel file data, correspondence, general ledger entries, and any other record in the CONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in connection with the CONTRACTOR's dealings with the OWNER (all of the foregoing are hereinafter referred to as "records "). In addition, the CONTRACTOR shall permit interviews of employees as well as agents, representatives, vendors, subcontractors and other third parties paid by the CONTRACTOR to the extent Page 31 General Conditions necessary to adequately permit evaluation and verification of the following: a) The CONTRACTOR's compliance with contract requirements; b) The CONTRACTOR's compliance with the OWNER'S business ethics policies; and c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract termination. 17.1.2 The CONTRACTOR shall require all payees (examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a written agreement between the CONTRACTOR and payee. Such requirements include a flow -down right of audit provision in contracts with payees that also apply to subcontractors and sub - subcontractors, material suppliers, etc. The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractors to cooperate fully in furnishing or in making available to the' OWNER from time to time whenever requested; in an expeditious manner, any and all such information, materials, and data. 17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with this Article 17. 17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature by the CONTRACTOR to the OWNER in excess of one -half of one percent (.5 %) of the total contract billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments, which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and /or records, shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example, the CONTRACTOR's employees, agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.6 It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512 - 218 -5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18 - MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 18.4 Severability: If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any 00700 06/25/03 Page 32 General Conditions person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable, that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of this Contract; this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer /employee relationship, a partnership, or a joint venture. The CONTRACTOR's services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant, or elected official of the OWNER who is involved in the development, evaluation, or decision - making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 00700 06/25/03 Page 33 General Conditions City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 00800 - SUPPLEMENTARY CONDITIONS -1.01 These Conditions supplement and amend the General Conditions of the Contract for Construction. Where there is a conflict with the AIA General Conditions, these Supplementary Conditions govern. -1.02 Immediately following this section is a copy. SUPPLEMENTARY CONDITIONS 00800 - I The Supplemental General Conditions contained Conditions, Section 00700. ARTICLE 1 - DEFINITIONS 1.16 Engineer /Architect (E/A): Add the following: Name: Address: City, State, Zip: Telephone: Facsimile: Email: 1.27 Owner's Representative: Add the following: Larry Madsen 2008 Enterprise Drive Round Rock, TX 78664 Telephone: 512- 218 -5555 Facsimile: 512 -218 -5563 Email: larrvm @round-rock.tx.us ARTICLE 2 - PRELIMINARY MATTERS 2.2 Copies of Documents: Add the following: City of Round Rock Contract Forms Supplemental General Conditions SUPPLEMENTAL GENERAL CONDITIONS TO AGREEMENT FOR CONSTRUCTION SERVICES herein shall amend .3 a preliminary schedule of values for all of the Work. organized by Subcontractor, with each item of Subcontractor broken out under the Subcontractor's or supplement the General Section 00900 Additional copies of the Project Manual and drawings may be obtained from on the following basis: Full or partial set of Drawings $ per sheet Each set of Project Manual $ each 2.4.2.3 Before Starting Construction: Delete 2.4.2.3 and replace with the following (changes to underlining): the original text are identified by This schedule of values shall be Work to be performed by that name, and shall be subdivided in ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING. REUSE 3.1 Intent: sufficient detail to serve as the basis for progress payments during construction. At a minimum, each trade shall be split between materials and labor. Prices will include an appropriate amount of overhead and profit applicable to each item of Work; Delete 3.1.1 and replace with the following: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Signed Agreement Addenda to the Contract Documents Special Conditions Supplemental General Conditions General Conditions Other Bidding Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings (figured dimensions shall govern over scaled dimensions) Project Safety Manual, if applicable ARTICLE 5 - BONDS AND INSURANCE 5.1 Surety and Insurance Companies: Add the following: OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.3 Insurance: Delete 5.3 and replace with the following: 5.3 Insurance: 5.3.1 CONTRACTOR Provided Insurance: 5.3.1.1 General Requirements: .1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of the Contract, which shall include items owned by OWNER in the care, custody and control of CONTRACTOR prior to and during construction and warranty period. .2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER before the Contract is executed as verification of coverage required below. CONTRACTOR shall not commence Work until the required insurance is obtained and until such insurance has been reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of Insurance to OWNER whenever a previously identified policy period has expired as verification of continuing coverage. .3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B +VII or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A- or better. .4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, Department of Public Works and Transportation, 2008 Enterprise Drive, Round Rock, Texas 78664. .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense, to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as CONTRACTOR. .9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. 3 .10 CONTRACTOR shall be responsible for premiums, deductibles and self- insured retentions, if any, stated in policies. All deductibles or self- insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate limits below occurrence limits for all applicable coverages indicted within the Contract. .12 If OWNER -owned property is being transported or stored off -site by CONTRACTOR, then the appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. Provide coverage for all owned, non -owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A; b) 30 day Notice of Cancellation endorsement TE 0202A; and c) Additional Insured endorsement TE 9901 B. Provide coverage in the following types and amounts: .1 A minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least $100,000 property damage liability each accident. 5.3.1.3 Workers' Compensation And Employers' Liability Insurance: a) Waiver of Subrogation, form WC 420304; and b) 30 day Notice of Cancellation, form WC 420601. 4 Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Section 401). CONTRACTOR shall assure compliance with this Statute by submitting two (2) copies of a standard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for CONTRACTOR. Workers' Compensation Insurance coverage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR's policy shall apply to the State of Texas and include these endorsements in favor of OWNER: The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: .1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. 5.3.1.4 Commercial General Liability Insurance. The Policy shall contain the following provisions: a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts relative to this Project. b) Completed Operations/Products Liability for the duration of the warranty period. c) Explosion, Collapse and Underground (X, C & U) coverage. d) Independent Contractors coverage. e) Aggregate limits of insurance per project, endorsement CG 2503. f) OWNER listed as an additional insured, endorsement CG 2010. g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205. h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404. Provide coverages A &B with minimum limits as follows: .1 A combined bodily injury and property damage limit of $500,000 per occurrence. 5.3.1.5 Builders' Risk Insurance. 5.4 Bonds: 5.4.1 General. CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER. OWNER shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. .1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes 5 .3 When Performance Bonds and /or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100 %) of the Contract Amount as security for the faithful performance and /or payment of all CONTRACTOR's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Any surety duly authorized to do business in Texas may write Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. 5.4.2 Performance Bond. .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,110, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can agree to the following terms and conditions for payment in lieu of providing a Performance Bond: no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER; CONTRACTOR shall be entitled to receive 95% of the Contract Amount following Final Completion, and the remaining 5% of the Contract Amount following the one year warranty period. .3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the following terms and conditions: CONTRACTOR shall be entitled to receive 95% of the Contract Amount following Final Completion, and the remaining of the Contract Amount following the one year warranty period. .4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period. 5.4.3 Payment Bond. insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of the preceding paragraph, CONTRACTOR shall within ten (10) days thereafter substitute another bond and surety, both of which must be acceptable to OWNER. .1 If the Contract Amount exceeds $25,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. .2 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Payment Bond; provided that no money will be paid to 6. CONTRACTOR until completion and acceptance of the Work by OWNER under the terms and conditions specified in paragraph 5.4.2.3. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.6 Permits, Fees: Add the following: OWNER will obtain and pay for the following permits, licenses and/or fees: .1 Site Development Permit. .2 Building Permit(s). OWNER'S responsibility for obtaining and paying for the Building Permit(s) shall be limited to the following where applicable: the required Mechanical Permit, Electrical Permit, Plumbing Permit, Electric Service (Aid of Construction) Fee, Water and Wastewater Tap Fees, Water and Wastewater Capital Recovery Fees, and Septic Permit Fee. The OWNER's responsibility for obtaining and paying for the Building Permit(s) excludes securing and paying for the following where applicable: Driveway Permit (Concrete) Fee, Water Engineering Review Inspection Fee, Waste Water Engineering Review Inspection Fee, Storm Water Tap Inspection Fee, Temporary Use of Right -of -Way Permit, the gas company's Gas Yard Line Contribution Fee, and any other permits /fees not listed above. .3 Texas Department of Transportation permit for work in State rights -of -way. .4 Railroad Utility License Agreement. 6.18 Liquidated Damages Add the following: .1 CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF $250.00 PER DAY FOR EACH DAY BEYOND THE DATE ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE CONTRACT. .2 Time is of the essence in this Agreement. Therefore, if the Construction Manager fails to achieve Substantial Completion of the Work (or any portion of the Work) on or before , 200........... that being the date specified for Substantial Completion in the Agreement, then and in that event the Construction Manager shall pay to the Owner, as liquidated damages, the sums specified herein, per day, for each calendar day or portion of a day that Substantial Completion is delayed after the date specified for Substantial Completion, due to failure of the Construction Manager to have achieved Substantial Completion in accordance with the Contract Documents. It is hereby agreed by the 7 parties that the liquidated damages to which the Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by the Construction Manager's failure to achieve Substantial Completion of the Work (or any portion of the Work) on or before Substantial Completion Date. It is hereby agreed by the parties that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates, is one that is incapable or very difficult of accurate estimation. .3 It is hereby agreed by the parties that if Substantial Completion of the Work (or any part of the Work) is not achieved on or before thirty (30) days after 200 , that being the date specified for Substantial Completion in the Agreement, then and in that event the harm that would be caused to the Owner cannot be reasonably forecast because it would include business disruption to the Owner in addition to loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates. Thus, at the Owner's option and in the Owner's sole discretion, the liquidated damages set forth herein may cease to be assessed under the Contract Documents after thirty (30) days after the date specified for Substantial Completion, and the Owner may choose thereafter to rely on its remedies under the Contract Documents and at law and in equity, including without limitation the recovery of actual damages. ARTICLE 10 — CHANGES IN THE WORK 10.3 Change Directives: Delete paragraphs 10.3.3 and 10.3.4 and replace with the following: 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.11 Final Payment and Acceptance Add the following to paragraph 14.11.1: If the sole remaining unfinished item to complete the Work is the reestablishment of vegetation, the CONTRACTOR may execute a revegetation letter with fiscal posted (letter of credit) to ensure completion of this item. This Work must be accomplished within 120 Calendar Days of the date of Final Completion of the Work. When the permanent erosion control has been established, the OWNER shall initiate an inspection for final acceptance of the erosion controls. 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If the revegetation is not completed within the 120 Calendar Days, the OWNER, at its option, may complete the Work using the posted fiscal. Add the following to paragraph 14.11.2: If the sole remaining unfinished item to complete the Work is the reestablishment of vegetation and CONTRACTOR has executed a revegetation letter to ensure completion of this item, the Owner's Representative will issue a letter of final acceptance to CONTRACTOR which established the Final Completion date and initiates the one year warranty period. END OF SUPPLEMENTAL GENERAL CONDITIONS 9 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL SECTION 00930 - SPECIAL CONDITIONS 1.01 SPECIAL CONDITIONS A. The Special Conditions modify, change, delete from or add to the General Conditions and shall apply to each and every Section of the work as though written in full therein. B. The following paragraphs and subparagraphs take precedence over the General Conditions. Where any part of the General Conditions is modified or deleted by Special Conditions, the unaltered provisions remain in effect. 1.02 PROJECT MANUAL A. The Project Manua] is the volume issued by the Architect which includes the Bidding Requirements, Conditions of the Contract, the Supplementary Conditions, the Special Conditions and the Specifications. 1.03 EXECUTION, CORRELATION AND INTENT A. Sections of Division 1 - General Requirements govern the execution of all sections of the specifications. B. Summary paragraphs placed at the beginning of the Sections present a brief indication of the principal work included in that Section, but do not limit work to subject mentioned nor purport to itemize work that may be included. C. If a Contractor fails to report a conflict in the Contract Documents, Contractor shall be deemed to have elected to proceed in the more expensive manner. D. The Specifications have been partially "streamlined" and some words and phrases have been intentionally omitted. Missing portions shall be supplied by inference as with notes on drawings. E. The words "approved", "inspected ", "directed ", "selected ", and similar words and phrases shall be presumed to be followed by "by Architect ". The words "satisfactory", "submitted ", "reported ", and similar words and phrases shall be presumed to be followed by "to Architect ". Words like "install ", " provide ", "locate ", "furnish ", and "supply" shall be construed to include complete furnishings and installing or construction. F. Instructions, directions and requirements as specified shall be considered to be followed by the phase "unless otherwise specified or indicated ". G. A colon (:) following a material or item shall be used in place of the words, "shall be ". 1.04 INSURANCE (See Supplementary General Conditions) 1.05 SEQUENCE OF CONSTRUCTION /COORDINATION A. The Contractor shall commence work within 7 calendar days after Notice to Proceed and shall work continuously and diligently until project completion and acceptance by the Owner. B. The Contractor shall schedule and coordinate his work so that there is the minimum interference and conflict with the work of other contractors or the Owner's personnel. C. The Contractor shall cooperate with others in all reasonable and proper ways to assure the steady progress of his and others work. In case of any conflicts, the Owner shall determine the responsibility and priority of the work and his decision shall be final. D. The sequence of construction shall be as follows: 1. Provide proof of comprehensive visual inspection of site using VHS or Digital recording 2. Install erosion controls; pre - construction meeting. 3. Verify depths and locations of all existing underground utilities (water, wastewater electric, telephone, gas). 4. Begin critical path building earthwork. 5. Coordinate with TXU for power installation of new overhead or below grade lines; Owner will pay fees associated with such lines, unless otherwise agreed to by Owner. 6. Contractor shall be responsible for protection of volatile materials. 1.06 PERMITS/FEES/BARRICADES A. Contractor shall pay all building permit and electrical aid to construction fees, and the Contractor is to pay street use fees and street repair fees, if any. Contractor shall be responsible for any other fees which may be incurred during construction, including water and wastewater engineering and inspection fees, electrical and plumbing permits, etc. Contractor is to deliver to Owner a Letter of Acceptance from the City of Austin for water and wastewater improvements if requested by Owner. B. The Contractor shall provide and employ adequate warning signs, barricades, lights, watchmen, etc., as SPECIAL CONDITIONS 00930 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109.00 required by the City of Round Rock and the State Department of Highways and Public Transportation, to fully protect the workmen and the traveling public. Where street or sections thereof are closed to traffic, the Contractor shall erect and maintain signs indicating detours and shall, where necessary, make such detours safe for traffic. C. The Contractor shall not close a street to traffic or interfere with traffic movement on a street without first notifying the appropriate agency, City of Round Rock Public Works Department, or the State Department of Highways and Public Transportation, and securing permission to do so. When any or any section of street is closed or traffic flow is restricted, the Contractor shall furnish and maintain adequate barricades, warning and directing signs, lights and red flags at each end of the street and at all intersections along the street within the limits of the work. All lights shall be kept burning between the hours of sunset and sunrise. D. All expenses incurred for furnishing and maintaining flagmen, barricades, warnings and directing signs, flags and lights and any incidentals necessary for the proper direction, safety and convenience of traffic during the Contract period shall be borne by the Contractor. E. Flagmen shall be provided when deemed necessary by the City, State or Owner. F. All barricades, signs, warning devices, etc., shall be in accordance with the latest edition of the manual of Uniform Traffic Control Devices. 1.07 STAGING AREAS /SPOILS DISPOSAL A. Owner and contractor will agree on exact limits of the area prior to any clearing or occupancy. 1. Contractor will provide sanitary facilities. 2. Contractor will provide trash receptacles, perform daily clean -up, and keep the area in a neat and orderly manner. 3. Owner must approve all uses of the staging areas. 4. The working operations of the Contractor shall at all times be conducted so as to create a minimum of inconvenience to the Owner or to the public. Stock - piling of materials, etc. will be allowed only where no inconvenience is caused and only in amounts that can be readily used by the Contractor. All excavated earth in excess of that required for project shall be removed from the job site and disposed of in a satisfactory manner in accordance with all City of Round Rock ordinances. Disposal of excess material area creeks and drainage ways will not be allowed. 5. All intended removal, disposal and relocation of soil to be approved by Owner in advance. 6. Spoil removal must be accomplished PRIOR TO RELEASE OF ANY RETAINAGE. 1.08 OCCUPATIONAL SAFETY A. The Contractor shall comply with the provisions of the Occupational Safety and Health Act of 1970 and most recent revisions, and the standards and regulations issued thereunder and warrant that all work, materials, and products furnished under this Contract will conform to and comply with said standards and regulations which are in existence on the date of this Contract. The Contractor further agrees to indemnify and hold harmless the Owner and the Architect for all damages suffered or fines or penalties incurred by the Owner and the Architect as a result of the Contractor's failure to comply with the Act and the Standards issued thereunder and for the failure of any material and/or equipment furnished under this Contract to so so comply. B. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his equipment and employees, and for any damage which may result from their failure or their improper construction, maintenance or operation. 1.09 CONSTRUCTION LAYOUT A. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings and Specifications. The full responsibility for the holding to alignment and grade shall rest upon the Contractor. B. The Contractor shall, at his own expense, establish all working or construction lines, grades, and cut stakes as required, utilizing the bench -marks and horizontal control points provided by the Engineer, and shall be solely responsible for the accuracy thereof. C. The Contractor shall protect all property corner markers, and when any such markers or monuments are in danger of being disturbed, they shall be properly referenced and, if disturbed, shall be reset at the expense of the Contractor. 1.10 BLASTING - A. No blasting, dynamiting or use of any type of explosive will be permitted on this project without the 00930 - 2 SPECIAL CONDITIONS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 written consent of the Owner. 1.11 SANITARY FACILITIES AND DAILY CLEAN -UP A. Contractor shall provide sanitary facilities at sufficient locations to service the workers, as directed by the Owner. Contractor shall provide DAILY CLEANUP and at all times keep the work areas neat and free from litter and debris. 1.12 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. B. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans at his own cost and expense. The Contractor shall immediately notify the Owner of the damage utility or service line. He shall cooperate with the owners of all utilities to locate existing underground facilities and notify the Owner at once of any conflicts in grades and alignment. C. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by written notice from the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this Contract. 1.13 RIGHT OF ACCESS FOR INSPECTION AND OPERATION A. Representatives of the Texas Department of Health, the Texas Public Utility Commission, the City of Round Rock, Texas, and the Owner shall have access to the work wherever and whenever it is in preparation or progress. B. The Owner shall have the right to station such inspection or operating personnel at the site of the project as he may deem necessary for the purpose of acquainting such personnel with the facilities under construction or installation, when, in the opinion of the Owner or the Architect, such conditions do not interfere with the progress of the work. The presence of such personnel shall not constitute acceptance of the project or release the Contractor from his responsibility for the work or any defects that may later be found in the work. C. Inspection will be provided by the City of Round Rock. The Architect will provide periodic construction observation as necessary to determine general conformity of the construction to these plans and specifications. 1.14 TESTING AND CONTROL OF MATERIALS S A. Unless otherwise stipulated in the Contract Documents, initial testing of all materials, construction items or products incorporated in the work shall be performed at the direction and expense of the Owner, including initial compaction and density tests deemed necessary B. In the event materials construction items or products incorporated in the work fail to satisfy the minimum requirements of the initial test, appropriate prove -out test shall be made as directed by the Owner to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. C. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility or furnishing materials conforming to the Contract Documents. D. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the City of Austin Standard Specifications. The Contractor shall provide such facilities as the Owner may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made and the materials proven acceptable. The Contractor shall furnish adequate samples without charge. E. The inspections and tests made by the Owner, its inspectors or agents shall ordinarily be made without SPECIAL CONDITIONS 00930 - 3 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 cost to the Contractor unless otherwise expressly specified in the Contract Documents. The Contractor shall furnish without additional cost to the Owner such materials for testing as may be reasonably necessary. Re- testing after failure to pass tests shall be at the expense of the Contractor. Should the percentage of rejected material or equipment be unreasonable large, the additional cost of such inspection and tests resulting therefrom shall be bome by the Contractor. The Owner shall judge what is extra inspection and shall determine the additional cost incurred thereby and payable by the Contractor. 1.15 HAZARDOUS MATERIALS A. The Contractor, including his subcontractors, subcontractors, suppliers, agents and employees, shall not provide nor install any toxic and/or hazardous materials, including, but not limited to products containing asbestos, asbestos- containing materials, polychlorinated biphenyl (PCB), lead pipe, lead solder or lead flux. Such provision or installation of any toxic or hazardous materials shall constitute defective work not in compliance with the Contract Documents, and the Contractor shall, at his sole and exclusive cost, remove said toxic and/or hazardous materials in compliance with current guidelines established by the Environmental Protection Agency or other appropriate agency /authority for removal of such materials. B. In the event that the above provision conflicts with items in the individual specification sections, the Contractor is responsible for notifying the Owner and Architect/Engineer in writing identifying these conflicts. 1.16 WORKMANSHIP A. The entire installation shall be of the highest grade of workmanship. Only competent and experienced workmen are to be allowed on the project. Upon written request of the Architect or his representative, the Contractor is to promptly withdraw from the project any workman who proves incompetent or fails to cooperate with the other crafts to the best interest of the work. 1.17 PRIOR USE & OCCUPANCY A. The Contractor agrees that the Project, or a portion or part of the Project, may be subject to use and occupancy before formal acceptance by the Owner under the following conditions: B. A Certificate of Substantial Completion shall be prepared and executed as provided in Subparagraph 9.7.1 of the General Conditions of the Contract for Construction, except that where, in the opinion of the Architect and the Owner, the contract is chargeable with unwarranted delay in completing the work or other contract requirements, the Contractor's signature will not be required. The Certificate of Substantial Completion shall be accompanied by a written endorsement by the insurance carrier and surety of all contractors involved, which permits the Owner's occupancy during the remaining period of the work on the project. C. The Owner's occupancy shall not be deemed as an acceptance of that part of the project that is occupied by the Owner per previously approved punch list items. D. The Owners occupancy shall not be deemed as a waiver by either the Owner or any contractor of existing claims that they may have against each other. E. No Contractor shall be deemed responsible for any damage that results from the Owner's occupancy to that part of the project occupied by the Owner. 1.18 CONTRACTORS DUTIES & STATUS A. The Contractor accepts the relationship of trust and confidence established between him and the Owner by this agreement. He covenants with the Owner to furnish his best skill and judgement and to cooperate with the Architect in furthering the interests of the Owner. He agrees to furnish efficient business administration and superintendence to use his best efforts to furnish at all times an adequate supply of workmen and materials and to perform the work in the best way and in the most expeditious and economical manner consistent with the interests of the Owner. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 00930 - 4 SPECIAL CONDITIONS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 PROJECT A. Project Name: City of Round Rock Pubic Works Dept. Annex Building. B. Owner's Name: City of Round Rock - Public Works Department. C. Architect's Name: Moman Architects, Inc.. D. The Project consists of the general construction of interior renovation of approximately 5,000 SF. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Owner - Contractor Agreement 1.03 OWNER OCCUPANCY A. Owner intends to occupy the Project upon Substantial Completion on October 2003. 1.04 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Provide access to and from site as required by law and by Owner: C. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 01100 - SUMMARY END OF SECTION SUMMARY 01100 - 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL SECTION 01200 - PRICE AND PAYMENT PROCEDURES 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Change procedures. D. Correlation of Contractor submittals based on changes. E. Procedures for preparation and submittal of application for final payment. 1.02 RELATED SECTIONS A. Document 00700 - General Conditions and Document 00800 - Supplementary Conditions: Additional requirements for progress payments, final payment, changes in the Work. B. Document 00800 - Supplementary Conditions: Percentage allowances for Contractor's overhead and profit. C. Section 01210 - Allowances: Payment procedures relating to allowances. D. Section 01270 - Unit Prices: Monetary values of unit prices, payment and modification procedures relating to unit prices. 1.03 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 20 days after date established in Notice to Proceed. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify site mobilization and bonds and insurance. D. Include in each line item, the amount of Allowances specified in this section. For unit cost Allowances, identify quantities taken from Contract Documents multiplied by the unit cost to achieve the total for the item. E. Include within each line item, a direct proportional amount of Contractor's overhead and profit. F. Revise schedule to list approved Change Orders, with each Application For Payment. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Present required information on electronic media printout. C. Form: AIA G702 Application and Certificate for Payment and MA G703 - Continuation Sheet including continuation sheets when required. D. For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values. 4. Previous Applications. 5. Work in Place and Stored Materials under this Application. 6. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. 8. Percentage of Completion. 9. Balance to Finish. 10. Retainage. E. Execute certification by signature of authorized officer. F. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored Products. G. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. 11. Submit four copies of each Application for Payment. I. Include the following with the application: 1. Transmittal letter as specified for Submittals in Section 01300. 2. Construction progress schedule, revised and current as specified in Section 01300. 3. Affidavits attesting to off -site stored products. PRICE AND PAYMENT PROCEDURES 01200 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 1.05 MODIFICATION PROCEDURES A. Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions on AIA Form G710. C. Construction Change Directive: Owner may issue a document, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change in Work, D. Proposal Request: Owner's Representative may issue a document which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within five days. E. Contractor may propose a change by submitting a request for change to Owner's Representative, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. F. Computation of Change in Contract Amount 1. For change requested by Owner's Representative for work falling under a fixed price contract, the amount will be based on Contractor's price quotation. 2. For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Owner's Representative. 3. For pre-determined unit prices and quantities, the amount will based on the fixed unit prices. 4. For change ordered by Owners Representative without a quotation from Contractor, the amount will be determined by Owner's Representative based on the Contractor's substantiation of costs as specified for Time and Material work. G. Substantiation of Costs: Provide full information required for evaluation. 1. On request, provide following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. H. Execution of Change Orders: Owner's Representative will issue Change Orders for signatures of parties as provided in the Conditions of the Contract on AIA 0701. I. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. J. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust times for other items of work affected by the change, and resubmit. K. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: 01200 - 2 PRICE AND PAYMENT PROCEDURES City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 1. All closeout procedures specified in Section 01700. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION PRICE AND PAYMENT PROCEDURES 01200 - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Cash allowances. B. Payment and modification procedures relating to allowances. 1.02 RELATED SECTIONS A. Section 01200 - Price and Payment Procedures: Additional payment and modification procedures. 1.03 CASH ALLOWANCES A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor, less applicable trade discounts, less cost of delivery to site, Less applicable taxes. B. Costs Not Included in Cash Allowances: Product delivery to site and handling at the site, including unloading, uncrating, and storage; protection of products from elements and from damage; and labor for installation and finishing. C. Owner Responsibilities: 1. Consult with Contractor for consideration and selection of products, suppliers, and installers. 2. Select products and transmit decision to Contractor. 3. Prepare Change Order. D. Contractor Responsibilities: 1. Assist Architect in selection of products, suppliers, and installers. 2. Obtain proposals from suppliers and installers and offer recommendations. 3. On notification of which products have been selected, execute purchase agreement with designated supplier and installer. 4. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. E. Differences in costs will be adjusted by Change Order. 1.04 ALLOWANCES SCHEDULE A. Section 10440 - Signage: Include the stipulated sum for purchase and delivery of signage and installation. 1. $1,000.00 for Interior signage for toilet rooms, janitor, and storage room. B. Allowance: Include the stipulated sum of $15,000.00 for telecommunications cabling. C. Contingency Allowance: Include the stipulated sum/price of $2,000.00 for use upon Owner's instructions. D. HVAC Testing, Adjusting, and Balancing Allowance: Include the sum of $2,000.00 for testing, adjusting, and balancing mechanical systems as specified in Section 15850. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 01210 - ALLOWANCES END OF SECTION ALLOWANCES 01210-1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PARTI GENERAL 1.01 SECTION INCLUDES A. Documentation of changes to Contract Sum and Contract Time. 1.02 RELATED SECTIONS A. Document 00433 - Supplement C - Alternatives: List of altematives as supplement to Bid Form. B. Document 00500 - Agreement: Incorporating monetary value of accepted alternatives. 1.03 ACCEPTANCE OF ALTERNATIVES A. Alternatives quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted alternatives will be identified in the Owner - Contractor Agreement 13. Coordinate related work and modify surrounding work to integrate the Work of each alternative. 1.04 SCHEDULE OF ALTERNATIVES A. Alternate Item No. 1: DELETE the perimeter wall insulation (assuming good condition of the insulation). B. Alternate Item No. 2: CHANGE the 2 x 4 Parabolic light fixtures to Prismatic lenses. C. Alternate Item No. 3: CHANGE the electrical conduit to MC Cable. D. Alternate Item No. 4: DELETE the allowance for telecommunications cabling. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 01230 - ALTERNATIVES END OF SECTION ALTERNATIVES 01230 - 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 01270 - UNIT PRICES 1.01 SECTION INCLUDES A. List of unit prices, for use in preparing Bids. B. Measurement and payment criteria applicable to Work performed under a unit price payment method. C. Defect assessment and non - payment for rejected work. 1.02 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 1.03 UNIT QUANTITIES SPECIFIED A. Quantities indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements of actual Work will determine the payment amount. 1.04 MEASUREMENT OF QUANTITIES A. Measurement methods delineated in the individual specification sections complement the criteria of this section. In the event of conflict, the requirements of the individual specification section govern. B. Take all measurements and compute quantities. Measurements and quantities will be verified by Architect. C. Assist by providing necessary equipment, workers, and survey personnel as required. D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. E. Stipulated Surn/Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. F. Co actor's Engineer Responsibilities: Sign surveyor's field notes or keep duplicate field notes,calculate andify quantities for payment purposes. 1.05 PAYMENT A. Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities of Work which is incorporated in or made necessary by the Work and accepted by the Architect, multiplied by the unit sum/price. 1.06 SCHEDULE OF UNIT PRICES A. Unit Price #1: Section 12496 - Horizontal Louver Blinds. 1. ADD for each window blind. 2. DEDUCT for each window blind. END OF SECTION UNIT PRICES 01270 - 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Site mobilization meeting. C. Progress meetings. D. Construction progress schedule. E. Coordination drawings. F. Submittals for review, information, and project closeout. C. Number of copies of submittals. H. Submittal procedures. 1.02 RELATED SECTIONS A. Document 00700 - General Conditions: Dates for applications for payment. 13. Section 01100 - Summary: occupancy,. C. Section 01700 - Execution Requirements: Additional coordination requirements. D. Section 01780 - Closeout Submittals: Project record documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION SECTION 01300 - ADMINISTRATIVE REQUIREMENTS 3.01 PRECONSTRUCTION MEETING A. Attendance Required: 1. Owner. 2. Contractor. 3. Major Subcontractors may be invited. B. Agenda: 1. Execution of Owner - Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract and Owner. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. C. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. 3.02 SITE MOBILIZATION MEETING A. Owner will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: 1. Contractor. 2. Owner. 3. Contractor's Superintendent. 4. Major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner 's requirements and occupancy during construction. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Application for payment procedures. 9. Procedures for testing. 10. Procedures for maintaining record documents. 11. Requirements for start -up of equipment. ADMINISTRATIVE REQUIREMENTS 01300 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 12. Inspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within two days after meeting to participants, with one copies to Owner, participants, and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum weekly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. 3.04 CONSTRUCTION PROGRESS SCHEDULE A. Within 15 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 15 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major Subcontractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.05 COORDINATION DRAWINGS A, Provide information required by Project Coordinator for preparation of coordination drawings. B. Review drawings prior to submission to Owner's Representative. 3.06 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Owner's Representative for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01780 - CLOSEOUT SUBMITTALS. 3.07 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 01300 - 2 ADMINISTRATIVE REQUIREMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 5. Manufacturer's instructions. 6. Manufacturers field reports. 7. Other types indicated. 3.08 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.09 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: 1. Small Size Sheets, Not Larger Than 8 -1/2 x 11 inches: Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Owners Representative. 2. Larger sheets, not larger than 30 x 42 inches: Submit one reproducible transparency and the number of opaque reproductions required by the contractor plus three reproductions which will be retained by the Owner's Representative. B. Documents for Information: Submit six copies, which three copies will be retained by the Owner's Representative. C. Documents for Project Closeout: Make two reproductions of 81 x 11's for each submittal originally reviewed. Make one reproduction and one reproducible of larger sheets, not larger than 30 x 42 inches of each submittal originally reviewed. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Owner's Representative. 1. Retained samples will not be returned to Contractor unless specifically so stated. 3.10 SUBMITTAL PROCEDURES A. Transmit each submittal with approved form. B. Sequentially number the submittal / transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Deliver submittals to Owner's Representative at business address. F. Schedule submittals to expedite the Project, and coordinate submission of related items. G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and Owner's Representative review stamps. J. When revised for resubmission, identify all changes made since previous submission. K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. L. Submittals not requested will not be recognized or processed. END OF SECTION ADMINISTRATIVE REQUIREMENTS 01300 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Preliminary schedule. B. Construction progress schedule, bar chart type. 1.02 RELA LED SECTIONS A. Section 01100 - Summary: Work sequence. 1.03 REFERENCES A. AGC (CPM) - The Use of CPM in Construction - A Manual for General Contractors and the Construction Industry; Associated General Contractors of America; 1976. 1.04 SUBMITTALS A. Within 10 days after date of Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major Subcontractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. F. Submit the number of opaque reproductions that Contractor requires, plus three copies which will be retained by Owner. G. Submit under transmittal letter form specified in Section 01300. 1.05 QUALITY ASSURANCE A. Contractor's Administrative Personnel: three years minimum experience in using and monitoring CPM schedules on comparable projects. 1.06 SCHEDULE FORMAT A. Listings: In chronological order according to the start date for each activity. Identify each activity with the applicable specification section number. B. Diagram Sheet Size: I Ix 17 inches. C. Sheet Size: Multiples of 8 -1/2 x 11 inches. D. Scale and Spacing: To allow for notations and revisions. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION SECTION 01325 - CONSTRUCTION PROGRESS SCHEDULE 3.01 PRELIMINARY SCHEDULE A. Prepare preliminary schedule in the form of a horizontal bar chart. 3.02 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of constriction. B. Identify each item by specification section number. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide legend for symbols and abbreviations used. 3.03 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first work day of each week. 3.04 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. CONSTRUCTION PROGRESS SCHEDULE 01325 -1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. 3.05 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, suppliers, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION 01325 - 2 CONSTRUCTION PROGRESS SCHEDULE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Quality assurance submittals. B. Mock -ups. C. Control of installation. D. Tolerances. E. Testing and inspection and Testing services. F. Manufacturers' field services. SECTION 01400 - QUALITY REQUIREMENTS 1.02 RELATED SECTIONS A. Document 00320 - Information Available to Bidders: Soil investigation data. B. Document 00700 - General Conditions: Inspections and approvals required by public authorities. C. Section 01210 - Allowances: Allowance for payment of testing services. D. Section 01300 - Administrative Requirements: Submittal procedures. E. Section 01426 - Reference Standards. F. Section 01600 - Product Requirements: Requirements for material and product quality. 1.03 REFERENCES A. ASTM C 1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants; 2001. B. ASTM C 1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2002. C. ASTM C 1093 - Standard Practice for Accreditation of Testing Agencies for Unit Masonry; 1995 (Reapproved 2001). D. ASTM D 290 - Standard Practice for Bituminous Mixing Plant Inspection; 1991a. E. ASTM D 3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2001. F. ASTM E 329 - Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction; 2000b. G. ASTM E 543 - Standard Practice for Agencies Performing Nondestructive Testing; 2002. H. ASTM E 548 - Standard Guide for General Criteria used for Evaluating Laboratory Competence; 1994. 1.04 SUBMITTALS A. Testing Agency Qualifications: 1. Prior to start of Work, submit agency name, address, and telephone number, and names of full time registered Engineer and responsible officer. 2. Submit copy of report of laboratory facilities inspection made by NIST Construction Materials Reference Laboratory during most recent inspection, with memorandum of remedies of any deficiencies reported by the inspection. B. Design Data: Submit for the Owner, for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. C. Test Reports: After each test/inspection, promptly submit one copies of report to Contractor. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Conformance With Contract Documents. 2. Test reports are submitted for the Owner, for information for the limited purpose of assessing conformance withinformation given and the design concept expressed in the contract documents. D. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Owner, in quantities specified for Product QUALITY REQUIREMENTS 01400 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 Data. 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product, but must be acceptable to Owner. E. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. F. Manufacturer's Field Reports: Submit reports for Owner. 1. Submit report in duplicate within 10 days of observation to Owner for information. 2. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. G. Erection Drawings: Submit drawings for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 2. Data indicating inappropriate or unacceptable Work may be subject to action by Owner. 1.05 REFERENCES AND STANDARDS - See Section 01426 1.06 TESTING AND INSPECTION AGENCIES A. Owner will employ services of an independent testing agency to perform certain specified testing; payment for cost of services will be derived from allowance specified in Section 01210; see Section 01210 and applicable sections for description of services included in allowance. B. Owner will employ and pay for services of an independent testing agency to perform other specified testing. C. As indicated in individual specification sections, Owner or Contractor shall employ and pay for services of an independent testing agency to perform other specified testing. D. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. E. Contractor Employed Agency: PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK -UPS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock -ups shall be a comparison standard for the remaining Work. D. Where mock -up has been accepted by Owner and is specified in product specification sections to be removed, remove mock -up and clear area when directed to do so. 3.03 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not 01400 - 2 QUALITY REQUIREMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.04 TESTING AND INSPECTION A. See individual specification sections for testing required. B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Owner and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Owner and Contractor of observed irregularities or non - conformance of Work or products. 6. Perform additional tests and inspections required by Owner. 7. Attend preconstruction meetings and progress meetings. 8. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests /inspections. d. To provide storage and curing of test samples. 4. Notify Owner and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re- testing required because of non - conformance to specified requirements shall be performed by the same agency on instructions by Owner. Payment for re testing will be charged to the Contractor by deducting testing charges from the Contract Price. 3.05 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment and other items as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Owner 30 days in advance of required observations. 1. Observer subject to approval of Owner. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.06 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. QUALITY REQUIREMENTS 01400 - 3 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 B. If, in the opinion of Owner, it is not practical to remove and replace the Work, Owner will direct an appropriate remedy or adjust payment. END OF SECTION 01400 - 4 QUALITY REQUIREMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Requirements relating to referenced standards. 13. Reference standards full title and edition date. 1.02 RELATED SECTIONS A. Section 00700- General Conditions: Reference Standards. 1.03 QUALITY ASSURANCE A. For products or workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as referecnce standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. E. Conform to reference standard of date of issuance current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards when required by the Contract Documents. D. Maintain copy at project site during submittals, planning and progress of the specific work, until Substantial Completion. E. Should specific reference standards conflict Contract Documents, request clarification from the Owner before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of the Architect shall be altered by the Contract Documents by mention or inference otherwise in any reference document. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED SECTION 01426 - REFERENCE STANDARDS END OF SECTION REFERENCE STANDARDS 01426 -1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telephone service. C. Temporary sanitary facilities. D. Temporary Controls. Barriers, enclosures, and fencing. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. H. Project identification sign. I. Field offices. 1.02 RELATED SECTIONS SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS 1.03 TEMPORARY UTILITIES A. Provide and pay for all electrical power, lighting, water, heating and cooling, and ventilation required for construction purposes. B. Use trigger - operated nozzles_for water hoses, to avoid waste of water. 1.04 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office at time of project mobilization. 13. Provide, maintain and pay for facsimile service and a dedicated telephone line to field office at time of project mobilization. 1.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.06 BARRIERS A. Provide protection for plants designated to remain. Replace damaged plants. B. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.07 FENCING A, Construction: Contractor's option. 1.08 SECURITY A. Provide security and facilities to protect Work, and Owner's operations from unauthorized entry, vandalism, or theft. 1.09 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off -site parking. E. Designate one parking space for Owner and Architect use. 1.10 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re -used on the project must be stored on -site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.11 PROJECT IDENTIFICATION A. Erect on site at location indicated. B. No other signs are allowed without Owner permission except those required by law. TEMPORARY FACILITIES AND CONTROLS 01500 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20,2003 Job #03109 -00 1.12 FIELD OFFICES A. Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with sturdy furniture, drawing rack and drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate 6 persons. C. Locate offices a minimum distance of 30 feet from existing and new structures. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01500 - 2 TEMPORARY FACILITIES AND CONTROLS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL SECTION 01600 - PRODUCT REQUIREMENTS 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Product option requirements. D. Substitution limitations and procedures. E. Spare parts and maintenance materials. 1.02 RELATED SECTIONS A. Section 01400 - Quality Requirements: Product quality monitoring. 1.03 REFERENCES A. NFPA 70 - National Electrical Code; National Fire Protection Association; 2002. 1.04 SUBMITTALS A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 10 days after date of Agreement. 2. For products specified only by reference standards, list applicable reference standards. B. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. C. Shop Drawing Submittals: Prepared specifically for this Project. D. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. I . For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. E. Indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. PART PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made using or containing CFCs or HCFC's. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. 2.03 SPARE PARTS AND MAINTENANCE PRODUCTS A. Provide spare parts, maintenance, and extra products of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Owner will consider requests for substitutions only within 30 days after date established in Notice to Proceed. C. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. D. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. E. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. PRODUCT REQUIREMENTS 01600 -1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re- approval by authorities. F. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. G. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Owner will notify Contractor in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off -site storage and protection when site does not permit on -site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. H. Store loose granular materials on solid flat surfaces in a well- drained area. Prevent mixing with foreign matter. I. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 01600 - 2 PRODUCT REQUIREMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL SECTION 01700 - EXECUTION REQUIREMENTS 1.01 RELATED SECTIONS A. Section 01300 - Administrative Requirements: Submittals procedures. B. Section 01400 - Quality Requirements: Testing and inspection procedures. C. Section 01500 - Temporary Facilities and Controls: Temporary exterior enclosures. D. Section 01780 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. E. Individual Product Specification Sections: 1. Advance notification to other sections of openings required in work of those sections. 2. Limitations on cutting structural members. 1.02 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Alternatives to cutting and patching. f. Effect on work of Owner or separate Contractor. g. Written permission of affected separate Contractor. h. Date and time work will be executed. 1.03 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. C. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -home dust from dispersing into atmosphere. D. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. E. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. F. Pest Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. G. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. H. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. 1.04 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions EXECUTION REQUIREMENTS 01700 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job 003109 -00 for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. D. Coordinate space requirements, supports, and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of work of separate sections. G. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01600. PART3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that demolition is complete in alterations areas and areas are ready for installation of new work. C. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. D. Examine and verify specific conditions described in individual specification sections. E. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over - ordering or mis- fabrication. F. Verify that utility services are available, of the correct characteristics, and in the correct locations. G. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Cut, move, or remove items as necessary for access to alterations and renovation work. Replace and restore at completion. B. Remove unsuitable material not marked for salvage, such as rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished work. C. Remove debris and abandoned items from area and from concealed spaces. D. Close openings in exterior surfaces to protect existing work and salvage items from weather and extremes of temperature and humidity. Insulate ducts and piping to prevent condensation in exposed areas. E. Prepare surfaces and remove surface finishes to provide for proper installation of new work and finishes. F. Clean substrate surfaces prior to applying next material or substance. G. Seal cracks or openings of substrate prior to applying next material or substance. 13. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. 01700 - 2 EXECUTION REQUIREMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 13. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.04 CUTTING AND PATCHING A. Execute cutting and patching including excavation and fill to complete the work, to uncover work in order to install improperly sequenced work, to remove and replace defective or non-conforming work, to remove samples of installed work for testing when requested, to provide openings in the work for penetration of mechanical and electrical work, to execute patching to complement adjacent work, and to fit products together to integrate with other work. Execute work by methods to avoid damage to other work, and which will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. C. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. D. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. E. Restore work with new products in accordance with requirements of Contract Documents. F. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07840, to full thickness of the penetrated element. H. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. I. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. J. Patch or replace surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. Repair substrate prior to patching finish. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 3.05 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off -site; do not burn or bury. 3.06 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Prohibit traffic from landscaped areas. H. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.07 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the - equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. EXECUTION REQUIREMENTS 01700 - 3 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 - F. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.08 DEMONSTRATION AND INSTRUCTION A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of Substantial Completion. B. Demonstrate start-up, operation, control, adjustment, trouble - shooting, servicing, maintenance, and shutdown of each item of equipment at scheduled time, at equipment location. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Provide a qualified person who is knowledgeable about the Project to perform demonstration and instruction of owner personnel. E. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. G. The amount of time required for instruction on each item of equipment and system is that specified in individual sections. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. Testing, adjusting, and balancing HVAC systems: See Section 15990 and 01400. 3.10 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/mbbish, and construction facilities from the site; dispose of in legal manner; do not bum or bury. I. Clean Owner-occupied areas of work. 3.11 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Owner. B. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in Contractor's Notice of Substantial Completion. C. Notify Owner when work is considered ready for Substantial Completion. D. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Owners review. E. Owner will occupy all of the building as specified in Section 01100. F. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner - occupied areas. G. Accompany Project Coordinator on preliminary final inspection. H. Notify Owner when work is considered finally complete. I. Complete items of work determined by Owner's final inspection. 3.12 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in specification sections for one year from date of Substantial Completion. 01700 - 4 EXECUTION REQUIREMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 B. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. D. Maintenance service shall not be assigned or transferred to any agent or Subcontractor without prior written consent of the Owner. END OF SECTION EXECUTION REQUIREMENTS 01700 - 5 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED SECTIONS A. Conditions of the Contract: Performance bond and labor and material payment bonds, warranty, and correction of work. B. Section 01300 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 01700 - Execution Requirements: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Owner with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Owner will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit 1 copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Owner comments. Revise content of all document segos required prior to final submission. 4. Submit three sets of revised final documents m final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of-Work for which acceptance is delayed beyond Date of Substantial Completion, submit within ten days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION SECTION 01780 - CLOSEOUT SUBMITTALS 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturers name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. CLOSEOUT SUBMITTALS 01780 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of intemal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. 2. Information for re- ordering custom manufactured products. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Moisture protection and weather - exposed products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, main nance, and repair. D. Additi al information as specified in individual product specification sections. E. Provide a listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. C. Include color coded wiring diagrams as installed. D. Operating Procedures: Include start-up, break -in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. E. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. F. Provide servicing and lubrication schedule, and list of lubricants required. G. Include manufacturer's printed operation and maintenance instructions. H. Include sequence of operation by controls manufacturer. I. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. 7. Provide control diagrams by controls manufacturer as installed. K. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. M. Provide list of original manufacturer's spare pars, current prices, and recommended quantities to be maintained in storage. N. Include test and balancing reports. 01780 - 2 CLOSEOUT SUBMITTALS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 O. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8 -1/2 x 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Owner, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of : quipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Owner and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co- execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8 -1/2 x 11 inch three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. CLOSEOUT SUBMITTALS 01780 - 3 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION 01780 - 4 CLOSEOUT SUBMITTALS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL SECTION 06100 - ROUGH CARPENTRY 1.01 SECTION INCLUDES A. Miscellaneous framing and sheathing. B. Telephone and electrical panel boards. C. Concealed wood blocking for support of toilet and bath accessories and wall cabinets. D. Miscellaneous wood nailers and furring strips. 1.02 REFERENCES A. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology (Department of Commerce); 1999. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on insulated sheathing, wood preservative materials, and application instructions. C. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.04 QUALITY ASSURANCE A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies. 1. Acceptable Lumber Inspection Agencies: Any agency with rules approved by American Lumber Standards Committee. 1.05 DELIVERY, STORAGE, AND HANDLING A. Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. PART2 PRODUCTS 2.01 DIMENSION LUMBER A. Sizes: Nominal sizes as indicated on drawings, S4S. B. Miscellaneous Blocking, Furring, Nailers, and Elevated platforms: 2.02 ACCESSORIES A. Fasteners and Anchors: 1. Fasteners: Hot-dipped galvanized steel for high humidity and treated wood locations, unfinished steel elsewhere. PART 3 EXECUTION 3.01 FRAMING INSTALLATION A. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower required strength or result in unacceptable appearance of exposed members. B. Make provisions for temporary construction loads, and provide temporary bracing sufficient to maintain structure in true alignment and safe condition until completion of erection and installation of permanent bracing. 3.02 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. END OF SECTION ROUGH CARPENTRY 06100 - 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 SECTION 06114 - WOOD BLOCKING AND CURBING PART 1 GENERAL 1.01 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. 1.02 QUALITY ASSURANCE A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies. PART2 PRODUCTS 2.01 DIMENSION LUMBER A. Miscellaneous Blocking, Furring, and Nailers: PART 3 EXECUTION 3.01 FRAMING INSTALLATION A. Set members level and plumb, in correct position. END OF SECTION WOOD BLOCKING AND CURBING 06114 -1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job 4t03109-00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Special fabricated cabinet units. B. Countertops. C. Cabinet hardware. D. Prefinished surfaces. E. Preparation for installing utilities. SECTION 06410 - CUSTOM CABINETS 1.02 RELATED SECTIONS A. Section 06100 - Rough carpentry. 1.03 REFERENCES A. AHA A135.4 - Basic Hardboard; American Hardboard Association; 1995. B. ANSI A208.1 - American National Standard for Particleboard; 1999. C. AWI (QSI) - Architectural Woodwork Quality Standards Illustrated; Architectural Woodwork Institute; 1997, Seventh Edition, Version 1.0. D. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders Hardware Manufacturers Association; 2001 (ANSI/BHMA A156.9). E. GSA CI I3 A -A -1936 - Adhesive, Contact, Neoprene Rubber; Federal Specifications and Standards; 1996. F. NHLA G -101 - Rules for the Measurement & Inspection of Hardwood & Cypress; National Hardwood Lumber Association; 1998. G. PS 1 - Construction and Industrial Plywood; National Institute of Standards and Technology (Department of Commerce); 1995. H. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology (Department of Comn ce); 1999. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods, joint deta ils, fastening methods, accessory listings, hardware location and schedule of finishes. C. Product Data: Provide data for hardware accessories. D. Samples: Submit two samples, 12x12 inch in size, illustrating cabinet finish and counter top finish. E. Samples: Submit two samples of drawer pulls, hinges, and drawer glides, illustrating hardware finish. 1.05 QUALITY ASSURANCE A. Perform work in accordance with AWI Architectural Woodwork Quality Standards Illustrated, Custom quality. B. Perform cabinet construction in accordance with AWI Architectural Woodwork Quality Standards Illustrated, Custom quality. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. 1.06 DELIVERY, STORAGE, AND PROTECTION A. Protect units from moisture damage. B. Do not deliver interior woodwork until painting and similar operations that could damage woodwork have been completed in installation areas. If wood work must be stored in other than installation areas, store only in areas in compliance with the environmental requirements. 1.07 ENVIRONMENTAL REQUIREMENTS A. During and after installation of work of this section, maintain the same temperature and humidity conditions in building spaces as will occur after occupancy. B. Environmental Limitations: Do not deliver or install interior woodwork until building is enclosed, wet work is complete, and ABAC system is operation and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. C. Field Measurements: Where woodwork is indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. CUSTOM CABINETS 06410 - 1 Moman Architects, Inc City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 1. Locate concealed framing, blocking, and reinforcements that support woodwork by field measurements before being enclosed and indicate measurements on Shop Drawings. 2. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating woodwork without field measurements. Provide allowance for trimming at site, and coordinate construction to ensure that actual dimensions correspond to established dimensions. PART2 PRODUCTS 2.01 WOOD MATERIALS A. Hardwood Lumber: NHLA graded in accordance with AWI Architectural Woodwork Quality Standards Illustrated, Custom; average moisture content of 6 percent; species and grade as follows: 1. Cabinet Frame: Species Any, Grade 2. 2. Exposed Stiles and Rails:- Species Any, Grade 2. 3. Internal Construction: Species Any, Grade 2. 2.02 PANEL MATERIALS A. Softwood Plywood: NISI PS 1; Graded in accordance with AWI Architectural Woodwork Quality Standards Illustrated, core materials of veneer; species and cut as follows: 1. Door and Drawer Fronts: Species Any, Grade 2. 2. Drawer Construction: Species Any, Grade 2. B. Particleboard: ANSI A208.1; type as specified in AWI Architectural Woodwork Quality Standards Illustrated, composed of wood chips, medium density, made with waterproof resin binders; of grade to suit application; sanded faces; use for all components not indicated as another material. I. Door and Drawer Fronts: Species Any, Grade 2. 2. Drawer Construction: Species Any, Grade 2. 3. Shelving: Species Any, Grade 2. C. Hardboard: AHA A`13�5.4; Pressed wood fiber with resin binder, Class 1 - Tempered, 1/4 inch thick, smooth one side (Si S); use for drawer bottoms, dust panels , and other components indicated on drawings. 1. Drawer Bottoms: Species Any, Grade 2. 2. Gables and Backs: Species Any, Grade 2. 2.03 MANUFACTURERS - PLASTIC LAMINATE A. WilsonArt B. Pionite 2.04 LAMINATE MATERIALS A. Plastic Laminate: In accordance with AWI Quality Standards Illustrated, 0.048 inch General Purpose quality; color, pattern, and matte surface texture as selected. B. Laminate Backing Sheet: 0,020 inch Backing Sheet grade, undecorated plastic laminate. 2.05 ACCESSORIES A. Adhesive: GSA CID A -A -1936 contact adhesive. B. Fasteners: Size and type to suit application. C. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; mill finish in concealed locations and painted finish in exposed locations. D. Concealed Joint Fasteners: Threaded steel. 2.06 HARDWARE A. Hardware: BHMA A156.9, Types commercial. B. Shelf Standards and Rests: Formed steel channels and rests, cut for fitted rests spaced at 1 inch centers; chrome finish. C. Shelf Brackets: Formed steel brackets, formed for attachment with lugs; chrome finish. D. Drawer and Door Pulls: "U" shaped pull, aluminum with satin finish, 4 inch centers. E. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, steel with chrome finish. F. Drawer Slides: Galvanized steel construction, ball bearings separating tracks, full extension type. G. Hinges: Knuckle disappearing type, steel with satin finish. 06410 - 2 CUSTOM CABINETS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 2.07 FABRICATION A. Shop assemble casework for delivery to site in units easily handled and to permit passage through building openings. B. Fit shelves, doors, and exposed edges with matching hardwood edging. Use one piece for full length only. C. Cap exposed plastic laminate finish edges with material of same finish and pattern. D. Door and Drawer Fronts: 3/4 inch thick; overlay style. E. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. F. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit comers and joints hairline; secure with concealed fasteners. Slightly bevel arises. Locate counter butt joints minimum 2 feet from sink cut -outs. G. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. H. Provide cutouts for plumbing fixtures. Verify locations of cutouts from on -site dimensions. Prime paint cut edges. 2.08 FACTORY FINISHING A. Sand work smooth and set exposed nails and screws. B. Apply wood filler in exposed nail and screw indentations. PART 3 EXECUTION 3.01 EXAMINATION A. Verify adequacy of backing and support framing. B. Verify location and sizes of utility rough -in associated with work of this section. 3.02 INSTALLATION A. Set and secure casework in place; rigid, plumb, and level. B. Use fixture attachments in concealed locations for wall mounted components. C. Use concealed joint fasteners to align and secure adjoining cabinet units. D. Carefully scribe casework abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim for this purpose. E. Secure cabinet to floor using appropriate angles and anchorages. F. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. 3.03 ADJUSTING A. Adjust installed work. 13. Adjust moving or operating parts to function smoothly and correctly. 3.04 CLEANING A. Clean casework, counters, shelves, hardware, fittings, and fixtures. 3.05 SCHEDULES A. PL -1: Pionite #AG281, Storm Cirrus, Suede Finish. 1. Countertops in break room 13. PL -2: Wilsonart #4639 -60 Monterey Storm. 1. Upper and lower cabinets in break room. END OF SECTION CUSTOM CABINETS 06410 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Batt insulation for filling perimeter window and door shim spaces and crevices in exterior wall and roof. 1.02 RELATED SECTIONS A. Section 09260 - Gypsum Board Assemblies: Batt & Acoustic insulation. B. Section 13120 -Pre- Engineered Structures 1.03 REFERENCES 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on product characteristics, performance criteria, and product limitations. C. Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techniques. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 ENVIRONMENTAL REQUIREMENTS A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Insulation: Johns Manville 1. Contact information: www.jm.com, Telephane: (800) 644 -4013, or Fax: (800) 654 -8173 B. Substitutions: See Section 01600 - Product Requi�etrtents. 2.02 BATT INSULATION MATERIALS A. Batt Insulation: Microlite 1. Thermal resistance at walls: 3 1/2 ", R -11 2. Facing: VR -One 2.03 ACCESSORIES A. Insulation Fasteners: Impaling clip of unfinished steel with washer retainer and clips, to be adhered to surface to receive insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place. B. Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION SECTION 07212 - BATT INSULATION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation and adhesive. B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or substances that may impede adhesive bond. 3.02 BATT INSTALLATION A. Install insulation and vapor retarder in accordance with manufacturer's instructions. B. Install in exterior wall and roof spaces without gaps or voids. Do not compress insulation. C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. D. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical services within the plane of the insulation. E. Install with factory applied vapor retarder membrane facing warm side of building spaces. Lap ends and side flanges of membrane over framing members. F. Tape insulation batts in place. G. Tape seal butt ends, lapped flanges, and tears or cuts in membrane. 3.03 PROTECTION OF FINISHED WORK BATT INSULATION 07212 -1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 - June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Door frames for plastic laminate doors specified elsewhere. 1.02 RELATED SECTIONS A. Section 08213 - Plastic Laminate Doors. B. Section 08710 - Door Hardware 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings: Door and frame schedule. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Mark packages with size, swing, and door tag or opening number. 1.05 WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Provide manufacturer's written warranty that frames will be free of defects for the life of the installation under normal use. Adhere to manufacturer's requirements to avoid voiding warranty. PART2 PRODUCTS 2.01 MANUFACTURERS A. RACO B. AI May, Inc. - Versatrac C. Altura Architectural Products, Inc. D. Substitutions: See Section 01600 - Product Requirements. 2.02 MATERIALS A. Door Frames: Extended aluminum adjustable throat frames designed to be installed over finished wall treatments, with snap -on casings concealing fasteners, mitered corners, and continuous vinyl gasket on stop. 1. Material: 6063 -T5 alloy. 2. Casing Design: 1 -1/2 inches wide, square profile. 3. Throat Adjustment: From 3 -3/4 inches to 8 -7/16 inches. 4. Factory assembled, with steel gusset plates at comers. 5. Hardware Preparation: Factory prepared for mortise hardware. a. Hinge Preparation: For 4-1/2 inch template hinges, 0.134 inch thick. b. Doors up to 86 inches high prepared for 3 hinges. c. Strike Preparation: For 2 -3/4 inch T- strike. d. Factory- installed door closer reinforcement 6. Fire Doors: For all door openings marked "Fire Rated" provide 45 - minute rated frames, labeled by ITS (Warnock- Hersey). 7. Finish: AL -I- Clear satin anodized. PART 3 EXECUTION SECTION 08125 - ALUMINUM DOOR FRAMES 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install frames plumb and true, without rack, and so doors do not fall open or closed simply due to gravity. C. Install doors with all hardware specified. D. Adjust door and frame for free operation without binding, rack, or warp. ALUMINUM DOOR FRAMES 08125 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 3.02 PROTECTION A. Protect installed products until completion of project. B. Clean, touch -up, repair or replace damaged products after Substantial Completion. END OF SECTION 08125 - 2 ALUMINUM DOOR FRAMES City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Doors for frames specified elsewhere. 1.02 WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Provide manufacturer's written warranty that doors will be free of defects for the period specified under normal use. Adhere to manufacturer's requirements to avoid voiding warranty. PART 2 PRODUCTS PART 3 EXECUTION SECTION 08213 - PLASTIC LAMINATE FACED DOORS 2.01 MANUFACTURERS A. Substitutions: See Section 01600 - Product Requirements. 2.02 MATERIALS A. Non -Fire -Rated Solid Core Doors: Flush wood doors faced with 0.050 inch thick high pressure plastic laminate. 1. Facing Color: PL-4, Wilsonart #7062 -60, congo Spruce. 2. Edge Banding: Matching laminate. 3. Total Thickness: 1 -3/4 inches. 4. Core Edges • Structural composite lumber. 5. Stiles and Rails: Solid hardwood lumber. 6. Stile Width: 1 -3/8 inches before trimming. 7. Top Rail Height: 1 -3/8 inches before trimming. 8. Bottom Rail Height: 1 -3/8 inches before trimming. 9. Adhesive: Type I, waterproof. 10. Face Plane Tolerance (Telegraphing): Variation in surface of face not more than 1 /100 inch from true plane in any 3 inch span. 11. Warp Tolerance: Bow, cup, and twist not more than 1/4 inch in any 42 inches wide by 84 inches high area, or less, if door dimensions are smaller; excluding doors less than 1 -3/4 inch thick that are over 36 inches wide or 84 inches high and doors with cutouts exceeding manufacturer's specified limits. 12. Provide life -of- installation warranty. 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install doors in frames plumb and true, without rack, and so doors do not fall open or closed simply due to gravity. C. Install doors with all hardware specified. D. Adjust door and frame for free operation without binding, rack, or warp. END OF SECTION PLASTIC LAMINATE FACED DOORS 08213 - 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL SECTION 08710 - DOOR HARDWARE 1.01 SECTION INCLUDES A. Hardware for aluminum and plastic laminate doors. B. Lock cylinders for doors for which hardware is specified in other sections. C. Thresholds. D. Weatherstripping, seals and door gaskets. 1.02 RELATED SECTIONS A. Section [08213 - Plastic Laminate Doors. B. Section 13121 - Pre - Engineered Buildings 1.03 REFERENCES A. BHMA - Builders Hardware Manufacturers Association. B. BHMA A156.1 - American National Standard for Butts and Hinges; Builders Hardware Manufacturers Association, Inc.; 2000 (ANSI/BHMA A156.1). C. DHI A115 Series - Specifications for Steel Doors and Frame Preparation for Hardware; Door and Hardware Institute; current edition. D. DHI (LOCS) - Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames; Door and' Hardware Institute; 1990. E. NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association; 1999. F. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures; National Fire Protection Association; 2000. G. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association; 1995. H. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: 1. Indicate locations and mounting heights of each type of hardware, schedules, catalog cuts, electrical characteristics and connection requirements, and templates. 2. Submit manufacturer's parts lists, templates, and accessories. C. Samples: 1. Submit 1 sample of hinge and lockset illustrating style, color, and finish. 2. Samples will be returned to supplier. D. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention. E. Maintenance Data: Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. F. Warranty: Submit manufacturer's warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Perform work in accordance with the following requirements: 1. NFPA 101. 2. NFPA 80. 3. NFPA 252. 4. Maintain one copy on site. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. C. Hardware Supplier Qualifications: Company specializing in supplying commercial door hardware with 5 years of experience. D. Hardware Supplier Personnel: Employ an Architectural Hardware Consultant (AHC) to assist in the work of this section. 1.06 REGULATORY REQrnl?EMMMENTS A. Conform to applicable code for requirements applicable to fire rated doors and frames. DOOR HARDWARE 08710 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20,2003 Job #03109-00 B. Products Requiring Electrical Connection: Listed and classified by UL as suitable for the purpose specified and indicated. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Package hardware items individually; label and identify each package with door opening code to match hardware schedule. 1.08 COORDINATION A. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. B. Furnish templates for door and frame preparation. C. Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. D. Coordinate Owner's keying requirements during the course of the Work. 1.09 WARRANTY A. Provide five year warranty for door closers and exit devices. 1.10 MAINTENANCE PRODUCTS A. Provide special wrenches and tools applicable to each different or special hardware component. B. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART2 PRODUCTS 2.01 SUPPLIERS A. Hidell Hardware. B. Hull Supply C. Substitutions: See Section 01600 - Product Requirements. 2.02 MANUFACTURERS A. Hinges: Hagar 1. Hager Companies: www.hagerhinge.com. B. Lock and Latch Sets: Falcon C. Push/Pulls: Trimco Manufacturing D. Closers: Dorma 1. DORMA Group North America: www.dorma- usacom. E. Silencersl: Glynn- Johnson 1. Glynn - Johnson: www.irco.com. F. Substitutions: See Section 01600 - Product Requirements. 2.03 GENERAL REQUIREMENTS FOR DOOR HARDWARE PRODUCTS A. Provide products that comply with the following: 1. Applicable provisions of Federal, State, and local codes. B. Finishes: Identified in schedule at end of section. 2.04 KEYING A. Door Locks: Grandmaster keyed per Owner's instructions. I. Include construction keying. B. Supply keys in the following quantities required by Owner. 1. change keys for each lock. 2.05 KEY CABINET A. Cabinet Construction: Sheet steel construction, piano hinged door with cylinder type lock master keyed to building system. B. Cabinet Size: Size for project keys plus 10 percent growth. C. Horizontal metal strips for key hook labelling with clear plastic strip cover over labels. D. Finish: Baked enamel, White color. 2.06 FINISHES A. Provide brushed aluminum finish. B. Finishes: Identified in schedule at end of section. 08710 - 2 DOOR HARDWARE City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. 13. Verify that electric power is available to power operated devices and of the correct characteristics. 3.02 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and applicable codes. B. Use templates provided by hardware item manufacturer. C. Install hardware on fire -rated doors and frames in accordance with code and NFPA 80. D. Mounting heights for hardware from finished floor to center line of hardware item: As listed in Schedule, unless otherwise noted: 1. Conform to TAS for mounting requirements for the disabled. 3.03 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Provide an Architectural Hardware Consultant to inspect installation and certify that hardware and installation has been furnished and installed in accordance with manufacturer's instructions and as specified. 3.04 ADJUSTING A. Adjust work under provisions of Section 01700. B. Adjust hardware for smooth operation. 3.05 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01700. B. Do not permit adjacent work to damage hardware or finish. 3.06 HARDWARE SCHEDULE IMMEDIATELY FOLLOWING THIS SECTION 3.07 SCHEDULE A. HW -1 1. 1 -1 /2 PR Butts - 1279-4-1/2x4-112 2. 1 Lockset - F521 DL -DG ICC/7 3. 1 Stop - W 1276CCS 4. 3 Silencer - GJ64 B. HW -2 1. 1 -1/2 PR Butts - 1279 -4-1/2 x 4 -1/2 2. 1 Lockset - F581DL -DG ICCl7 3. 1 Stop - W1276CCS 4. 3 Silencer -GJ64 C. HW -3 1. 1 -1/2 PR Butts - BB 1279 - 4 -1/2 x 4 -1/2 2. 1 Push Plate- 1001 -3 3. 1 Pull Plate - 1017 -3B 4. 1 Closer - 8616 - TB 5. 1 Kickplate - 10 x 2" LDW -16GA 6. 1 Stop - W 1276CCS 7. 3 Silencer - G164 D. HW-4 1. 1 -1/2 PR Butts - 1279 - 4 -1/2 x 4 -1/2. 2. 1 Passage- F101 -DG 3. 1 Stop - W I276CCS 4. 3 Silencer - GJ64 E. 1-IW -5 1. 1 Core - C609 2. Note: Balance of Hardware to be reused DOOR HARDWARE 08710 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 PART I GENERAL 1.01 SECTION INCLUDES A. Metal stud wall framing. 13. Metal channel ceiling framing. C. Acoustic insulation. D. Gypsum sheathing. E. Gypsum wallboard. F. Joint treatment and accessories. SECTION 09260 - GYPSUM BOARD ASSEMBLIES 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry: Building framing system and Gypsum sheathing. B. Section 07212 - Batt Insulation: Acoustic insulation. C. Section 09511 - Suspended Acoustical Ceilings D. Section 09900 - Paints and Coatings 1.03 REFERENCES A. AISI SG -971 - Specification for the Design of Cold- Formed Steel Structural Members; 1996, with 2000 Supplement. B. ASTM C 36/C 36M - Standard Specification for Gypsum Wallboard; 2001. C. ASTM C 79/C 79M - Standard Specification for Treated Core and Nontreated Core Gypsum Sheathing Board; 2001. D. ASTM C 475 - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board; 2001. E. ASTM C 645 - Standard Specification for Nonstructural Steel Framing Members; 2000. F. ASTM C 665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2001. G. ASTM C 754 - Standard Specification for Installation of Steel Framing Members to Receive Screw - Attached Gypsum Panel Products; 2000. H. ASTM C 840 - Standard Specification for Application and Finishing of Gypsum Board; 2001. I. ASTM C 1002 - Standard Specification for Steel Self- Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2001. J. GA -201 - Using Gypsum Board for Walls & Ceilings; Gypsum Association; 1990. K. GA -216 - Application and Finishing of Gypsum Board; Gypsum Association; 2000. L. GA -600 - Fire Resistance Design Manual; Gypsum Association; 2000. M. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on metal framing, gypsum board, accessories, and joint finishing system. C. Product Data: Provide manufacturer's data on partition head to structure connectors, showing compliance with requirements. 1.05 QUALITY ASSURANCE A. Perform in accordance with ASTM C 840. Comply with requirements of GA -600 for fire-rated assemblies. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum 5 years of experience. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable code for fire rated assemblies as indicated on drawings. PART2 PRODUCTS 2.01 MANUFACTURERS A. Gypsum Board: 1. G -P Gypsum Corporation: www.gp.com. B. Substitutions: See Section 01600 - Product requirements. GYPSUM BOARD ASSEMBLIES 09260 -1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 2.02 METAL FRAMING MATERIALS A. Non - Loadbearing Framing System Components: ASTM C 645; galvanized sheet steel, of size and properties necessary to comply with ASTM C 754 for the spacing indicated, with maximum deflection of wall framing of L/240 at 5 psf. B. Non - Loadbearing Framing System Components: ASTM C 645; galvanized sheet steel, size and gage to comply with ASTM C 754 at spacing indicated; maximum deflection L/240 at 5 psf. 1. Studs: C shaped. 2. Runners: U shaped, sized to match studs. 3. Ceiling Channels: C shaped. 4. Furring: Hat - shaped sections, minimum depth of 7/8 inch. C. Ceiling Hangers: Type and size as specified in ASTM C 754 for spacing required. D. Partition Head to Structure Connections: Provide mechanical anchorage devices that accommodate deflection using slotted holes, screws and anti- friction bushings, preventing rotation of studs while maintaining structural performance of partition. 1. Structural Performance: Maintain lateral load resistance and vertical movement capacity required by applicable code, when evaluated in accordance with AISI Specification for the Design of Cold- Formed Steel Structural Members. 2. Material: ASTM A 653/A 653M steel sheet, SS Grade 50, with G60 /Z180 hot dipped galvanized coating. 3. Provide top track preassembled with connection devices spaced to fit stud spacing indicated on drawings; minimum track length of 12 feet. 2.03 GYPSUM BOARD MATERIALS A. Gypsum Board - All Types: Complying with applicable requirements of ASTM C 1396/C 1 396M. B. Standard Gypsum Wallboard: Dens Armor Interior Guard; ASTM C 36/C 36M; sizes to minimize joints in place; ends square cut. I. Thickness: 5/8 inch. 2. Edges: Tapered and beveled. 2.04 ACCESSORIES A. Acoustic Insulation: ASTM C 665; preformed glass fiber, friction fit type, unfaced. Thickness: 3 1/2 inch . B. Comer Beads: Galvanized steel. C. Edge Trim: Bead type(s) as detailed. D. Edge Trim: C -Track Edge E. Joint Materials: ASTM C 475 and as recommended by gypsum board manufacturer for project conditions. F. Textured Finish Materials: Latex -based compound; plain. G. Screws: ASTM C 1002; self - piercing tapping type; cadmium - plated for exterior locations. H. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit application; to rigidly secure materials in place. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 FRAMING INSTALLATION A. Metal Framing: Comply with ASTM C 754 and manufacturer's instructions. B. Suspended Ceilings and Soffits: Space framing and furring members as indicated on drawings. 1. Level ceiling system to a tolerance of 1/1200. 2. Laterally brace entire suspension system. C. Studs: Space studs at 16 inches on center. 1. Extend partition framing as indicated on the drawings. 2. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in accordance with manufacturer's instructions. 3. Partitions Terminating at Structure: Attach top runner to structure, maintain clearance between top of studs and structure, and connect studs to track using specified mechanical devices in 09260 - 2 GYPSUM BOARD ASSEMBLIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc Job 803109 -00 June 20, 2003 accordance with manufacturer's instructions; verify free movement of top of stud connections; do not leave studs unattached to track. 4. Extend stud framing to ceiling where indicated. Attach ceiling runner securely to acoustic ceiling track in accordance with manufacturer's instructions. 5. Extend stud framing through ceiling to structure above only where indicated. Maintain clearance under structural building members to avoid deflection transfer to studs. Provide extended leg ceiling runners. D. Openings: Reinforce openings as required for weight of doors, using not less than double studs at jambs. E. Blocking: Install blocking for support of plumbing fixtures, toilet partitions, wall cabinets, and toilet accessories. Comply with Section 06110 for wood blocking. 3.03 ACOUSTIC ACCESSORIES INSTALLATION A. Acoustic Insulation: Place tightly within spaces, around cut openings, behind and around electrical and mechanical items within partitions, and tight to items passing through partitions. 3.04 GYPSUM BOARD INSTALLATION A. Comply with ASTM C 840. Install to minimize butt end joints, especially in highly visible locations. B. Single -Layer Non - Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. C. Single -Layer Fire- Rated: Install gypsum board vertically, with edges and ends occurring over firm bearing. D. Double -Layer Installation: Use gypsum backing board for first layer, placed perpendicular to framing or furring members. Use fire rated gypsum backing board for fire rated partitions and ceilings. Place second layer perpendicular to first layer. Offset joints of second layer from joints of first layer. E. Gypsum Sheathing: Install horizontally, with edges butted tight and ends occurring over firm bearing. F. Installation on Metal Framing: Use screws for attachment of all gypsum board. G. Moisture Protection: Treat cut edges and holes in moisture resistant gypsum board with sealant. 3.05 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as follows: 1. Not more than 30 feet apart on walls and ceilings over50 feet long. B. Comer Beads: Install at external comers, using longest practical lengths. C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as indicated. 3.06 JOINT TREATMENT A. Finish all gypsum board in accordance with ASTM C 840 Level 4. 3.07 TEXTURE FINISH A. Apply finish texture coating by means of roller in accordance with manufacturer's instructions and to match approved sample. 3.08 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet in any direction. 3.09 FINISH LEVEL SCHEDULE A. Level 1: Above finished ceilings concealed from view. B. Level 2: Utility areas and areas behind cabinetry. C. Level 3: Walls scheduled to receive textured wall finish. D. Level 4: Walls and ceilings scheduled to receive flat or eggshell paint finish. END OF SECTION GYPSUM BOARD ASSEMBLIES 09260 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc Job #03109.00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Tile for floor applications. B. Tile for wall applications. SECTION 09300 - TILE 1.02 RELATED SECTIONS A. Section 09260 - Gypsum Board Systems. 1.03 REFERENCES A. ANSI A108 Series /A118 Series /A136.1 - American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 1999. 1. ANSI A108.5 - American National Standard Specifications for Installation of Ceramic Tile with Dry-Set Portland Cement Mortar or Latex- Portland Cement Mortar; 1999. 2. ANSI A108.10 - American National Standard Specifications for Installation of Grout in Tilework; 1999. 3. ANSI A108.11- American National Standard for Interior Installation of Cementitious Backer Units; 1999. 4. ANSI A118.6 - American National Standard Specifications for Standard Cement Grouts for Tile Installation; 1999. 5. ANSI A118.7 - American National Standard Specifications for Polymer Modified Cement Grouts for Tile Installation; 1999. 6. ANSI A137.1 - American National Standard Specifications for Ceramic Tile; 1988. B. TAS - Texas Accessibilty Standards; Slip Coefficient of Friction. C. TCA (HB) - Handbook for Ceramic Tile Installation; Tile Council of America, Inc.; 2002. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate tile layout. C. Product Data: Provide instructions for using grouts. D. Samples: Mount tile and apply grout on two plywood panels, minimum 18 x 18 inches in size illustrating pattern, color variations, and grout joint size variations. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Maintenance Data: Include recommended cleaning methods, cleaning materials, stain removal methods, and polishes and waxes. 1.05 QUALITY ASSURANCE A. Maintain one copy of TCA Handbook and ANSI A108 Series /A118 Series on site. B. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, with minimum 5 years of documented experience. C. Installer Qualifications: Company specializing in performing tile installation, with minimum of 5 years of documented experience. 1.06 MOCK -UP A. See Section 01400 - Quality Requirements, for general requirements for mock -up. B. Minimum size of mock -up is indicated on the drawings. C. Approved mock -up may remain as part of the Work. 1.07 PERFORMANCE A. Provide material with a maximum of 0.6 for Slip Coefficient of Friction in accordance with TAS. 1.08 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.09 ENVIRONMENTAL REQUIREMENTS A. Do not install adhesives in an unventilated environment. B. Maintain ambient and substrate temperature of 50 degrees F during installation of mortar materials. . 1.10 EXTRA MATERIALS A. Provide 10 sq. ft of each size, color, and surface finish of tile specified. TILE 09300 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109-00 PART2 PRODUCTS 2.01 TILE A. Manufacturers: All products by the same manufacturer. Floor & Wall Tile joints to align. 1. Dal -Tile: www.daltile.com. B. Glazed Wall Tile: ANSI A137.1, and as follows: 1. Moisture Absorption: 3.0 to 7.0 percent. 2. Size and Shape: 12" x 12" x 5/8 ". 3. Shape: Square 4. Edges: Cushioned. 5. Surface Finish: Matte glaze. 6. Colors: As scheduled. C. Base: Same as wall tile. 1. Length: 12 inch. 2. Height: 6 inch. 2.02 MORTAR MATERIALS A. Manufacturers: 1. Mapei. 2. Substitutions: See Section 01600 - Product Requirements. 3. Tex -Rite. 4. Tamms. 5. Laticrete. 6. Substitutions: See Section 01600 - Product Requirements. 2.03 GROUT MATERIALS A. Manufacturers: 1. Substitutions: See Section 01600 - Product Requirements. 2. Tex -Rite. 3. Tamms. 4. Laticrete. 5. Mapei 6. Substitutions: See Section 01600 - Product Requirements. B. Standard Grout: Any type specified in ANSI Al 18.6 or A118.7. 1. Color: As selected. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within tolerances specified in Section 03300 and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within tolerances specified in Section 09260, are dust -free, and are ready to receive tile. C. Verify that sub -floor surfaces are dust -free, and free of substances which would impair bonding of setting materials to sub -floor surfaces. D. Verify that concrete sub -floor surfaces are ready for tile installation by testing for moisture emission rate and alkalinity; obtain instructions if test results are not within the following limits: 1. Moisture emission rate: Not greater than 3 lb per 1000 sq ft per 24 hours when tested using calcium chloride moisture test kit for 72 hours. 2. Alkalinity: pH range of 5 -9. E. Verify that required floor - mounted utilities are in con location. 3.02 PREPARATION A. Protect surrounding work from damage. B. Vacuum clean surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. D. Install cementitious backer board in accordance with ANSI A108.11 and board manufacturer's instructions. Tape joints and corners, cover with skim coat of dry-set mortar to a feather edge. E. Prepare substrate surfaces for adhesive installation in accordance with adhesive manufacturer's 09300 - 2 TILE City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 instructions. 3.03 INSTALLATION - GENERAL A. Install tile, thresholds, and stair treads and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, manufacturer's instructions, and TCA Handbook recommendations. B. Lay tile to pattem indicated. Do not interrupt tile pattern through openings. C. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. D. Sound tile after setting. Replace hollow sounding units. E. Allow tile to set for a minimum of 48 hours prior to grouting. F. Grout tile joints. Use standard grout unless otherwise indicated. G. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. 3.04 INSTALLATION - FLOORS - THIN -SET METHODS A. Over interior concrete substrates, install in accordance with TCA Handbook Method FI 13, dry-set or latex - portland cement bond coat, with standard grout, unless otherwise indicated. 3.05 INSTALLATION - WALL TILE A. Over cementitious backer units on studs, install in accordance with TCA Handbook Method W244. 3.06 CLEANING A. Clean tile and grout surfaces. 3.07 PROTECTION OF FINISHED WORK A. Do not permit traffic over finished floor surface for 4 days after installation. 3.08 SCHEDULE A. Restrooms: 1. Tile: Floor and Wall Tile/ Glazed a. Size: 12" x 12 ". b. Color: CT -1, Daltile, Edgefield #ED02 Beige c. Size" 12" x 12" d. Color: CT -2, Daltile, Edgefield #ED04 Green 2. Base: Custom cut to 6" x 12 ", CT -1. 3. Installation method: Thin Set Method. 4. Grout: To be selected by Interior Designer. END OF SECTION TILE 09300 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job 903109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Suspended metal grid ceiling system. B. Acoustical units. SECTION 09511 - SUSPENDED ACOUSTICAL CEILINGS 1.02 RELATED SECTIONS A. Section 07212 - Board and Batt Insulation: Acoustical insulation. B. Section 09260 - Gypsum Board Assemblies C. Division 15 - Air Outlets and Inlets: Air diffusion devices in ceiling. D. Division 16 - Interior Luminaires: Light fixtures in ceiling system. 1.03 REFERENCES A. ASTM C 635 - Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings; 2000. B. ASTM C 636 - Standard Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels; 1996. C. ASTM E 580 - Standard Practice for Application of Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels in Areas Requiring Seismic Restraint; 2000. D. ASTM E 1264 - Standard Classification for Acoustical Ceiling Products; 1998. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate grid layout and related dimensioning. C. Product Data: Provide data on suspension system components. D. Samples: Submit two samples 6x6 inch in size illustrating material and finish of acoustical units. E. Samples: Submit two samples each, 12 inches long, of suspension system main runner. F. Manufacturer's Installation Instructions: Indicate special procedures. 1.05 QUALITY ASSURANCE A. Suspension System Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Acoustical Unit Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior to, during, and after acoustical unit installation. 1.07 PROJECT CONDITIONS A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. B. Install acoustical units after interior wet work is dry. 1.08 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Provide 100 sq ft of each type of acoustical unit for Owner's use in maintenance of project. PART2 PRODUCTS 2.01 ACOUSTICAL UNITS A. Manufacturers: 1. Armstrong World Industries, Inc: www.armstrong.com. 2. USG Corporation: www.usg.com. 3. Substitutions: See Section 01600 - Product Requirements. B. Acoustical Units - General: ASTM E 1264, Class A. C. Acoustical Panels: Painted mineral fiber, ASTM E 1264 Type 1W the following characteristics: 1. Size: 24 x 48 inches. 2. Thickness: 5/8 inches. SUSPENDED ACOUSTICAL CEILINGS 09511 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20,2003 Job #03109 -00 3. Composition: Wet felted. 4. Light Reflectance:.88 percent, determined as specified in ASTM E 1264. 5. NRC:.50, determined as specified in ASTM E 1264. 6. Ceiling Attenuation Class (CAC): 30, determined as specified in ASTM E 1264. 7. Edge: Square Lay -in. 8. Surface Color: White. 9. Surface Protection: BioBlock paint on face and back. 10. Surface Pattem: fine- textured panel. 11. Recycled Content: 57% 12. Product: Dune by Armstrong. 13. Suspension System: Exposed grid Type 15/16" white grid to match panels. 2.02 SUSPENSION SYSTEM(S) A. Manufacturers: 1. Same as for acoustical units. 2. Substitutions: See Section 01600 - Product Requirements. B. Suspension Systems - General: ASTM C 635; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, and hold down clips as required. C. Exposed Steel Suspension System: Formed steel, commercial quality cold rolled; Intermediate -duty. 1. Profile: Tee; 15/16 inch wide face. 2. Finish: White painted. 3. Hot dipped galvanized steel double webb and cap 4. Recycled Content: 25% minimum 5. Product: Prelude by Armstrong. 2.03 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application, seismic requirements, and ceiling system flatness requirement specified. B. Perimeter Moldings: Same material and finish as grid. 1. At Exposed Grid: Provide L- shaped molding for mounting at same elevation as face of grid. C. Gasket For Perimeter Moldings: Closed cell rubber sponge tape. D. Touch -up Paint: Type and color to match acoustical and grid units. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that layout of hangers will not interfere with other work. 3.02 INSTALLATION - SUSPENSION SYSTEM A. Install suspension system in accordance with ASTM C 636, ASTM E 580, and manufacturer's instructions and as supplemented in this section. B. Rigidly secure system, including integral mechanical and electrical components, for maximum deflection of 1:360. C. Install after major above - ceiling work is complete. Coordinate the location of hangers with other work. D. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. E. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. F. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. G. Support fixture loads using supplementary hangers located within 6 inches of each comer, or support components independently. H. Do not eccentrically load system or induce rotation of runners. I. Perimeter Molding: Install at intersection of ceiling and vertical surfaces and at junctions with other interruptions. 1. Install with continuous gasket. 2. Use longest practical lengths. 3. Overlap and rivet corners. 09511 - 2 SUSPENDED ACOUSTICAL CEILINGS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 - June 20, 2003 3.03 INSTALLATION - ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above - ceiling work is complete. E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: 1. Cut to fit irregular grid and perimeter edge trim. 2. Make field cut edges of same profile as factory edges. G. Install hold -down clips on panels within 20 ft of an exterior door. 3.04 ERECTION TOLERANCES A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet. B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: 2 degrees. END OF SECTION SUSPENDED ACOUSTICAL CEILINGS 09511 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Resilient tile flooring. B. Resilient base. C. Installation accessories. 1.02 RELATED SECTIONS A. Section 09900 Paints and Coatings: Concrete stain 1.03 REFERENCES A. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 1995. B. ASTM E 648 - Standard Test Method for Critical Radiant Flux of Floor- Covering Systems Using a Radiant Heat Energy Source; 2000. C. ASTM E 662 - Standard Test Method for Specific Optical Density of Smoke Generated by Solid Materials; 1994a. D. TAS - Texas Accessibility Standards; Slip Coefficient of Friction. E. ASTM F 1861 - Standard Specification for Resilient Wall Base; 2000. 1.04 PERFORMANCE REQUIREMENTS A. Conform to applicable code for fire performance ratings as follows: 1. Critical radiant flux (CRF): Minimum 0.45 watt per square centimeter, per ASTM E 648. 2. Flame spread: Maximum 75, per ASTM E 84. 3. Smoke developed: Maximum 450, per ASTM E 84. 4. Smoke density: Maximum 450, per ASTM E 662. 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics; including sizes, patterns and colors available; and installation instructions. C. Shop Drawings: Indicate seaming plan. D. Selection Samples: Submit manufacturer's complete set of color samples for Owner's initial selection. E. Verification Samples: Submit two samples, 12 x 12 inch in size illustrating color and pattern for each resilient flooring product specified. F. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re- waxing. 1.06 DELIVERY, STORAGE, AND PROTECTION A. Protect roll materials from damage by storing on end. 1.07 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature in storage area between 55 degrees F and 90 degrees F. B. Store materials for not less than 48 hours prior to installation in area of installation at a temperature of 70 degrees F to achieve temperature stability. Thereafter, maintain conditions above 55 degrees F. 1.08 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Provide 50 lineal feet of base, of each type and color specified. PART 2 PRODUCTS SECTION 09650 - RESILIENT BASE 2.01 MATERIALS - TILE FLOORING A. Vinyl Composition Tile: Homogeneous, with color extending throughout thickness, and: 1. Minimum Requirements: Comply with ASTM F 1066, of Class corresponding to type specified. 2. Size: 12 x 12 inch. 3. Thickness: 0.125 inch. 4. Pattern: Marbleized. 5. Color: VCT -1 Armstrong #51942 Curried Caramel, VCT -2 Armstrong #51805 Camel Beige. 6. Manufacturers: a. Armstrong World Industries, Inc: www.armstrong.com. RESILIENT BASE 09650 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job 003109 -00 b. Armstrong Flooring Products Style Excelon "Imperial ". c. Substitutions: Not permitted. 2.02 MATERIALS - BASE & EDGE STRIPS A. Resilient Base: ASTM F 1861, Type TS rubber, vulcanized thermoset; top set Style B, Cove, and as follows: 1. Height: 4 inch. 2. Thickness: 0.080 inch thick. 3. Finish: Matte. 4. Length: Roll. 5. Color: P130 Buckskin. 6. Accessories: Premolded external comers and end stops. 7. Manufacturers: a. Roppe Corp; Product 4" Cove Base: www.roppe.com. b. Substitutions: See Section 01600 - Product Requirements. 2.03 ACCESSORIES A. Subfloor Filler: White premix latex; type recommended by adhesive material manufacturer. B. Primers and Adhesives: Waterproof; types recommended by flooring manufacturer. C. Edge Strips: Rubber; Profiles shown manufactured by Roppe Corporation. 1. Color: Color selected by Owner. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that curb and wall surfaces are smooth and flat within tolerances specified in Section 09260, are dust -free, and are ready to receive resilient base. B. Verify that curb surfaces are dust -free, and free of substances which would impair bonding of adhesive materials to sub -floor surfaces. C. Verify that required floor - mounted utilities are in correct location. 3.02 PREPARATION A. Clean substrate. 3.03 INSTALLATION - BASE A. Fit joints tightly and make vertical. Maintain minimum dimension of 18 inches between joints. B. Miter internal corners. At external comers, use premolded units. At exposed ends, use premolded units. C. Install base on solid backing. Bond tightly to wall and floor surfaces. D. Scribe and fit to door frames and other interruptions. 3.04 CLEANING A. Remove excess adhesive from floor, base, and wall surfaces without damage. 09650 - 2 END OF SECTION RESILIENT BASE City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Carpet, direct - glued. B. Removal of existing carpet. C. Accessories. PART2 PRODUCTS SECTION 09680 - CARPET 1.02 RELATED SECTIONS A. Section 09650- Resilient Flooring: Base finish. 1.03 REFERENCES A. ASTM D 2859 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering • Materials; 2001. 13. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2001. C. ASTM E 648 - Standard Test Method for Critical Radiant Flux of Floor Covering Systems Using a Radiant Heat Energy Source; 2000. D. NFPA 253 - Standard Method of Test for Critical Radiant Flux of Floor Covering Systems Using a Radiant Heat Energy Source; National Fire Protection Association; 2000. E. TAS - Texas Accessibility Standards; Slip Coefficient of Friction. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate seaming plan, method of joining seams, direction of carpet pile and pattern, location of edge moldings and edge bindings. C. Product Data: Provide data on specified products, describing physical and performance characteristics; sizes, patterns, colors available, and method of installation. D. Samples: Submit two samples 12x12 inch in size illustrating color and pattern for each carpet and cushion material specified. E. Manufacturer's Installation Instructions: Indicate special procedures. F. Manufacturer's Certification: Submit certificate verifting installer is approved to install specified products. G. Maintenance Data: Include maintenance procedures, maintenance materials, and schedule for cleaning per the Maintenance Procedures described in Part 3 - Execution. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing specified carpet with minimum three years documented experience. 13. Installer Qualifications: Company specializing in installing carpet with minimum 5 years documented experience. 1. Installer shall demonstrate certification from the manufacturer prior to bid date. 1.06 PERFORMANCE A. Provide material with a maximum of 0.6 for Slip Coefficient of Friction in accordance with TAS. 1.07 ENVIRONMENTAL REQUIREMENTS A. Store materials in area of installation for minimum period of 24 hours prior to installation. 13. Maintain minimum 70 degrees F ambient temperature 24 hours prior to, during and 24 hours after installation. C. Ventilate installation area during installation and for 72 hours after installation. 1.08 WARRANTY A. Provide a warranty for a period of ten years for wearability, edge ravel, delamination and loss of resiliency. 1.09 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional requirements. B. Provide 144 sq ft of carpeting of each type, color, and pattern specified. CARPET 09680 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 2.01 MANUFACTURERS A. Carpet: 1. J & J Industries„ Inc; Product Decibel: www.jjindustries.com. 2. J & J Industries, Inc; Product Volume: www.jjindustries.com. B. Substitutions: Not permitted. 2.02 CARPET A. Roll Width: 12 ft. 1. Color: Rainfall #3517. 2. Pattern: Decibel #4140. B. Carpet Construction: Loop pile, conforming to the following criteria: 1. Smoke Density: Less than 450. 2. Critical Radiant Flux: Minimum of 0.22 watts/sq cm, when tested in accordance with ASTM E 648 or NFPA 253. 3. Surface Flammability Ignition: Pass ASTM D 2859 (the "pill test"). 4. Yarn Type: J & J Encore, SD Ultima 5. Dye Method: Colorloc Plus- Solution Dye Technology 6. Gage: 1 /10 inch. 7. Yarn Weight: 26 oz.. 8. Finished Pile Thickness: 0.16. 9. Special Treatments: ProTex Fluorochemical. 2.03 CARPET A. Carpet Type CPT -2: B. Roll Width: 12 ft. 1. Color: Alvarez #3717. 2. Pattern: Volume #4130. C. Carpet Construction: Loop pile, conforming to the following criteria: 1. Smoke Density: Less than 450. 2. Critical Radiant Flux: Minimum of 0.22 watts/sq cm, when tested in accordance with ASTM E 648 or NFPA 253. 3. Surface Flammability Ignition: Pass ASTM D 2859 (the "pill test "). 4. Yam Type: J & J Encore, SD ultima 5. Dye Method: ColorLoc Plus, Solution Dye Technology 6. Gage: 1 /10 inch. 7. Yarn Weight: 28 Oz. 8. Finished Pile Thickness: 0.14. 9. Special Treatments: ProTex Fluorochemical. 2.04 ACCESSORIES A. Sub -Floor Filler: Type recommended by carpet manufacturer. B. Perimeter and Seams: Carpet gripper, of type recommended by carpet manufacturer to suit application, with attachment devices. C. Moldings and Edge Strips: Rubber, color to be selected. D. Adhesives: Compatible with materials being adhered. E. Seam Adhesive: Recommended by manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within tolerances specified in Section 06100 and are ready to receive carpet. B. Verify that wall surfaces are smooth and flat within tolerances specified in Section 09260, are dust -free, and are ready to receive carpet. C. Verify that sub -floor surfaces are dust -free, and free of substances which would impair bonding of adhesives to sub floor surfaces. D. Verify that required floor - mounted utilities are in correct location. 3.02 PREPARATION A. Remove existing carpet and carpet cushion. 09680 - 2 CARPET City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 B. Remove sub -floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub -floor filler. C. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. D. Clean substrate. 3.03 INSTALLATION - GENERAL A. Install carpet in accordance with manufacturer's instructions. B. Verify carpet match before cutting to ensure minimal variation between dye Tots. C. Lay out carpet and locate seams in accordance with shop drawings: 1. Locate seams in area of least traffic, out of areas of pivoting traffic, and parallel to main traffic. 2. Do not locate seams perpendicular through door openings. 3. Align run of pile in same direction as anticipated traffic and in same direction on adjacent pieces. 4. Locate change of color or pattern between rooms under door centerline. 5. Provide monolithic color, pattern, and texture match within any one area. D. Install carpet tight and flat on subfloor, well fastened at edges, with a uniform appearance. 3.04 DIRECT -GLUED CARPET A. Double cut carpet seams, with accurate pattern match. Make cuts straight, true, and unfrayed. B. Apply contact adhesive to floor uniformly at rate recommended by manufacturer. After sufficient open time, press carpet into adhesive. C. Apply seam adhesive to the base of the edge glued down. Lay adjoining piece with seam straight, not overlapped or peaked, and free of gaps. D. Roll with appropriate roller for complete contact of adhesive to carpet backing. E. Trim carpet neatly at walls and around interruptions. F. Complete installation of edge strips, concealing exposed edges. Bind cut edges where not concealed by edge strips. 3.05 CLE T1NG A. Remove excess adhesive from floor and wall surfaces without damage. B. Clean and vacuum carpet surfaces. 3.06 APPROVED VENDORS FOR FLOORING INSTALLATION A. Innovative Interiors, Inc. , 512- 835 -1184. Contact: Charles Erwin B. The Invironmentalists (formerly known as DuPont Flooring Systems), 512- 837 -4905. Contact: Cherilyn Eudy C. Resource Texas, 512 -454 -9695 x11. Contact: Elizabeth Greenman D. Intertech Flooring, 512- 615 -6340. Contact: Kelley Sandidge END OF SECTION CARPET 09680 -3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation and prime painting. B. Wall covering. SECTION 09720 - WALL COVERING 1.02 RELATED SECTIONS A. Section 09260- Gypsum Board Systems: Wall substrate. 1.03 ALLOWANCES A. See Section 01210 - Allowances, for additional requirements. 1.04 REFERENCES A. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2001. 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on wall covering and adhesive. C. Shop Drawings: Indicate wall elevations with seaming layout. D. Samples: Submit two samples of wall covering, 12x12 inch in size illustrating color, finish, and texture. E. Test Reports: Indicate verification of flame and smoke ratings, when tested by UL. F. Manufacturer's Installation Instructions: Indicate special procedures. G. Maintenance Data: Submit data on cleaning, touch -up, and repair of covered surfaces. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section with minimum three years of documented experience. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Inspect roll materials at arrival on site, to verify acceptability. B. Protect packaged adhesive from temperature cycling and cold temperatures. C. Do not store roll goods on end. 1.08 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the adhesive or wall covering product manufacturer. B. Maintain these conditions 24 hours before, during, and after installation of adhesive and wall covering. C. Provide lighting level of 80 ft candles measured mid- height at substrate surfaces. 1.09 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Supply 25 linear feet of each color and pattern of wall covering; store where directed. C. Package and label each roll by manufacturer, color and pattern, and destination room number. PART 2 PRODUCTS 2.01 BASE BID MANUFACTURER A. VWC-1; Product Cirqa, Selections #G05 -029 (Represented by National Wallcovering) B. VWC-2; Cirqa, Selections #G08 -044 (Represented by National Wallcovering) 2.02 MATERIALS A. Requirements for All Wall Coverings: 1. Surface Burning Characteristics: Flame spread/Smoke developed index of 25/50, maximum, when tested in accordance with ASTM E 84. 13. Adhesive: Type recommended by wall covering manufacturer to suit application to substrate. C. Substrate Filler: As recommended by adhesive and wall covering manufacturers; compatible with substrate. D. Substrate Primer and Sealer: Alkyd enamel type. WALL COVERING 09720 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are prime painted and ready to receive work, and conform to requirements of the wall covering manufacturer. B. Measure moisture content of surfaces using an electronic moisture meter. Do not apply wall coverings if moisture content of substrate exceeds level recommended by wall covering manufacturer. C. Verify flatness tolerance of surfaces does not vary more than 1/8 inch in 10 feet nor vary at a rate greater than 1/16 inch/ft. 3.02 PREPARATION A. Fill cracks in substrate and smooth irregularities with filler; sand smooth. B. Wash impervious surfaces with tetra- sodium phosphate, rinse and neutralize; wipe dry. C. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. D. Surfaces: Correct defects and clean surfaces that affect work of this section. Remove existing coatings that exhibit loose surface defects. E. Marks: Seal with shellac those that may bleed through surface finishes. F. Apply one coat of primer sealer to substrate surfaces. Allow to dry. Lightly sand smooth. G. Vacuum clean surfaces free of loose particles. 3.03 INSTALLATION A. Apply adhesive and wall covering in accordance with manufacturer's instructions. B. Apply adhesive to wall surface immediately prior to application of wall covering. Let contact adhesive set tack free. C. Use wall covering in roll number sequence. D. Razor trim edges on flat work table. Do not razor cut on gypsum board surfaces. E. Apply wall owering smooth, without wrinkles, gaps or overlaps. Eliminate air pockets and ensure full bond to substrate surface. Butt edges tightly. F. Horizontal seams are not acceptable. G. Do not seam within 2 inches of internal corners or within 6 inches of external comers. H. Install wall covering before installation of bases and items attached to or spaced slightly from wall surface. I. Do not install wall covering more than 1/4 inch below top of resilient base. J. Cover spaces above and below windows, above doors, in pattern sequence from roll. K. Apply wall covering to electrical wall plates prior to replacing. L. Where wall covering tucks into reveals, or metal wallboard or plaster stops, apply with contact adhesive within 6 inches of wall covering termination. Ensure full contact bond. M. Remove excess adhesive while wet from seam before proceeding to next wall covering sheet. Wipe clean with dry cloth. 3.04 CLEANING A. Clean wall coverings of excess adhesive, dust, dirt, and other contaminants. B. Reinstall wall plates and accessories removed prior to work of this section. 3.05 PROTECTION OF FINISHED WORK A. Do not permit construction activities at or near finished wall covering areas. END OF SECTION 09720 - 2 WALL COVERING City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL SECTION 09900 - PAINTS AND COATINGS 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints and other coatings. C. See Schedule - Surfaces to be Finished, at end of Section. 1.02 RELATED SECTIONS A. Section 03300 - Cast In Place Concrete B. Section 09260 - Gypsum Board Systems. C. Section 15075 - Mechanical Identification: Painted identification. D. Section 16075 - Electrical Identification: Painted identification. 1.03 REFERENCES A. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2000. B. NPCA (US) - Guide to U.S. Government Paint Specifications; National Paint & Coatings Association; 1988, revised 1992. C. PDCA (MAN) - Architectural Specification Manual; Painting and Decorating Contractors of America; 1986. 1.04 DEFINITIONS A. Conform to ASTM D 16 for interpretation of terms used in this section. 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data pn all finishing products. C. Samples: Submit two paper lip samples, 12x12 inch in size illustrating range of colors and textures available for each surface finishing product scheduled. D. Field Samples: Provide samples of items listed below illustrating color, texture and finish for each item. 1. Overhead Doors - Finish one door. 2. Railings - Finish one complete five foot section. 3. Personnel Doors - Finish one door and frame for each color. 4. Drywall Surfaces - Finish partitions 4' x 9' area to exhibit each color. 5. Interior trim - Finish one 24 inch length for each color and material. 6. Locate where d by Owner. 7. Accepted sample may remain part of the Work. E. Samples: Submit two painted samples, illustrating selected colors and textures for each color and system selected with specified coats cascaded. Submit on aluminum sheet, 12 x 12 inch in size. F. Manufacturer's Instructions: Indicate special surface preparation procedures. G. Maintenance Data: Submit data on cleaning, touch -up, and repair of painted and coated surfaces. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum 5 years experience. 1.07 REGULATORY REQUIREMENTS A. Conform to applicable code for flame and smoke rating requirements for products and finishes. 1.08 MOCK -UP A. See Section 01400 - Quality Requirements, for general requirements for mock -up. B. Reference Field Samples above. 1.09 DELIVERY, STORAGE, AND PROTECTION A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. PAINTS AND COATINGS 09900 - I Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.10 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. C. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 80 ft candles measured mid- height at substrate surface. 1.11 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Supply 1 gallon of each color; store where directed. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Paints: 1. Base Manufacturer: ICI Paints North America. B. Other manufacturers offering equivalent products: 1. Benjamin Moore. 2. Sherwin Williams. 3. Martin Senor Paints. C. Substitutions: See Section 01600 - Product Requirements. 2.02 PAINTS AND COATINGS - GENERAL A. Paints and Coatings: Ready mixed, except field- catalyzed coatings. Prepare pigments: 1. To a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. 2. For good flow and brushing properties. 3. Capable of drying or curing free of streaks or sags. 2.03 PAINT SYSTEMS - INTERIOR A. Gypsum Board, 3 Coat: I. Eggshell: Two coats of latex enamel; Orange Peel Texture. 2.04 ACCESSORY MATERIALS A. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve the finishes specified; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop - applied primer for compatibility with subsequent cover materials. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Plaster and Gypsum Wallboard: 12 percent. 2. Concrete Floors: 8 percent. 3.02 PREPARATION A. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. 09900 - 2 PAINTS AND COATINGS City of Round Rock Public Works Dept. Annex Building Moroan Architects, Inc. Job #03109 -00 June 20, 2003 B. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair existing coatings that exhibit surface defects. C. Marks: Seal with shellac those which may bleed through surface finishes. D. Impervious Surfaces: Remove mildew by scrubbing with solution of tetra- sodium phosphate and bleach. Rinse with clean water and allow surface to dry. E. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. F. Interior Wood Items to Receive Transparent Finish: Wipe off dust and grit prior to sealing, seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after sealer has dried; sand lightly between coats. Prime concealed surfaces with gloss varnish reduced 25 percent with thinner. G. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand wood surfaces lightly between coats to achieve required finish. F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. G. Texture: Provide light roller stiple. 3.04 FIELD QUALITY CONTROL A. See Section 01400 - Quality Requirements, for general requirements for field inspection. B. Inspect and test questionable coated areas in accordance with industry standards. 3.05 CLEANING A. Collect waste material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.06 SCHEDULE - SURFACES TO BE FINISHED A. Do Not Paint or Finish the Following Items: 1. Items fully factory- finished unless specifically noted. 2. Fire rating labels, equipment serial number and capacity labels. 3. Stainless steel items. B. Paint the surfaces described below under Schedule - Paint Systems. C. Mechanical and Electrical: Use paint systems defined for the substrates to be finished. 1. Paint all insulated and exposed pipes occurring in finished areas to match background surfaces, unless otherwise indicated. 2. Paint shop - primed items occurring in finished areas. 3. Paint interior surfaces of air ducts and convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint to visible surfaces. 4. Paint dampers exposed behind louvers, grilles, and convector and baseboard cabinets to match face panels. D. Paint both sides and edges of plywood backboards for electrical and telephone equipment before installing equipment. 3.07 SCHEDULE - COLORS A. Interior Paint, general color (PT -1): ICI #731, Light Navajo B. Interior Paint, accent color (PT -2): ICI #831 Chemayo Sage END OF SECTION PAINTS AND COATINGS 09900 - 3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL SECTION 10165 PLASTIC LAMINATE TOILET COMPARTMENTS 1.01 SECTION INCLUDES A. Plastic laminate toilet compartments. B. Urinal and Vestibule screens. 1.02 RELATED SECTIONS A. Section 06100 -Rough Carpentry: Concealed wood framing and blocking for compartment support. B. Section 10800 - Toilet, Bath, and Laundry Accessories. 1.03 REFERENCES A. ANSI A208.1 - American National Standard for Particleboard; 1999. B. ASTM A 666 - Standard Specification for Annealed or Cold- Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2000. C. NEMA LD 3 - High - Pressure Decorative Laminates; National Electrical Manufacturers Association; 2000. D. PS 1 - Construction and Industrial Plywood; National Institute of Standards and Technology (Department of Commerce); 1995. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall supports, door swings. C. Product Data: Provide data on panel construction, hardware, and accessories. D. Samples: Submit two samples of partition panels, 6x6 inch in size illustrating panel finish, color, and sheen. E. Manufacturer's Installation Instructions: Indicate special' rocedures. 1.05 COORDINATION A. Coordinate the work with placement of support framing and anchors in wall. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Plastic Laminate Toilet Compartments: _ 1. Accurate Partitions Corp: www.accuratepartitions.com. 2. American Sanitary Partition Corporation: www.am - sanitary- partition.com. 3. Global Steel Products Corp: www.globalpartitions.com. 4. Substitutions: Section 01600 - Product Requirements. 2.02 MATERIALS A. Particleboard for Core: ANSI A208.1; composed of wood chips, sawdust or flakes, made with waterproof resin binder; of grade to suit application; sanded faces. B. Adhesive: Contact type. 2.03 COMPONENTS A. Toilet Compartments: Plastic laminate finished, floor - mounted headrail- braced. B. Doors, Panels, and Pilasters: Plastic laminate adhesive and pressure bonded to faces and edges of particleboard core, with beveled comers and edges; edges of cut -outs sealed. 1. Reinforce pilasters and panels with steel plate sandwiched in particleboard core at attachment points. Router cut openings as required. 2. Plastic Laminate Color: PL -3, Wilsonart #7062 -60, textured, low gloss finish. C. Door and Panel Dimensions: 1. Thickness: 1 inch. 2. Door Width: 24 inch. 3. Door Width for Handicapped Use: 36 inch, out - swinging. 4. Height: 58 inch. 5. Thickness of Pilasters: 1 -1/4 inch. D. Urinal Screens: Wall mounted with one panel bracket, and floor -to- ceiling vertical upright consisting of pilaster anchored to floor and ceiling. PLASTIC LAMINATE TOILET COMPARTMENTS 10165 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 2.04 ACCESSORIES A. Pilaster Shoes: Formed chromed steel with polished fmish, 3 inches high, concealing floor fastenings. 1. Provide adjustment for floor variations with screw jack through steel saddles integral with pilaster. B. Head Rails: Hollow chrome plated steel tube, 1 x 1 -5/8 inch size, with anti -grip strips and cast socket wall brackets. C. Wall and Pilaster Brackets: Polished chrome - plated non - ferrous cast metal. D. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. 1. For attaching panels and pilasters to brackets: Through -bolts and nuts; tamper proof. E. Steel Plate Reinforcement: Carbon steel, prepared for fasteners, 1/8 inch thick. F. Hardware: Polished chrome plated non - ferrous cast metal: 1. Pivot hinges, gravity type, adjustable for door close positioning; two per door. 2. Nylon bearings. 3. Thumb tum door latch with exterior emergency access feature._ 4. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 5. Coat hook with rubber bumper; one per compartment, mounted on door. 6. Provide door pull for outswinging doors. PART 3 EXECUTION 3,01 EXAMINATION A. Verify that field measurements are as indicated. B. Verify correct spacing of and between plumbing fixtures. C. Verify correct location of built -in framing, anchorage, and bracing. 3.02 INSTALLATION A. Install partitions secure, rigid, plumb, and level in accordance with manufacturer's instructions. B. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end pilasters. C. Attached panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. E. Field touch -up of scratches or damaged finish will not be permitted. Replace damaged or scratched materials with new materials. 3.03 ERECTION TOLERANCES A. Maximum Variation From True Position: 1/4 inch. B. Maximum Variation From Plumb: 1/8 inch. 3.04 ADJUSTING A. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. B. Adjust hinges to position doors in partial opening position when unlatched. Return out - swinging doors to closed position. C. Adjust adjacent components for consistency of line or plane. END OF SECTION 10165 - 2 PLASTIC LAMINATE TOILET COMPARTMENTS City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job 803109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Engraved plastic signs. B. Cash allowance for signs. 1.02 RELATED SECTIONS A. Section 01210 - Allowances: Allowances for each sign type. 1.03 ALLOWANCES A. See Section 01210 - Allowances, for cash allowances affecting this section. B. Allowance includes purchase and delivery of plastic signs; installation is included in this section and is part of the Contract Sum. 1.04 REFERENCES A. TAS - Texas Accessibility Standards: Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Disadvantaged People. 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate sign styles, lettering font, foreground and background colors, locations, overall dimensions of each sign. C. Samples: Submit one sample sign, in size illustrating type, style, letter font, and colors specified; method of attachment. D. Manufacturer's Installation Instructions: Include installation template and attachment devices. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing th?pmducts specified in this section with minimum three years of documented experience. 1.07 REGULATORY REQUIREMENTS A. Conform to applicable code and TAS for requirements for the physically disadvantaged. B. Conform to applicable code for requirements for the physically handicapped. 1.08 DELIVERY, STORAGE, AND PROTECTION A. Package signs, labeled in name groups. B. Store adhesive attachment tape at ambient room temperatures. 1.09 ENVIRONMENTAL REQUIREMENTS A. Do not install signs when ambient temperature is lower than recommended by manufacturer. B. Maintain this minimum temperature during and after installation of signs. PART 2 PRODUCTS SECTION 10440 - SIGNAGE 2.01 MANUFACTURERS A. Austin Architectural Graphics. B. Building Image Group. C. Capital Architectural Signs D. Substitutions: See Section 01600 - Product Requirements. 2.02 ENGRAVED SIGNS A. Engraved Signs: Laminated colored plastic; lettering engraved through face to expose core color: 1. Face Color: To Be Determined 2. Core Color: To Be Determined. 3. Total Thickness: 1/16 inch. 4. Height: 3 inches. 5. Edges: Bevelled. 6. Character Font:. Helvetica. 2.03 ACCESSORIES A. Tape Adhesive: Double sided tape, permanent adhesive. SIGNAGE 10440 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions and as per TAS requirements. B. Position signs as indicated on drawings. 3.03 SCHEDULES A. Room Signs: "JANITOR," "MEN," "WOMEN,' and "STORAGE;" at each respective room location. 10440 -2 END OF SECTION SIGNAGE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock Public Works Dept. Annex Building Montan Architects, Inc. Job #03109-00 June 20, 2003 PART 1 GENERAL SECTION 10523 - FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES 1.01 SECTION INCLUDES A. Fire extinguishers. B. Fire extinguisher cabinets. C. Accessories. 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry: Wood blocking and shims. B. Section 09260- Gypsum Board Systems: Roughed -in wall openings. C. Section 09900 - Paints and Coatings: Field paint finish. 1.03 REFERENCES A. NFPA 10 - Standard for Portable Fire Extinguishers; National Fire Protection Association; 2002. B. UL (1-.PhD) - Fire Protection Equipment Directory; Underwriters Laboratories Inc.; current edition. 1.04 PERFORMANCE REQUIREMENTS A. Conform to NFPA 10. B. Provide extinguishers classified and labeled by Underwriters Laboratories Inc. for the purpose specified and indicated. 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate cabinet physical dimensions. C. Product Data: Provide extinguisher operational features. D. Manufacturer's Installation Instructions: Indicate special criteria and wall opening coordination requirements. E. Manufacturers Certificate: Certify that products meet or exceed specified requirements. F. Maintenance Data: Include test, refill or recharge schedules and re-certification requirements. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not install extinguishers when ambient temperature may cause freezing of extinguisher ingredients. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: 1. Substitutions: See Section 01600 - Product Requirements. 2.02 FIRE EXTINGUISHERS A. Dry Chemical Type: Cast steel tank, with pressure gage. 1. Class A,B,C. 2. Size 10. 3. Finish: Impact resistant epoxy finish. 2.03 FIRE EXTINGUISHER CABINETS A. Metal: Formed primed steel sheet; 0.036 inch thick base metal. B. Cabinet Configuration: Semi - recessed type. C. Door: 0.036 inch thick, reinforced for flatness and rigidity; latch. Hinge doors for 180 degree opening with continuous piano hinge. Provide nylon catch. D. Door Glazing: Glass, clear, 1/8 inch thick float. Set in resilient channel gasket glazing. E. Cabinet Mounting Hardware: Appropriate to cabinet. Pre -drill for anchors. F. Weld, fill, and grind components smooth. G. Finish of Cabinet Exterior Trim and Door Primed for field paint finish. (Finished color to match adjacent wall color.) H. Finish of Cabinet Interior: White enamel. 2.04 ACCESSORIES A. Extinguisher Brackets: Formed steel, chrome - plated. B. Cabinet Signage: In accordance with Fire Department Requirements. FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES 10523 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20,2003 Job #03109 -00 PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify rough openings for cabinet are correctly sized and located. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. Layout indicated is primarily for quantity of units, verify with fire department prior to installation exact position. B. Install cabinets plumb and level in wall openings, 48 inches from finished floor to handle of fire extinguisher. C. Secure rigidly in place. D. Place extinguishers in cabinets and on wall brackets. E. Position cabinet signage at location as directed by Fire Department. END OF SECTION 10523 - 2 FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109-00 June 20, 2003 PART 1 GENERAL 1.01 SECTION INCLUDES A. Toilet Room Accessories. 1.02 RELATED SECTIONS A. 06100 - Wood Carpentry. B. Section 09260 - Gypsum Board Assemblies. C. Section 10 160 - Metal Toilet Compartments. 1.03 REFERENCES A. ASTM A 240 /A 240M - Standard Specification for Heat- Resisting Chromium and Chromium- Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels; 2001. B. ASTM A 554 - Standard Specification for Welded Stainless Steel Mechanical Tubing; 1998. C. TAS - Texas Accessiblity Standards of the Architectural Barriers Act, Article 9102, Texas Civil Statutes: Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Disadvantaged People. D. ASTM F446 - Standard Consumer Safety Specification for Grab Bars and Accessories Installed in the Bathing Area; 1985 (Reapproved 1999). 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's product data for products specified, indicating selected options and accessories. C. Shop Drawings: 1, Plans: Locate each specified unit in project. 2. Elevations: Indicate mounting height of each specified unit in project. 3. Details: Indicate anchoring and fastening details, required locations and types of anchors and reinforcement, and materials required for correct installation of specified products not supplied by manufacturer of products of this section. D. Quality Assurance Submittals: 1. Manufacturer's printed installation instructions for each specified product 2. Documentation of manufacturers qualifications, specified in QUALITY ASSURANCE Article of this section. E. Closeout Submittals: Warranty documents, issued and executed by manufacturer of products of this section, and countersigned by Contractor. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum five (5) years of documented experience producing products of the types specified in this section. B. Regulatory Requirements: Conform to TAS requirements. 1.06 DELIVERY, STORAGE, AND HANDLING A. Factory-apply strippable protective vinyl coating to sight - exposed surfaces after finishing of products; ship products in manufacturers standard protective packaging. B. Storage and Protection: Store products in manufacturer's protective packaging until installation. 1.07 SEQUENCING A. Supply locating and sizing templates, and other requirements, to fabricators and installers of products referenced in RELATED SECTIONS Article for building in products of this section. 13. Supply reinforcing and anchoring devices required for installation of products of this section to fabricators and installers of products referenced in RELATED SECTIONS Article. 1.08 WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Manufacturer's standard warranty against defects in product workmanship and materials. PART2 PRODUCTS 2.01 MANUFACTURERS TOILET ACCESSORIES SECTION 10810 - TOILET ACCESSORIES 10810 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 A. Bobrick Washroom Equipment, Inc.. B. Other acceptable manufacturers offering equivalent products: 1. ASI- American Specialties, Inc.. 2. Bradley Corporation. C. Substitutions: Section 01600 - Product Requirements. D. Supply all products of this section from a single manufacturer. 2.02 MATERIALS A. Stainless Steel Sheet: ASTM A 240/A 240M, Type 304, 18 -8 alloy. 2.03 TOILET ACCESSORIES A. Basic Construction Requirements: 1. Doors: Fabricated from minimum 0.0313 inch stainless steel sheet, formed hems at sight- exposed edges; welded corners, finished to match sheet finish. 2. Cabinets: Fabricated from minimum 0.0313 inch stainless steel sheet, formed hems at sight - exposed edges; all joints welded, sight - exposed welds finished to match sheet finish. 3. Hinges: Stainless steel piano hinge, 3/16 inch diameter barrel, full length of cabinet; hinge leaves spot - welded to door and cabinet body. 4. Locks: Tumbler locks, keyed alike other toilet accessory locks, with two keys for each lock. 5. Stainless Steel Finish: No.4 satin. B. Paper Towel Dispenser and Disposal TA -2: Model B- 43944. C. Sanitary Napkin Disposal TA -3: Model B -270. D. Toilet Paper Holder TA -1: Model B -4388. 2.04 MIRRORS A. Mirror TA -4: Model B290 -6036. 1. Size: As indicated on drawings. 2. Finish: No.4 satin stainless steel. 2.05 GRAB BARS A. Grab Bars - Basic Requirements: Fabricated to comply with ASTM F 446 and to withstand a 900 pound force, from ASTM A 554 stainless steel tubing, 0.050 inch, Type 304, 18 -8 alloy; formed 1 -1/2 inch radius retum to wall at each end; each end heliarc - welded to minimum 11 gage stainless steel circular flange; welds finished to match tube finish. B. Grab Bars: Series B -6806. 1. Grab Bar TA -5: Series B -6806, Type 99-42. 2. Grab Bar TA -6: Series B -6806, Type 99 -36. C. Grab Bar Concealed Mounting Flanges: Stainless steel, 3 inch diameter by 1/2 inch deep, with 0.0897 inch steel tenon plate for concealed attachment, using three set screws. D. Grab Bar Snap -on Mounting Flanges: Snap -on stainless steel cover, 0.0313 inch, 3 inch diameter by 1/2 inch deep, for concealing grab bar mounting flange. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: 1. Prepared openings are sized and located in accordance with shop drawings. 2. Reinforcement and anchoring devices are correct type and are located in accordance with shop drawings. B. Installer's Examination: 1. Have installer of this section examine conditions under which construction activities of this section are to be performed, then submit written notification if such conditions are unacceptable. 2. Transmit two copies of installer's report to Owner within 24 hours of receipt. 3. Beginning construction activities of this section before unacceptable conditions have been corrected is prohibited. 4. Beginning construction activities of this section indicates installer's acceptance of conditions. 3.02 INSTALLATION - A. Install toilet accessories plumb and level in accordance with shop drawings and manufacturer's printed installation instructions. 10810 -2 TOILET ACCESSORIES City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 B. Locate toilet accessories at heights specified by TAS. 3.03 CLEANING A. Remove manufacturer's protective vinyl coating from sight- exposed surfaces 24 hours before final inspection. B. Clean surfaces in accordance with manufacturer's recommendations. 3.04 PROTECTION OF INSTALL ED PRODUCTS A. Protect products from damage caused by subsequent construction activities. B. Field repair of damaged product finishes is prohibited; replace products having damaged finishes caused by subsequent construction activities. END OF SECTION TOILET ACCESSORIES 10810.3 City of Round Rock Public Works Dept. Annex Building Moman Architects, Inc. Job #03109 -00 June 20, 2003 PART1 GENERAL 1.01 SECTION INCLUDES A. Horizontal slat louver blinds. B. Operating hardware. 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry: Blocking for attachment of headrail brackets. 1.03 UNIT PRICES A. Section 01270 - Unit Prices: Cost per window. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating physical and dimensional characteristics. C. Manufacturer's Installation Instructions: Indicate special procedures. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.06 PROJECT CONDITIONS A. Coordinate the work with window installation and placement of concealed blocking to support blinds. B. Take field measurements to determine sizes required. PART2 PRODUCTS SECTION 12492 - HORIZONTAL LOUVER BLINDS 2.01 MANUFACTURERS A. Horizontal Louver Blinds: 1. Style, type, finish to match existing. 2. Substitutions: See Section 01600 - Product Requirements. 2.02 BLINDS AND BLIND COMPONENTS A. Blinds: Horizontal slat louvers hung from full -width headrail with full -width bottom rail; manual control of raising and lowering by cord with full range locking; blade angle adjustable by cord. B. Metal Slats: Spring tempered pre - finished aluminum; square slat comers, with manufacturing burrs removed. C. Slat Support: Woven polypropylene cord, ladder configuration. D. Head Rail: Pre - finished, formed aluminum box, with end caps; internally fitted with hardware, pulleys, and bearings for operation; same depth as width of slats E. Bottom Rail: Pre - finished, formed aluminum with top side shaped to match slat curvature; with end caps. Color: Same as headrail. F. Lift Cord: Braided nylon; continuous loop. G. Control Wand: Extruded hollow plastic; square shape. 1. Length of window opening height less 3 inches. 2. Color: clear . H. Accessory Hardware: Type recommended by blind manufacturer. 2.03 FABRICATION A. Fabricate blinds to cover window frames completely. PART3 EXECUTION 3.01 EXAMINATION A. Verify that openings are ready to receive the work. B. Ensure structural blocking and supports are correctly placed. 3.02 INSTALLATION A. Install blinds in accordance with manufacturers instructions. B. Secure in place with flush countersunk fasteners. HORIZONTAL LOUVER BLINDS 12492 - 1 Moman Architects, Inc. City of Round Rock Public Works Dept. Annex Building June 20, 2003 Job #03109 -00 3.03 INSTALLATION TOLERANCES A. Maximum Variation of Gap at Window Opening Perimeter: 1/4 inch. B. Maximum Offset From Level: 1/8 inch. 3.04 ADJUSTING A. Adjust blinds for smooth operation. 3.05 CLEANING A. Clean blind surfaces just prior to occupancy. 12492-2 END OF SECTION HORIZONTAL LOUVER BLINDS 1 1 Cityof Round Rock Public Works Annex 1 Mechanical /Electrical Specifications 1 Division 15 & 16 1 1 1 1 1 1 1 1 1 1 1 1 Hendrix Consulting Engineers 115 E. Main Street Round Rock, Texas 78664 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 15010 - GENERAL PROVISIONS A. The work of Division 15 consists of providing labor, materials, products, and all operations required for the complete operating installation of all mechanical systems as shown and specified, in strict compliance with applicable drawings, specification, terms and conditions of the contract and all applicable codes and ordinances governing the installation of the various mechanical systems. Contractor shall provide all equipment and materials necessary and usually furnished in connection with such work and systems whether or not specifically mentioned in the specifications or on the drawings. All work shall be fully correlated with the work of other crafts. This section of Division 15 is a part of all other sections of Division 15. B. Each Contractor shall study the Contract Documents included under this contract to determine exactly the extent of work provided under this contract, as well as to ascertain the difficulty to be encountered in performing the work on the drawings and outline hereinafter and in making new connections to existing utilities, installing new equipment and systems and coordinating the work with the other Trades. C. Notwithstanding any approvals or instructions which must be obtained by the Contractor from the Architect in connection with use of premises, the responsibility for the safe working conditions at the site shall remain that of the Contractor's, and the Architect or Owner shall not be deemed to have any responsibility or liability in connection therewith. D. The Agreement Forms, Uniform General Conditions, Supplementary Conditions of the specifications shall apply to the work specified in Division 15. E. Additional Site Visit Costs: Contractor shall be charged with any cost resulting from uncompleted items that require additional site trips by the Architect/Engineer. F. The Contractor shall obtain and pay for all permits and fees associated with his work. G. REMODEL WORK: COORDINATE ALL CONNECTIONS OF NEW EQUIPMENT WITH EXISTING SERVICE. CONTRACTOR SHALL FURNISH AND INSTALL ALL EQUIPMENT, MATERIALS, AND INCIDENTAL ITEMS REQUIRED TO MAKE SYSTEM COMPLETE AND OPERABLE. H. Architectural backgrounds to be used in preparation of shop drawings shall be obtained from the Architect. Confirm requirements and stipulations for obtaining floor plan backgrounds with Architect and with other sections of specification. Engineer's drawings and CAD files may not be used for Shop Drawings. I. NO TOXIC NOR HAZARDOUS MATERIALS, INCLUDING BUT NOT LIMITED TO PRODUCTS OR MATERIALS CONTAINING ASBESTOS, PCB AND LEAD SHALL BE PROVIDED OR INSTALLED. K. An extra copy of all Field Reports shall be kept in a separate notebook set up in the Construction Manager's Trailer. Contractors shall use these reports to check off that each individual item noted has been completed. Each item shall be initialed and noted when completed. Use this notebook to keep record of all test and results (i.e. wastewater test, water line tests, etc. GENERAL PROVISIONS 15010 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.02 SITE INSPECTION A. The Contractor shall visit and examine the site verifying all existing items and familiarize himself with existing work conditions and understand the conditions which affect performance of the work of this Division before submitting bids for this work. The submission of bids shall be deemed as evidence of such visits and examinations. B. All bids shall take the existing conditions into consideration and the lack of specific information on the drawings shall not relieve the Contractor of any responsibility. No subsequent allowance for time or money will be allowed for work or change related to failure to examine site conditions. 1.03 SPECIFICATION TERMINOLOGY A. Streamlining: In many instances, the products, reference standards, and other itemized specifications have been listed without verbiage. In these cases, it is implied that the Contractor shall provide the products and perform in accordance with the references listed. B. "Furnish" means to purchase and deliver material as shown and specified, including mark- ups, and cart the material to an approved location at the site or elsewhere, as noted or agreed. C. "Provide /Install ", as used in these specifications, means furnish at material, labor, sub- contracts, and appurtenances, including mark -up required for a complete, operating, finished system. D. "Rough -in and Connect Only" means provide an appropriate system connection, such as supplies with stops, continuous wastes with traps, shut -off valves required, and all piping connections, testing, etc., for proper operation, and to install equipment furnished. Equipment furnished is received, uncrated, assembled and set in place by supporting crafts unless they make prior arrangements to hire the mechanical installer for this work. E. "Accessible" means arranged so that an appropriately dressed maintenance man may approach the area in question with tools and products necessary for the work intended, and may then position himself to properly perform the task to be accomplished, without disassembly or damage to the surrounding installation. F. "Serviceable" means arranged so that the component or product in question may be properly removed, and replaced without disassembly, destruction, or damage to the surrounding installation. G. "Product" is a generic term which includes materials, equipment, fixtures, and any physical item used on the project. H. Wherever the term "shown on drawings" is used in the specifications, it shall mean "noted ", "indicated ", "scheduled ", "detailed ", or any other diagrammatic or written reference made on the drawings. I. "Conduit" includes, in addition to conduit, all fittings, hangers and other accessories relative to such conduit. "Piping" includes, in addition to piping, all fittings, valves, hangers and other accessories relative to such piping. J. "Concealed" means hidden from sight in chases, furred spaces, shafts, hung ceilings, embedded in construction, crawl spaces, etc. GENERAL PROVISIONS 15010 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.04 DIAGRAMMATIC DRAWINGS A. Drawings and specifications encompass a system that wit integrate with the structural, electrical, and Architectural design of the building. 1. Drawings and specifications are complementary, each to the other; what is shown on one is as binding as if called for in both. 2. Where drawing details, plans, and/or specification requirements are in conflict, and where conduit, duct and piping sizes of the same run are shown to be different between plans and specifications or details, the most stringent requirement will be included in the Contract. Systems and equipment called for in the specification and /or shown on the drawings shall be provided under the contract of each Trade as if it were required by both the drawings and the specifications. However, prior to ordering or installation of any portion of work which appears to be in conflict, such work shall be brought to the Architect's attention for direction as to what is to be provided. B. The drawings are partly diagrammatic in character and do riot show exact locations, all offsets or give exact elevation in piping, fittings, duct, conduits, etc. Also, the drawings do not necessarily show in minute detail all features of the installation. Contractor shall physically arrange the systems to fit in the space available and shall carefully investigate structural and finish conditions, arrange work accordingly and provide a complete and satisfactorily working installation. Provide all work shown on the drawings and specified, unless otherwise stated. No subsequent allowance will be made due to failure to coordinate work prior to installation. C. The Architectural, Structural, Civil and Electrical plans and Specifications and other pertinent documents issued by the Architect are a part of these Specifications and the accompanying Mechanical Drawings and shall be complied and coordinated with in every respect. All drawings and specifications mentioned above shall be examined by all bidders. Failure to examine all drawings for coordination and quantities shall not relieve the Contractor of responsibility and no subsequent allowance for time or money will be allowed. 1.05 COORDINATION OF WORK A. Each Contractor shall compare his Drawings and Specifications with those of other Trades and report any discrepancies between them to the Architect and obtain from the Architect written instructions to make the necessary changes in any of the affected work. All work shall be installed in cooperation with other Trades installing interrelated work. Before installation, all trades shall make proper provisions to avoid interferences in a manner approved by the Architect. B. Each Contractor shall coordinate the location of his systems so that all outside air intakes are located in such a way as to prevent cross - contamination from plumbing vents, flue pipes, exhaust fans, etc. Such a distance shall be not less than 10 feet. C. Locations of conduit, ducts, piping, sprinkler heads and equipment shall be adjusted to accommodate the work with interferences anticipated and encountered. Exact routing and location of system shall be determined prior to fabrication or installation. Coordinate routing of major electrical conduits with Electrical Contractor prior to fabrication of duct work and piping. D. Offsets and changes of direction in all conduit, ducts and piping systems shall be made as required to maintain proper headroom and pitch of sloping lines whether or not indicated on the drawings. GENERAL PROVISIONS 15010-3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 E. Where discrepancies in scope of work as to what Trade provides items, such as starters, disconnects, flow switches and the like exist, such conflicts shall be reported to the Architect prior to signing of the Contract. If such action is not taken, the various Trades shall furnish such items as part of their work for complete and operable systems and equipment, as determined by the Architect. F. The Electrical Subcontractor shall verify with the HVAC, Plumbing and Fire Protection Subcontractors available electrical characteristics for all motors and equipment before ordering and submitting of electrical gear. Verify actual connection points prior to installation and roughing -in. Mechanical and Electrical Contractor are responsible for coordination of electrical requirements and final fuse sizes of all A/C equipment. When Mechanical Contractor substitutes equipment that requires additions or upgrades to electrical system, he shall bear all costs arising from such substitutions. G. The Contractors are to avoid routing conduit through fire rated assemblies where practical. Each trade is responsible for proper coordination of required sleeves or block -outs with rated assembly installers. Each trade is responsible for providing sleeves, as required, for his work. Each trade shall verify acceptable tolerances around penetrating item in fire assembly before beginning fire sealing. H. Mechanical Contractor and Controls Contractor shall coordinate all requirements of equipment and controls to insure a fully operational system. 1.06 CUTTING AND PATCHING A. The Contractor shall notify the General Contractor and other Subcontractors in ample time of the location of at chases, sleeves and openings required in the construction for the proper installation of his work. The Contractor shall do all core drilling of individual holes and all cutting for his work except square or rectangular openings in the structural slabs which shall be cut by the Contractor at locations shown on the drawings. In no case, however, shall a beam or column be cut without the approval of the Project Structural Engineer. B. On completion of this work or as work progresses the Contractor shall make all repairs and do all patching required as a result of the work under this contract. All patching shall be performed in a manner that will restore the surrounding work to its original conditions and to the satisfaction of the Owner. C. Any cutting and patching necessary as a result of the Contractor's failure to notify the General Contractor of all the required openings shall be at the expense of the Contractor. 1. 07 OBLIGATIONS /RESPONSIBILITIES A. The Contractor binds himself, his partners, successors, assigns and legal representatives to the Owner in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign the Contract or sublet it as a whole without the written consent of the Architect/Owner, nor shall the Contractor assign any monies due or to become due to him hereunder, without the previous written consent of the Owner /Architect. B. The Contractor shall supervise and direct the Work using his best skill and attention. He shall be solely responsible for all construction means, methods, techniques, safety, sequences and procedures, and for coordinating all portions of the work under his Contract. GENERAL PROVISIONS 15010 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 C. The Contractor shall provide, without extra charge, all incidental items required as a part of the work, even though not particularly specified or indicated, and if he has good reason for objecting to the use of a material, appliance, or type of construction shown or specified, he shall register his objections with the Architect/Engineer, in writing; otherwise, he shall proceed with the work under the stipulation that a satisfactory job is required. 1.08 REVIEW OF MATERIAL AND EQUIPMENT SUBMITTALS A. Submittals: Provide submittals for all products and systems described in Division 15 and shown on the drawings to demonstrate compliance with the requirements of the project. Furnish equipment submittals in the manner described elsewhere in these specifications. B. Architectural backgrounds to be used in preparation of shop drawings shall be obtained from the Architect. Confirm requirements and stipulations for obtaining floor plan backgrounds with Architect and with other sections of specification. Engineer's drawings and CAD files may not be used for Shop Drawings. C. Substitutions: Equipment listed as equal is indicated to be equal in quality to equipment designed around. It does not mean equal in dimension or fit. It is the Contractor's responsibility to confirm dimensional differences and space requirements. 2. Request for proposed substitution of materials, methods, or processes shall be made to the Architect and if found acceptable, will be confirmed by an addendum to the Construction Documents. Where proposed substitutions are not incorporated into the Construction Documents by addendum PRIOR to time of the General Contract bid opening, all bids shall be held to have been made on the basis of the materials, methods and processes required by the Construction Documents. 3. Equal Materials: It is not the intent of the Specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and /or fixtures have been specified by name, manufacturer or catalog number, it has been done so as to set a definite standard and a reference for comparison as to quality, application, physical conformity, and other characteristics. 4. Acceptance of substitution by the Engineer does not relieve the Contractor of responsibility for proper operation of the systems, compliance with specifications, necessary changes due to dimensional differences or space requirements, and of work on schedule. 5. Where equipment of the acceptable manufacturers requires different arrangement or connections from those shown, it shall be the responsibility of the Contractor to install the equipment to operate properly and in harmony with the original intent of the drawings and specifications. When directed by the Architect, the Contractor proposing substitutions shall submit drawings showing the proposed installation. If the proposed installation is approved, the Contractor shall make all necessary changes in all affected related work provided under other Sections, including location of rough -in connections by other Trades, conduit supports, insulation, etc. All changes shall be made at no increase in the Contract amount or additional cost to the other Trades and /or Owner. D. Data Required for Review: Mark submittal literature and shop drawings clearly by individual sections, and include all equipment and material shown on drawings and specified. Provide a minimum of four (4) copies of each section of submittal data or GENERAL PROVISIONS 15010 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 quantity required by Architect or whichever is greater unless noted otherwise. ANY DATA NOT CLEARLY MARKED OR NOT APPROPRIATELY SUBMITTED WILL BE RETURNED WITHOUT CHECKING. Indicate the following: 1. Specification reference and /or drawing reference for which literature is submitted for review with an index, following specification format, and item by item identification. 2. Manufacturer's name and address, and supplier's name, address, and phone number. 3. Catalog designation or model number. 4. Rough -in data and dimensions. 5. Performance curves and rated capacities with performance data marked. 6. Motor characteristics and wiring diagrams. 7. Operation characteristics. 8. Complete customized listing of equipment, characteristics, accessories, etc., specified. Indicate whether item is "As specified" Mark out all non - applicable items. The terminology "As specified" used without this customized listing is not acceptable. 9. Wiring diagrams for the specific system operation. Complete wiring with diagrams showing all connections to each type of actual equipment being installed on project, complete with part numbers of controls for each type of equipment. 10. Submit written sequence of operation for all modes of operation for each piece of mechanical equipment. Give narrative explaining exactly what control signals are required to activate each mode of a particular unit's operation. Include information about which signals override others intemally (when applicable). Submit this Information with equipment submittal and provide a copy to the Controls Contractor so it can be integrated into the control scheme and control submittals. Indicate whether 24 VAC, 4-20 MA, 0 -10VDC or line voltage is required for controls. 11. Provide HVAC equipment with a controls Interface that is suitable for connection to a standard conventional thermostat and /or non - proprietary DDC control systems. 12. Working construction drawings (ductwork shop drawings). Provide one (1) reproducible and three (3) blueline prints. Additional copies submitted will be returned without being checked. One blueline will be kept by Engineer and one will be kept by Architect. Reproducible will be returned to Contractor so as many copies as needed can be made. 13. Breakout submittals into priority items. Submittals in one notebook will be returned to be broken down. E. Submit to the Engineer within 60 days after the award of the contract or as dictated by project schedule a typewritten list of those Items of equipment and appurtenances which will be furnished. Include the name or description of the item, name of GENERAL PROVISIONS 15010 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 manufacturer, model or type, catalog number and manufacturer's printed information. The information submitted shall include overall dimensions, weights, voltage rating, phase, wiring diagrams, etc., and nameplate data. Assemble submittals into individual brochures by Specification Section. Any submittal with all sections under one (1) cover will be returned and required to be broken into separate submittals. The Engineer's check will be general and does not relieve the Contractor of final responsibility to comply with the Contract Documents in all respects. F. Submittal review is for general design and arrangement only and does not relieve the Contractor from any of the requirements of the Contract Documents. Submittals will not be checked for quantity, dimension, fit or proper technical design of manufactured equipment. Where deviations of substitute product or system performance have not been specifically noted in the submittal by the Contractor, provision of a complete and satisfactory working installation is the sole responsibility of the Contractor. Warranties cannot be reduced through the submittal process. G. Submittal data required but not limited to the following: Ductwork Shop Drawings Pipe Isolators Valves Relief Valves Gauges Air Handlers Flexible Ductwork Insulation Internal Lining Metal Jacket & Fittings Exhaust Fans Exhaust/Relief Caps Volume Dampers Supply Fans Air Extractors Grilles/Registers /Diffusers Spin -in Fittings Fire Damper Installation Detail Controls Valve Tags /Markers Access Panels/Doors Flexible Connectors Pumps Pipe Identification Labels Roof Opening Shop Drawings Water Heaters Plumbing Fixtures and Trim Cleanouts Floor Drains Condensing Units /Heat Pumps Duct Tape H. Contractor to submit Mechanical /Electrical equipment coordination sheet with equipment submittal for all AHD's, CU's, HP's. Reference chart at end of section. 1.09 SHOP DRAWINGS REQUIRED A. Prepare and submit working construction drawings as requested, specified, and otherwise necessary to demonstrate proper planning for installation and arrangement of all work. Layout drawings to scale and show dimensions where accuracy of location is necessary for coordination or communication purposes. Show work of all trades, including Architectural, Structural, Mechanical, and Electrical items which may be pertinent to proper and accurate coordination. Provide shop drawings for all products, ductwork, systems, system components and special supports which are not standard catalog products and which may be fabricated for the Contractor or by the Contractor. Show top and bottom elevation of ductwork and equipment as it will be installed. Show offsets required to miss structural and other items of interference. Identify all shop drawings as to which section and paragraph of the specifications and /or drawing number the item is covered under. Ductwork layout/shop drawings to be done at a minimum 1/8" = 1'-0" scale, except in mechanical rooms where they are to be at a minimum of 1/4" = 1' -0 ". AHU's, CU's, HP's, RTU's, etc. are to be shown actual scaled size and configuration of the actual equipment being used. GENERAL PROVISIONS 15010 -7 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. ALL SHOP DRAWINGS OF MECHANICAL ROOMS /MEZZANINES SHALL BE DONE AT A MINIMUM SCALE OF 1/4 INCH EQUALS 1 FOOT. SHOW ALL FLOOR DRAINS, HVAC, PLUMBING, AND ELECTRICAL EQUIPMENT, INCLUDING ELECTRIC PANELS, TRANSFORMERS AND DISCONNECT SWITCH LOCATIONS. COORDINATE WITH ELECTRICAL AND PLUMBING CONTRACTOR. C. Provide roof shop drawing indicating dimensioned locations and sizes for all roof mounted equipment, supports, openings and plumbing vents in ample time for proper coordination of all trades. D. Submission of copies of the Engineer's drawings does not constitute shop drawings and is not acceptable. E. • Submittal of complete engineering submittal data for products and eq uipment shall be made in sufficient copies to provide one (1) copy of all data to be retained by the Architect, one (1) copy of all data to be retained by the Engineer, two (2) copies of all data to be accumulated for the Owner, additional copies as required by the Contractor. Architect and Engineer will each keep one (1) blueline of shop drawings. Sepia will be returned to Contractor so he can make corrected copies as required for his use. F. See 15010, 1.08, C., 10., for quantities of ductwork, roof and mechanical room shop drawings required. 1.10 RECORD DRAWINGS A. Reference requirements stated elsewhere in the Specifications. B. THE CONTRACTOR SHALL TAPE ALL ADDENDAS ISSUED DURING BIDDING TO HIS CONSTRUCTION AND RECORD DRAWING SET PRIOR TO COMMENCING CONSTRUCTION. PAY REQUESTS WILL NOT BE PROCESSED UNTIL THE CONTRACTOR HAS COMPLIED WITH THIS REQUIREMENT. C. In addition to other requirements, a master Record Drawing blueline set (separate from field sets) shall be kept in the General's site trailer and marked up weekly as the work progresses, to show exact dimensioned location and routing of all mechanical work which will be permanently concealed. Show routing and location of items cast in concrete or burled underground. Show routing of work in permanently concealed blind spaces within the building. Work located in spaces with access, or above suspended ceilings, is not considered permanently concealed. Show complete routing and sizing of any significant revisions to the systems shown. Show the location of all valves and their appropriate tag identification. Indicate locations of all existing active and inactive piping uncovered during construction. Keep marked up set at site for review at site meetings. D. Contractor shall indicate progress by coloring -in various conduits, pipes, ducts, and associated appurtenances exactly as they are erected. This process shall incorporate both the changes noted above and all other deviations from the original drawings whether resulting from job conditions encountered or from any other causes. E. The marked -up and colored -up prints will be used as a guide for determining the progress of the work installed for drew requests. They shall be inspected periodically by the Architect and Owner's Representatives, and they shall be corrected immediately if found either inaccurate or Incomplete. This procedure is mandatory. F. No monthly pay applications will be reviewed if the Record Drawings are incomplete or are unavailable for inspection. GENERAL PROVISIONS 15010 -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 G. At the completion of the job, these prints shall be submitted to the Architect for final review and comment. The prints will be returned with appropriate comments and recommendations. These corrected prints, together with corrected prints indicating all the revisions, additions and deletions of work, shall form the basis for preparing a set of record drawings. H. The Engineer's original tracings may be borrowed by the Contractor for his Trade, to obtain a set of mylar reproductions. Engineer's seal shall be removed from this set of mylars. Each Contractor shall then transfer all work to his mylar set and shall add the date of printing and the legend "Record Drawing Set" and submit a set of reproducible sepias to the Architect for his review. The Architect shall comment on the set of sepias and shall return this set to the Contractor to make any final modifications to the drawings. After all corrections are made, the Contractor shall add the date of printing and the legend "Record Drawing Set" on the mylar set. The Contractor shall be responsible for updating all items, including but not limited to floor plan changes, system changes, addendums, change orders, etc. on the prints to "As- Built" conditions. J. Final payment will be withheld until all Record Drawing Sets are submitted to the Owner. 1.11 CODES AND ORDINANCES A. All work shall comply with the current applicable local, state and federal codes and ordinances. Follow recommended practices as set down by ASME, SMACNA, ASH RAE, NF PA, applicable Building Code, applicable Mechanical Code, applicable Plumbing Code, National Electrical Code (NEC), AGA, ADA AND OSHA, as they apply to this project, except in cases where local statutes govern. The contractor shall verify with the latest adopted local codes, ordinances and amendments that apply to this project with the authority having jurisdiction. B. In cases of difference between Building Codes, State Laws, Local Ordinances and Industry Standards and the Contract Documents, each Subcontractor shall promptly notify the Architect in writing of any such difference, as applicable to his work. C. In case of conflict between the Contract Documents and the requirements of any Code or Authorities having jurisdiction, the most stringent requirements of the aforementioned shall govern. D. Should the Contractor perform any work that does not comply with the requirements of the applicable Building codes, State laws, Local Ordinances and Industry Standards, he shall bear all costs arising in correcting the deficiencies, as approved by the Architect. 1.12 ELECTRICAL WORK A. Related Work Specified Elsewhere: 1. Electrical Specifications: Division 16. B. Unless otherwise indicated on the Electrical Drawings or in Mechanical Specifications, provide all mechanical equipment motors, motor starters, disconnect switches, thermal overload switches, control relays, time clocks, thermostats, motor valves, damper motors, electric switches, electric components, wiring, and any other miscellaneous Division 15 controls. C. Carefully coordinate all work with the electrical work shown and specified elsewhere in these documents. GENERAL PROVISIONS 15010 -9 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 D. Motors: Furnish electric motors designed for the specific application and duty applied, and to deliver rated horsepower without exceeding temperature ratings when operated on power systems with a combined variation in voltage and frequency not more than plus or minus 10 percent of rated voltage. E. Verify from the drawings and specifications the available electrical supply characteristics and furnish equipment that will perform satisfactorily under the conditions shown and specified. F. Size motors for 1.15 service factor, not to exceed 40 degrees temp. rise above ambient. G. Provide self - resetting thermal overload switch for fractional horsepower motors. H. Electrical Contractor to provide conduit and junction boxes for all sensors and exterior conduit for controls to mechanical equipment. Conduit for space sensor to extend from junction box to above accessible ceiling. Conduit for exterior equipment to extend from equipment through wall or roof to above an accessible ceiling. Any control wiring in exposed ceiling areas to be in conduit for protection. Controls Contractor to coordinate on all conduit requirements. Coordinate locations with Electrical Contractor. When Mechanical Contractor furnishes motor starter, provide each three phase motor 25 HP and larger with phase failure and phase reversal monitoring relay in all three phases. Relay shall open motor starter contacts at 10% voltage unbalance and shall automatically reset when voltage retums to normal. Provide adjustable time delay set at .2 second on drop -out to prevent nuisance tripping on momentary voltage dips. J. Duct smoke detector in supply and return air provided and installed by Mechanical Contractor for units over 2000 cfm and /or units serving rated egress pathways. Provide detectors with remote test switches and audible /visual indicators. Locate them beside unit thermostat unless otherwise noted. K. The electrical design and electrical drawings are based on the equipment and /or electric motors of the type, size and electrical characteristics shown and specified on the mechanical drawings and any change in equipment and/or motor size or type brought on directly or indirectly by a substitution of mechanical equipment having characteristics requiring a change, shall be the responsibility of the Mechanical Contractor and the entire cost of such change, including conduit, wiring, motor starting equipment, etc., shall be paid for by the Mechanical Contractor at no additional charge, unless the substitution was initiated by the Owner. Submittals must clearly show any deviations. Mechanical Contractor is responsible for coordinating any required changes with the Electrical Contractor, prior to Electrical Contractors ordering of panels and associated equipment. 1. 13 TESTS AND INSPECTIONS A. Schedule, obtain, and pay for all fees and /or services required by local authorities and by these specifications, to test the mechanical systems as specified in these specifications. B. Request For Tests: Notify the Architect a minimum of 24 hours in advance of tests. In the event the Architect does not witness the test, certify in writing that all specified tests have been made in accordance with the specifications. C. Deficiencies: Immediately correct all deficiencies which are evidenced during the test and repeat test until system is approved. Do not cover or conceal piping, equipment or other portions of the mechanical installations until satisfactory tests are made and approved. D. Operating Tests: Upon request from the Architect, place the entire mechanical installation GENERAL PROVISIONS 15010 -10 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 and/or any portion thereof, in operation to demonstrate satisfactory operation. E. Log of Tests: The Contractor shall set up a testing log form to be kept at the job site with the record drawings. All tests shall have pertinent data logged at the time of testing. Pertinent data is to include: date, time, description, personnel, system tested (and extent), test conditions, test results, etc. F. Completion: Upon completion of the mechanical installation, demonstrate to the Architect's satisfaction that the systems have been installed in a satisfactory manner in accordance with the plans, specifications, and applicable codes. Demonstrate dynamic operation of all systems. Show that all controls are operable and are properly adjusted in accordance with the requirements of the final systems balance, that all systems are properly balanced, that all equipment operates properly, that filters and strainers are clean, and that all components - of all systems are installed and adjusted for proper operation. 1. Prior to final inspection, all work under this Division to be completed, insure all equipment is operational and final testing and balance reports have been submitted and approved. 1.14 EQUIPMENT AND MATERIAL PROTECTION A. All equipment and materials shall be protected from physical and weather damage from the time of delivery until completion of the project. This includes erection of temporary shelters and covering Items in the building with protective covering. Store items subject to moisture damage such as controls in dry, heated space. Failure to comply with the above to the satisfaction of the Owner /Architect will be sufficient cause for the rejection of the equipment or material In question. Upon such refection, the damaged equipment or material will be completely replaced with new by the Contractor at no charge to the Owner. B. Provide covers on all ends and openings of pipes, conduits, ducts, etc. to keep out insects, dirt, dust and debris during entire construction process. This includes properly covering unassembled ductwork, etc. stored on jobsite prior to installation. C. The Manufacturer's directions are to be followed from delivery, storage, protection and installation of equipment and materials. Notify the Architect in writing of conflicts between requirements of Contract Documents and manufacturer's direction. D. Large pieces of equipment which are too large to permit access through doors, stairways or access opening shall be placed in the space before enclosing the structure. After equipment is placed, it shall be thoroughly protected from damage. 1.15 OPERATING INSTRUCTIONS A. Prior to final acceptance, instruct an authorized representative of the Owner on the proper operation and maintenance of all mechanical systems, equipment, and controls under this contract. Make available a qualified technician for each component of the installation for this instruction. Give these operation instructions after the operation and maintenance manuals have been fumished to the Owner. Submit written certification, signed by the Contractor, and an authorized representative of the Owner, that this has been completed. 1.16 OPERATION AND MAINTENANCE MANUALS A. Provide Operation and Maintenance manuals for training of Owners personnel in operation and maintenance of systems and related equipment in the manner described elsewhere in GENERAL PROVISIONS 15010 -11 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 these specifications. In addition, organize manuals and include data and narrative as noted below (bind each manual in a hard - backed looseleaf binder. Use 8 -1/2" x 11" white paper). B. Operating Sequence and Procedures: 1. Contents: In each chapter, describe the procedures necessary for personnel to operate the system and equipment covered in that chapter. Also, include a copy of System Balancing Report. 2. Typewritten Operating procedures: Write procedures for start-up, operation, and shutdown. a. Start-up: Give complete step -by -step instructions for energizing equipment, making initial setting and adjustments whenever applicable. b. Shutdown Procedure: Include instructions for stopping and securing the equipment after operation. If a particular sequence is required, give step - by -step instruction in that order. C. Maintenance Instructions: 1. Provide a schedule of preventive maintenance for each product. Recommend frequency of performance for each preventive maintenance task: i.e., cleaning, inspection, filter changing, etc. D. Manufacturer's Brochures: Include manufacturers' descriptive literature covering all appurtenances used in each system, together with illustrations, exploded views and renewal parts lists. Provide nearest manufacturers' representatives name, address and phone number. E. Shop Drawings: Provide a copy of all corrected, approved submittals and shop drawings covering equipment for the project either with the manufacturers' brochures or properly identified in a separate subsection. F. Spare Parts Lists: Include a list of all equipment furnished for project, with a tabulation of descriptive data of all the spare parts proposed for each type of equipment or system. Properly identify each part by part number and manufacturer. G. Contractor to begin O &M Manuals after submittal review. Submit portions of O &M Manuals 30 days after submittal review. 1.17 GUARANTEE A. The Contractor and Manufacturers shall provide a ONE (1) YEAR guarantee for all work under the Electrical, HVAC and Plumbing. However, such guarantees shall be in addition to and not in lieu of all other liabilities which the manufacturer and Contractor may have by law or by other provisions of the Contract Documents. In any case, such guarantees and warranties shall commence when the Owner accepts the mechanical /electrical system, as determined by the Architect, and shall remain in effect for a period of ONE (1) YEAR thereafter. B. All materials, items of equipment and workmanship furnished under each Section shall carry a ONE (1) YEAR warranty against all defects in material and workmanship. Any fault under any Contract, due to defective or improper material, equipment, workmanship or design which may develop shall be made good, forthwith, by and at the expense of the Contractor for the work under his Contract, including all other damage done to areas, GENERAL PROVISIONS 15010 -12 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 materials and other system resulting from this failure. C. The Contractor shall guarantee that all elements of the system, which are to be provided under his Contract, are of sufficient capacity to meet the specified performance requirements as set forth herein or as indicated. D. Upon receipt of notice from the Owner of failure of any part of any systems or equipment during the guarantee period, the affected part or parts shall be replaced by the Contractor for his respective work, as applicable. E. Additional extended guarantee's required for work on this project. The additions and /or extensions to the standard one year guarantee previously described are to be provided in writing, by the manufacturer or an approved insurance underwriter. The guarantee is to cover at parts and /or labor as specified below. 1.19 , RECORD FOR OWNER Master Extended Guarantee List: (All items are not used on all jobs) 1. All comfort air conditioning and heat pump compressors are to have an additional four (4) year parts only guarantee. (Non - prorated) F. Furnish, before the final payment is made, a written guarantee covering the above requirements, G. Additional /extended guarantees listed above are Non - negotiable, and can not be amended through the submittal process. 1.18 OPERATION PRIOR TO COMPLETION A. When any piece of mechanical or electrical equipment is operable and it is the advantage of the Contractor to operate the equipment, he may do so providing that he properly supervises the operation. All HVAC equipment shall be shut down when painting, sanding and similar construction operations detrimental to the equipment are being done. The warranty period shall, however, not commence until such time as the equipment is operated solely for the benefit of the Owner at his request or as listed in "C ". Contractor shall clean any ductwork and equipment that is dirty due to equipment operation or improper protection at no cost to owner. B. Any units that are operated during construction shall have filter media (Fiberbond Dual -Ply DustLok Media) placed over the exterior of return air grilles. Media shall be changed as frequently as required to keep ductwork clean. C. Regardless of whether or not the equipment has been operated, the Contractor shall properly clean the equipment, install clean filter media, properly adjust the equipment and complete all punch list items before final acceptance by the Owner. The day following final acceptance by the Owner will be the start date of the warranty period. A. Each Contractor shall accumulate and bind in an "Operating and Maintenance" manual the following data to be presented to the Owner at the completion of the Project. 1. All warranties and guarantees and manufacturer's instruction on equipment and material covered by the contract. 2. Approved equipment brochures, wiring diagrams and control diagrams. GENERAL PROVISIONS 15010 -13 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3. Copies of approved shop diagrams. 4. Operating instructions for heating and cooling and other mechanical systems. Operating instructions shall also include recommended maintenance and seasonal changeover procedures. 1.20 SITE OBSERVATION 5. Repair parts lists of all major items and equipment including name, address and telephone number of local supplier or agent. 6. Valve tag charts and diagrams herein before specified. 7. I-IVAC balance and test results. 8. "As- Built" Drawings as specified under "Construction Drawings" (these are not to be bound in the O&M Manual). B. All of the above data shall be submitted to the Owner for approval no less than two (2) weeks before final inspection. C. Provide reduced set of record drawing (11 x 17) indicating location and mark number of all mechanical equipment. A. Periodically, the Engineer will visit the site and review the construction progress. Field Reports will be issued noting any discrepancies or items that do not meet the indent of the contract documents found during said site visit. The contractor must answer each Item listed on each field report, item by item, a minimum of 3 days prior to the next scheduled site visit. Failure to do so may result in monthly pay requests not being reviewed! B. It shall be the duty of the Contractor to personally make a careful inspection trip of the entire project, assuring himself that the work on the proiect is ready for final acceptance before calling upon the Owner. Architect or Engineer to make final acceptance of the work. Subsequent trips required because of Contractor's failure to do so. will be made at Contractor's expense. C. The final acceptance of the work will be made jointly by the Architect and the Owner. GENERAL PROVISIONS 15010-14 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 MECH / ELEC EQUIPMENT COORDINATION SHEET MARK # UNIT TYPE MANUFACTURER'S RECOMM. FUSE SIZE (MOCP) MARK# UNIT TYPE MANUFACTURER'S RECOMM. FUSE SIZE (MOCP) GENERAL PROVISIONS END OF SECTION 15010 -15 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1- GENERAL 1.01 DESCRIPTION SECTION 15050 - BASIC MATERIALS AND METHODS A. This section describes specific requirements, products, and methods of execution which are typical throughout the mechanical work of this project. Additional requirements for the specific systems will be found in the sections specifying those systems, and supersede these requirements. B. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 JOB CONDITIONS A. Obtain approval from Architect prior to cutting any structural elements or furring members. B. Structural Interferences: Should structural members prevent the installation of piping, ducting or equipment, notify t he Architect before proceeding. Consider minor changes in position of equipment, piping, or ducting, as part of the contract at no additional cost to the Owner. C. Coordinate with Structural and Architectural work to determine acceptable locations for sleeves and supports which are required but may not be specifically shown on the plans. SCHEDULE INSTALLATION OF SLEEVES AND SPECIAL SUPPORTS IN MANNER TIMELY TO THE WORK OF OTHER CRAFT. Anticipate minor offsets necessary for proper coordination with other work, and reroute systems appropriately. D. It is the Contractor's responsibility to properly use all information found on the Architectural, Structural, Civil and Electrical Drawings where such drawings affect his work. 1.03 DIMENSION AND FIT A. Cut materials accurately from measurements taken on the JOB SITE. B. Do not spring or bend pipe to fit conditions or make up joints. 1.04 INTERFERENCES A. Interferences between piping and other trades shall be handled by giving precedence to pipe lines requiring grade for proper operation. Where space requirements conflict, the following order of precedence shall generally be observed. 1. Building Lines 2. Structural Members BASIC MATERIALS AND METHODS 15050 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3. Soil and Drain Piping 4. Vent Piping 5. Refrigerant Piping 6. Supply, Return, O/A Ductwork 7. Exhaust Ductwork 8. Domestic Hot and Cold Water Piping 9. Electrical Conduit 1.05 SERVICEABILITY OF PRODUCTS A. Furnish all products to provide the proper orientation of serviceable components to access space provided. B. Coordinate installation of piping, ductwork, equipment, coils, system components, and other products to allow proper service of all items requiring periodic maintenance or replacement. C. Replace or relocate all products incorrectly ordered or installed to provide proper serviceability. 1.06 ACCESSIBILITY OF PRODUCTS A. Arrange all work to provide permanent, convenient, and safe access to all serviceable and /or operable products. Layout work to optimize net usable access space within confines of space available. Advise Architect, in a timely manner, of areas where proper access cannot be maintained. Fumish layout drawings to verify this claim, if requested. B. Provide access doors in ceilings, walls, Floors, etc., for access to traps, valves, dampers, automatic devices, and all serviceable or operable equipment in concealed spaces. Location of panels shall be submitted for approval in sufficient time to be installed in the normal course of work. 1.07 ROUTING A. Route all pipelines and ductwork parallel with building lines, and as high as possible, except where under ground or shown otherwise on the plan. B. Route piping and ducts to clear all doors, windows, and other openings and to avoid all other pipes and ducts, light fixtures, and similar products. C. Conceal all pipes and ducts where routed through finished areas, unless authorized by Architect or otherwise indicated on plans. PART 2- PRODUCTS 2.01 MATERIAL PRODUCTS A. Provide all products new, unused, and undamaged, of standard manufacture, and of latest design and best quality. BASIC MATERIALS AND METHODS 15050 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.04 VALVES B. When a manufacturer's name appears in these specifications or schedule, it is not to be construed that the manufacturer's material does not have to meet the full requirements of the specifications or that his standard catalogue item will be acceptable. C. All equipment installed on this project shall have local representation, local factory authorized service and local stock of repair parts. 2.02 Where more than one type of material (Le., cast iron or PVC) is specified, the Contractor may choose one type; however, he must state which type of material he proposes to use in his submittal. ONLY ONE TYPE OF MATERIAL MAY BE USED IN A SPECIFIC PIPING SYSTEM, UNLESS SPECIFICALLY NOTED OTHERWISE. (I.E. WHEN DIFFERENT SIZES OF THE SAME TYPE SYSTEM REQUIRE DIFFERENT MATERIALS PER SPECIFICATIONS.) 2.03 PIPE AND FITTINGS A. Steel Pipe: All piping to be domestically manufactured (USA). 1. Threaded: Schedule 40, ASTM A53 grade B or ASTM Al20, American Standard pipe thread. 2. Welded: Schedule 40 black, ASTM A53 grade B or ASTM Al20, ANSI B16 butt weld fittings of type and wall thickness to suit pipe. Weld -O -Lets and Thread -O- Lets may be used on pipe 2" and larger where branch is a minimum of two pipe sizes smaller than main. Pipe 2" and over made up with weld fittings. Pipe 1 -1/2" and under to be made up with`threaded fittings. 3. Grooved Pipe: Schedule 40 ASTM Al20 or ASTM A53 grade. Standard cut groove to coupling manufacturer's specifications. Do not use in systems exceeding 200 F. operating temperature. B. Copper pipe: a. Couplings: Standard weight_ with gasket selected by manufacturer for service intended. b. Fittings: Full flow malleable iron, ductile iron or steel. c. Submit calculations of expansion allowance of joints and obtain approval prior to eliminating any special expansion compensators, swing joints, flexible connections, or vibration isolators. d. Manufacturers: Victaulic or Grinnel. 1. Type "K" or "L" hard drawn copper with wrought copper fittings with openings machined to accurate capillary fit for the pipe. Pipe to conform to Standard Specifications for copper water tube. 2. Use "lead free" (0.00% lead content) solder for all domestic water piping. Submittal on the product to be used must include this information. Select valves of the best quality and type suited for the specific service and piping system used. Minimum working pressure rating 125 psig steam or 150 psig W.O.G. All valves on insulated lines to have extended handles to allow operation without disturbing insulation BASIC MATERIALS AND METHODS 15050 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 seal. B. Manufacturer: Nibco, Hammond, Jenkins, Milwaukee, Stockham, other recognized manufacturer of equal reliability. C. Globe Valve 2" and Smaller: Teflon disc, bronze body, bronze trim. D. Ball Valves 2" and Smaller: Bronze body, virgin TFE seat rings, blow -out proof stem, reinforced thrust washer, 1/4 tum full open /full close. E. Swing Check Valves 2" and Smaller: Bronze body, horizontal swing, Y- pattern, renewable disc. F. Drain Valves: Hose end gate valve or gate valves with hose connection. Do not use sillcocks in lieu of drain valves. G. Valves Specified Elsewhere: Provide special valves such as motor operated valves, relief valves, temperature regulating valves, etc., as specified under the individual system or as indicated on the drawings. H. USE BALL VALVES RATED FOR SERVICE INTENDED FOR ALL ISOLATION VALVES TWO INCHES (2 ") AND SMALLER. 2.05 UNIONS A. Provide unions adjacent to all tanks and equipment and where required for disconnect and maintenance of equipment. B. Union for Steel Pipe: Ground joint malleable iron. C. Union for Copper Pipe: All brass. D. Union Between Dissimilar Metals: Dielectric Union designed and advertised to be unaffected by heat, cold or fluid in pipe. EPCO or approved equal. 2.06 MISCELLANEOUS A. Escutcheons: Nickel or chrome plate with screws or springs for holding plate in position. 2.07 MECHANICAL SUPPORTING DEVICES A. General: B. Pipe Supports: Securely fasten all mechanical work to the structure to prevent hazard to human life and limb, and to prevent damage to products of construction under all conditions of operation. 1. Single Pipes: a. Support all horizontal runs of steel, copper pipe under 2" and all cast -iron soil pipe on suitable hangers spaced not more than 5 feet on centers. Support all steel, and copper piping 2" and larger not more than 10 feet on centers. Support all PVC piping not more than 4 feet on center. Support BASIC MATERIALS AND METHODS 15050 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 piping in a manner to prevent binding, undue swing, and the transmission of vibration to the structure. b. Support single pipes from clevis hangers equal to Grinnel No. 104. Install hangers for insulated piping outside the insulation using high density section of insulation and sheet metal shield or saddle. Provide copper plated hangers in contact with copper pipe. 2. Trapeze Hangers: Where pipes are clustered, parallel, and in same plane, they may be supported by trapeze hangers. Provide rods and angle -irons sized to suit load imposed. Minimum channel length to be six inches (6 "), maximum rod spacing to be twenty-four inches (24 ") on center. Piping to be securely attached to trapeze hangers. Provide sheetmetal shield or saddle for all insulated piping running horizontally. 3. Piping on Walls: Secure with hook - plates, clips or fabricated steel brackets. 4. Supports from Steel Beams and Similar Construction: Use appropriate beam clamps. 5. Provide inserts for poured concrete and expansion bolts for pre -cast slabs. 6. Guide and anchor piping where necessary to control expansion and contraction. Provide supports and hangers with non - corrosive and rust - resistant finish. Galvanize or plate hanger rods after threading. Hangers other than those specified not permitted. 7. Provide inserts for poured concrete and expansion bolts for pre -cast slabs. Use HiltiDrop -in Anchor or Kwik Bolt II Stud Anchor System. Verify allowable place of anchors with Structural Engineer. 8. Provide pipe supports according to the following schedule: PIPE SIZE - INCHES ROD SIZE - INCHES W through 2" 3/8" 2 -1/2" through 3" 'W 4" through 6" 5/8" 8" through 12" 3/4" 9. Manufacturers: Grinnel, C &P, Fee and Mason, Elcen or SuperStrut. C. Ductwork Support: Refer to Section 15810, Air Distribution. D. Inserts: Provide all inserts required for installation of horizontal piping. In poured concrete provide wrought steel or malleable iron and adjustable type. Where expansion bolts are necessary to secure piping or equipment, use malleable iron type with expansion case, to be inserted by drilling concrete. Power driven inserts not permitted for supporting piping to ceiling. E. Miscellaneous Iron and Steel: Provide all steel supports and hangers to support all equipment or materials unless noted otherwise. 2. All work shall be cut, assembled, welded and finished by skilled mechanics. Welds shall be ground smooth. Stands, brackets and framework shall be properly sized BASIC MATERIALS AND METHODS 15050 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 and rigidly constructed in a manner to withstand anticipated loads. 3. Measurements shall be taken on the job and worked out to suit adjoining and connecting work. All work shall be performed by experienced metal- working mechanics. Members shall be straight and true and accurately fitted. 4. Welded joints shall be ground smooth where exposed. Drilling, cutting and fitting shall be done as required to properly install the work and accommodate the work of other Trades. 2.08 ACCESS DOORS PART 3 - EXECUTION 5. Members shall be generally welded except that bolting may be used for field assembly where welding would be impractical. Welders shall be skilled and certified. 6. All shop fabricated iron and steel work shall be cleaned and dried and given two (2) coats of weatherproof primer paint on all surfaces and in all openings and crevices. A. Doors shall be Karp, Inland Steel Products, Milcor, Miami or Walsh- Hannon, constructed of steel with primer coat of rust inhibitive paint, and continuous piano hinge. Doors shall be key operated with flush operated cylinders, keyed alike. Key lock system shall be coordinated with the Owner and shall be approved by the Architect. Provide six (6) keys of type used for access panels for Owner's use. Obtain receipt of key delivery and submit to Architect for record. 1. Suspended Lath and Plaster Ceilings - Style: "M" with 16 gauge frame, 14 gauge panel. 2. Masonry Non -Rated Walls - Style: "M" with 16 gauge frame, 14 gauge panel. 3. Masonry Fire Rated Walls - Fire rated with UL, % hour "B" rating, 16 gauge frame, 20 gauge sandwich type insulated panel. 4. For access doors larger than 16" in either direction, provide two (2) locksets. 3.01 EQUIPMENT MOUNTING A. Provide equipment concrete pads, treated support runners, roof curb supports, mounting accessories, supports, hanger expansion joints, adapters and any other appurtenances to adapt fixtures and equipment supplied to the conditions of use. B. Provide vibration eliminators as specified (if not specified elsewhere use vibration eliminators recommended by equipment manufacturer) at all pieces of equipment subject to vibration. (Exception; curb mounted equipment does not require vibration isolator rails except when specifically scheduled). C. Independently support piping and ductwork at equipment so that no weight is supported by the equipment. BASIC MATERIALS AND METHODS 15050 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 D. Securely fasten fixtures and equipment to the building structure in accordance with manufacturer's recommendation. E. Provide steel base plates for floor mounted fixtures and equipment to distribute the weight so that the floor load is not more than 100 lbs. psf, unless special structural reinforcement is submitted for approval. F. At wall attached fixtures and equipment weighing less than 50 pounds, provide backing plates of at least 1/8 x 10 inch sheet metal or 2 x 10 inch fire retardant treated wood securely built into the structural walls. Submit attachment details of heavier equipment for approval. G. Electrical conduit shall not be hung from equipment or plumbing piping. 3.02 SLEEVES A. Provide sleeves as required where pipes pass through walls, floors, or ceilings. Make sleeves as follows: 1. In non -fire rated bearing walls, foundations, masonry or concrete walls and floors, use schedule 40 black steel pipe. 2. In non -rated construction, use minimum 20 gauge galvanized sheetmetal. 3. In fire rated walls, floors and assemblies, install sleeves required by UL System Number. B. In non fire rated areas install sleeves flush with surfaces. In mechanical rooms or any wet floor where seepage may occur, install sleeve 1 inch above floor and caulk. Caulk both sides of penetration using UL listed one part firestop synthetic elastomer sealant, flexible at normal working temperatures, having smoke developed 50, fuel contributed 50, and flame spread 25 rating. Install thickness per manufacturer's _recommendation. Manufacturer: Dow Corning FireStop 2000 Sealant, Flame Stop V, 3M: CP -25. C. Waterproof all sleeves through building exterior skin, including walls, roofs and interior floor penetrations to prevent leakage. Coordinate with the Architect on caulk material to use at exterior. D. Size sleeves for cold piping to allow for continuous insulation through sleeve. 3.03 WATERPROOFING AND COUNTERFLASHING A. Provide and install all counterflashing of all conduit, pipe or duct and equipment which penetrates roofs, walls and other weather barrier surfaces. Verify detail with Architect before installation. B. All work shall be performed in a workmanlike manner to assure weatherproof installation. Any leaks developed shall be repaired at contractor's expense, to Architect's satisfaction. C. Conduits, pipes or ducts passing through slabs shall have the sleeve extended above floors to retain any water and the space between the conduit, pipe or duct and sleeve caulked with lead wool. The top shall be sealed with lead and the bottom shall be sealed with monolastic caulking compound. D. All waterproofing, flashing and counterflashing shall be provided and installed by the BASIC MATERIALS AND METHODS 15050 -7 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 Roofing Contractor and shall be compatible with roofing system so as not to void any roof warranties. Confirm installation with Architect. E. Slope all ducts to wall louvers to drain toward louvers. Provide continuous sleeve thru wall and seal all joints. 3.04 LABELING AND TAGGING A. Tag all valves with minimum 1/16" thick heat resistant laminated dark plastic labels engraved with readily legible white lettering 1/4" high indicating fluid in pipe and a P (plumbing) number. Securely fasten to the valve stem or bonnet with beaded chain, Provide an aluminum valve chart and frame with glass cover for typewritten valve chart. Install where directed. Refer to Section 15010, and Manuals. B. Label all equipment with minimum 1/16" thick heat resistant laminated plastic labels having engraved lettering %" high and fastened in place with rivets, screws or adhesive backing. Example "WH -1, AHU -1, etc." If items are not specifically listed on the schedules, consult the Architect conceming designation to use. Refer to Section 15010. Label all equipment served by emergency electrical panels with red labels. C. Label all thermostats/sensors with minimum 1/16" thick heat resistant laminated plastic labels having engraved lettering 1/4" high and fastened in place with rivets, screws or adhesive backing. Label is to correspond to rooftop and /or air - handling units. D. Provide access panel markers (minimum 1/16" thick laminated,plastic type with engraved lettering) to indicate ceiling tile to be used for access for all A/C terminal units and plumbing shut -off valves. Use light green for plumbing and light blue for NC equipment. Label to be attached to ceiling grid with rivets, screws or adhesive backing. Example, "AHU -3A" access. E. Manufacturer: Seton Pipe Marking Products, MSI (Marketing Services, Inc.) or equal. 3.05 TYPICAL PIPING A. Provide insulating couplings or unions to prevent electrolysis between dissimilar metals when use of dissimilar metals cannot be avoided in one system. B. Close all openings in pipes with appropriate caps, plugs, or covers during storage and progress of the work to preclude introduction of contaminants. C. Arrange systems and locate valves so that either entire system or separate sections thereof may be drained for service. All service valves located no more than 24 inches above the ceiling and normally accessible from an 8 foot ladder. D. Provide valves and unions adjacent to all tanks, batteries of plumbing fixtures and equipment, for disconnect purposes. Install all valves with stems vertical wherever possible, and in no case with stems below the horizontal. E. Ream ends of all pipe to full diameter. F. Provide pipe anchors, swing joints, and expansion compensators as required to control the expansion of pipelines. G. Reduce pipe sizes using reducing tees or reducing fittings. Bushings not permitted except on tanks and similar equipment. BASIC MATERIALS AND METHODS 15050 -8 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 H. Provide escutcheons on all pipes passing through walls, floors, and ceilings in finished areas where piping is in counters, closets or cabinets, and subject to view when doors are open. Cover the pipe sleeve and secure plate in position. Install hangers at each change in direction and within 2 feet at each elbow or tee. This requirement is mandatory. J. Pipe hooks, wire, chains or perforated metal shall not be used for pipe supports. K. Insulate hangers for copper pipe from piping with at least two layers of Scotch 33 plastic tape. Install piping not to interfere with removal of equipment, ducts, and devices or block access to door or access openings. - M. Piping serving plumbing fixtures and equipment shall be securely supported near the point where pipes penetrate the finished wall. N. Test all piping in accordance with accepted trade standards if not specified elsewhere. 3.06 THREADED PIPE A. Cut all threads true and of depth to make up properly without leaks. B. Make connections to show at least two threads and not more than four threads when tight. C. Make up joints with Teflon tape only as recommended by tape manufacturer, or as specified in specific piping sections. 3.07 PAINTING AND CODING A. Ductwork and Piping: Prime and paint all exposed angle braces, hanger rods or straps, damper rods, and quadrants with one coat aluminum paint after removing scale and rust. Prime and paint ductwork and piping exposed in finished rooms to match room finish. Prime and paint all black iron piping located outdoors or otherwise exposed to weather. Coordinate painting and color with Architectural paint specified elsewhere. All painting done by persons regularly employed at and skilled in that trade. B. Grilles, Registers, Etc.: Furnish all grilles, registers, etc., other than extruded aluminum or plastic with prime coat paint by manufacturer. Furnish all ceiling grilles, registers and diffusers with factory applied baked enamel to match ceiling tile. Paint all ductwork and /or conduit visible through registers, grilles and other openings with one coat of flat black paint to a point four feet (4') from opening on straight duct or around bend, whichever applies. C. Pipe Coding: 1. Identify piping with pressure - sensitive coded pipe marker at piping adjacent to equipment, at intervals along all piping not to exceed 20' and at points where piping disappears into or emerges from floors, walls or ceiling. Secure both ends of marker with pressure sensitive tape with flow arrow on roll to indicate flow direction. Color code pipe markers and arrows indicating the liquid and /or use of the pipe. BASIC MATERIALS AND METHODS 15050 -9 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 Code piping to the following schedule: (SUBMIT ALTERNATE CODING) Cold Water CW Hot Water HW Hot Water Circulating HVVC Condensate Condensate 2. Manufacturers: Seton Pipe Marking Products, MSI or equal. END OF SECTION BASIC MATERIALS AND METHODS 15050 -10 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION SECTION 15055 - MANUFACTURER'S LIST A. This section is for Contractor's use in identifying some of the manufacturers used. Not all manufacturers are listed. This is for Contractor convenience only. B. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 INFORMATION MANUFACTURER REP NAME PHONE NUMBER ACME W. L. LASHLEY & ASSOCIATES 512 - 833 -5524 ACORN ALBERT STERLING & ASSOC., INC. 512 - 349 -9828 AIR BALANCE MECHANICAL REPS, INC. 512 -444 -18'35 A.O. SMITH WATER HEATERS A.O. SMITH 512-899-3084 ARMSTRONG GEORGE WARREN CO., INC. 512 - 834 -8825 ATCO MECHANICAL REPS, INC. 512 -444 -1835 BELL & GOSSETT MECHANICAL REPS 512- 444 -1835 CARNES W.L. LASHLEY & ASSOCIATES, INC. 512 - 833 -5524 CARRIER ROBERT MADDEN, INC. 512 - 837 -8521 GREENHECK MECHANICAL REPS, INC. 512 - 444 -1835 HANDI LAV -GUARD KITS TRUEBRO, INC. 203- 875 -2868 KARP ACCESS DOORS STEVE MECHLER & ASSOC. 512- 525 -1401 LENNOX LENNOX INDUSTRIES, INC. 512 - 259 -6480 METALFAB MECHANICAL REPS, INC. 512 -444 -1835 PAN GUARD SERVICE TECH. SUPPLY 800- 846 -6634 PEABODY SPUNSTRAND UNITED MCGILL 210- 402 -0122 PRICE _ MECHANICAL REPS, INC. 512 -444 -1835 MANUFACTURER'S LIST 15055 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 MANUFACTURER REP NAME PHONE NUMBER RAYPAK GEORGE WARREN CO., INC. 512- 834 -8825 REZNOR MECHANICAL REPS, INC. 512 -444 -1835 RUSKIN TEXAS AIR PRODUCTS 512- 452 -2500 SETON PIPE MARKING PROD. GEORGE WARREN CO., INC. 512 - 834 -8825 STATE WATER HEATERS H.F. WOOD COMPANY 214 - 631 -4470 SUPERIOR WATER CONDITIONERS HYDRO SYSTEMS, INC. 512- 423 -4932 TACO LARRY WUNSCH & ASSOC., INC. 512 - 326 -9114 THYCURB MECHANICAL SALES 512 -360 -4900 TITUS TEXAS AIR PRODUCTS, INC. 512 -452 -2500 TRANE COMMERICAL SYSTEMS GROUP 512 -416 -8822 TUTCO MECHANICAL SALES 512 - 360 -4900 TUTTLE & BAILEY W. L. LASHLEY & ASSOCIATES 512- 833 -5524 UNITED McGILL UNITED McGILL 210 - 402 -012`2. VENMAR MECHANICAL REPS, INC. 512 -444 -1835 WADE TYLER PIPE 214- 882 -5511 WATTS GEORGE WARREN CO., INC. 512- 834 -8825 WOODFORD HUGH M. CUNNINGHAM, INC. 512 - 661 -4161 END OF SECTION MANUFACTURER'S LIST 15055 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION SECTION 15060 - SCHEDULE OF VALUES A. The Contractor shall breakdown the final Schedule of Values to be used for Pay Application into the following minimum categories. B. All categories shall have appropriate material and labor breakdown. C. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 SCHEDULE OF VALUES A. Plumbing Rough -in Below Slab B. Plumbing Rough -in Above Slab C. Insulation (water piping) D. Plumbing Fixture/Trim (this is to include setting fixtures and water and waste water final connections) E. Mechanical NC Equipment F. Ductwork G. Diffusers and Trim Out H. Refrigerant Piping I. Balancing and Testing J. Record Drawings /O & M Manuals 1.03 Schedule of Values must be approved before Monthly Pay Application will be approved. END OF SECTION SCHEDULE OF VALUES 15060 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION A. Description: PART 2- PRODUCTS SECTION 15180 - INSULATION 1. This section describes specific requirements, products and methods of execution which relate to the insulation of ducts, pipes and other surfaces of the mechanical installation, 2. Insulation is provided for the following purposes: a. Energy conservation b. Control of condensation c. Safety of operating personnel B. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 2.01 FIRE RATING OF MATERIALS A. Provide all insulation products used above ground in buildings with buming characteristics not to exceed the following ratings according to NFPA 255 -1972 "Method of Test of Surface Burning Characteristics of Building Materials ": Flame Spread 25, Fuel Contributed 50, Smoke Developed 50. B. Insulation specified for use underground and above ground away from the building, might have other burning characteristics. Use such products only where specifically required. 2.02 INSULATION A. TYPE "A ": Pre - molded Fiberglass Piping Insulation: 1. Jacket Type: a. Thermal conductivity K = 0.24 at 100 F. mean temperature. b. Factory applied kraft- reinforced vapor barrier flame retardant all service jacket and tape, with permeability rating - 0.02 perms. c. Provide insulation sections with self - sealing pressure sensitive adhesive on both overlap seam and mating jacket surface. . _ d. Fitting insulated with pre -cut insulation inserts covered with PVC fitting cover. INSULATION 15180 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 e. Manufacturer: Owens - Corning Fiberglass, Certainteed, Knauf, Schuller /Manville AP- TPLUS. B. TYPE "B ": Cellular Piping Insulation: 1. Thermal conductivity K = .27 @ 75 F. mean temperature. 2. Elastomeric thermal insulation with permeability rating of .17 perms. 3. Temperature range from -40 F to 220 F. 4. Approved for installation in return air plenum 5. Wall thickness as listed in Part 3 of this Section for size and use of piping. 6. Install without slit when possible. All slits in insulation to be smooth. Insulation installed with jagged edges will be removed and replaced at no cost to Owner, 7. Manufacturers: Armstrong ArmaflexTypeAP Pipe Insulation, Rubatex, Halstead. C. TYPE "C ": Blanket Type Duct Wrap Fiberglass Insulation: 1. The Contractor may use a 3/4, 1 or 1 -1/2 pound density product with a minimum thickness of two inches (2 ") and a minimum installed R -value of 8.0. Density, thickness and installed R -value to be clearly indicated on submittal for all ducts located outside building or in attic space and minimum of R -6 for all other ductwork as indicated in Section 3.08. 2. Fiberglass duct wrap insulation is to have a factory FSK or FRK facing which acts as the vapor barrier. Maximum permeability rating is 0.02 perms. 3. Use only labeled Type UL181AP Aluminum Foil Tape a minimum of 3" wide and 7.4 mils thick Venture Tape #1525CW' or "Shurtape #AF- 982 "). Maintain a complete vapor barrier throughout all ductwork insulation applications. Use spreader to completely seal tape to all joints or tears in vapor barrier, surface must be clean prior to installation. 4. Manufacturers: Knauf, Schuller /Manville, Certainteed or Owens - Corning. D. TYPE "D ": Rigid Fiberglass Board Insulation (DUCTBOARD SYSTEM) 1. 1 -1/2" thick, Type 475 with a minimum R -value of 6.0. 2. Rigid board composed of resin bonded glass fibers faced with reinforced foil vapor barrier with permeability rating of .02 perms. 3. Meet UL181 test and classified as Class I Air Duct. 4. Maximum operating temperature of 250 F. 5. Tape joints using heavy duty foil tape, UL181A labeled, 7.5 mils thick, 3 inches wide, FSK Facing Tape Venture or equal. 6. Manufacturers: Certainteed Ultra Duct Board, Knauf, Schuller /Manville, Owens - Coming. INSULATION 15180 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.03 INSULATED FITTING COVERS AND JACKETING A. High- impact, UV- resistant polyvinyl chloride jacketing with gloss white finish. B. Pre -cut curled jacketing, 30 mil. thickness. Sized to snugly fit pipe diameter with thickness of insulation specified. C. Joints and seams sealed with Perma -Weld Adhesive to form a complete vapor barrier for chilled water and domestic cold water systems. Use tack and tape for heating water and domestic hot water systems. Installation of adhesives, tacks and tape shall be per manufacturer's recommendations. Submit installation instructions with submittal of materials. D. Fitting Covers: Covers shall be pre- formed for fitting shape. E. Manufacturer: Schuller /Manville Zeston 2000, Owens - Coming Fiberglass, Certainteed, Knauf or Proto. 2.04 CANVAS JACKETING A. Insulating Lagging Canvas: 8oz. /sq. ft. minimum, 28 threads per inch minimum, Osnaberg or equal. B. Lagging Adhesive: Plastic synthetic resin emulsion adhesive; watertight, mildew resistant, fire retardant; Miracle LA69, Borden Aerobol or equal. 2.05 COATINGS A. All coating to bear the UL label. B. On cold or dual service lines, use vapor barrier type coatings. 2.06 METAL SHIELDS (SADDLES) A. Metal Shields curved to fit up to midpoint of the insulated pipe. B. Metal shields shall be 16 gauge, twelve inches (12 ") long for pipes up to two inches (2 ") and 14 gauge, sixteen inches (16 ") long for piping 2 -1/2" and larger. PART 3 - EXECUTION 3.01 SURFACE PREPARATION AND WORKING CONDITIONS A. Apply all insulation, fitting covers, mastics and sealants per manufacturer's recommendations. B. Do not apply insulation materials until all surfaces to be covered are clean and dry and all foreign materials such as rust, dirt, etc., are removed. C. Keep insulation clean and dry during installation and during the application of any finish. D. Do not install the insulation on pipe fittings, and pipe joints until the piping is tested and approved. INSULATION 15180 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 E. Do not apply under conditions of excessive humidity or at temperatures below 50 F or above 100 F. 3.02 TECHNIQUE FOR APPLICATION TO PIPES A. Close longitudinal joints of pipe insulation firmly and butt insulation sections firmly together. B. Neatly and smoothly adhere all laps and butt strips. Adhere three inch (3 ") wide self - sealing butt joint strips over end joints. C. Replace all insulation having loose joints or laps. Sloppy work will not be acceptable and such work shall be removed and re- applied. D. Provide'/" over the thickness of insulation specified at all insulated piping in outside walls. E. Where insulation with a vapor barrier terminates, it shall be sealed with "Ductmate Protack ". Ends shall not be left raw. F. On water piping use sheet metal shields outside the insulation at hanger locations. In addition, provide: 1. A molded vegetable cork or foam glass insert not less than twelve inches (12 ") long of same thickness and contour as insulation between support shield and piping and under the finish jacket. 2. Heavy density insulation minimum six (6) pounds per cubic foot under entire length of metal shield. G. Where piping and fittings are installed out of doors, provide vapor barrier jacket, cover with metal or vinalum jacket with seams located on bottom side of horizontal piping. 3.03 TECHNIQUE FOR APPLICATION TO PIPE FITTINGS, UNIONS AND VALVES A. On insulated piping with vapor barrier, insulate fittings, unions, valves and flanges including Victaulic and Gustin -Bacon to the same thickness as the pipe insulation. B. Any of the following methods of insulation is acceptable: 1. PVC Snap Form Fitting Covers: Wrap all valves and fittings with precut fiberglass insulation wraparound inserts. Brush vapor barrier mastic on adjoining section of pipe insulation and on overlapping edges of jacket and throat seam before applying preformed fitting. Secure cover with stainless steel tacks. Tape joints with pressure sensitive vapor barrier tape. 3.04 TECHNIQUE FOR APPLICATION TO DUCTWORK A. Impaling Over Pins: Install all insulation with edges tightly butted. Impale insulation on pins welded to the duct and secure with speed clips. Trim off pins close to speed clip. Space pins as required to hold insulation firmly against duct surface, but not less than one pin per square foot. Seal all joints and speed clips with glass fabric set in adhesive. Provide metal angle at corners to protect edges of insulation. B. Other Method of Securement: If the welded pin method is impossible, secure the insulation to the duct with " Ductmate Protack" adhesive. Cover the entire surface of the metal with INSULATION 15180 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 adhesive when applying to the underside of horizontal ducts. Application to top and sides may be in strips with a minimum of 50% coverage. Additionally, secure insulation with No. 16 galvanized wire on not more than twelve inch (12 ") centers. Provide metal angle at corners to protect edges of insulation. Seal joints as above. C. Where external insulations terminate, seal insulation to ductwork with Childers CP -11 with 3" glass fiber reinforcing mesh. 3.05 COLD PIPING INSULATION A. Insulate piping for domestic cold water using one inch (1 ") Type "A" Insulation. B. Provide a complete vapor barrier throughout the entire system. Use only vapor barrier adhesives and coatings. Stapling of jacket not permitted. Penetrations in vapor barrier jacket, joints, and seams sealed vapor proof with Childers CP -30 (white) mastic. C. Cover ends of insulation sections with an adhesive coating at intervals of not more than twenty feet (20'). Insulate accessories, valves, flanges, etc. D. Cover insulation on fittings with spiral- wrapped glass mesh tape. Finish with a vapor barrier coating applied approximately 1/16" thick. 3.06 HOT PIPING INSULATION A. Insulate domestic heating hot water, and circulating lines using one inch (1 ") Type "A" insulation one inch (1 ") thickness for %" to one inch (1 ") piping, 1 -1/2" thickness for 1 -1/4" to two inch (2 ") piping and two inch (2") thickness for 2 -1/2" to six inch (6 ") piping. B. Staples may be used to seal jacket. C. Do not insulate valves, flanges, and unions for domestic hot water piping systems below 140 F., but bevel and seal ends of insulation at such locations. 3.07 SPECIAL PIPING INSULATION REQUIREMENTS A. Insulate buried domestic cold water lines under building with 3/4" Type "B" Insulation. Bond joints using an adhesive; apply surface treatment as recommended by insulation manufacturer, taping not permitted. Set in sand bed and cover with minimum five inches (5 ") sand. B. Insulate all refrigerant piping for heat pump systems and suction lines only for all other systems with Type "B" Insulation: %" thickness for piping up to 1" and 3/4" thickness for piping larger than one inch (1 "), apply per manufacturer's recommendations. Glue all joints and seams with Armstrong 520 Adhesive. Protect all insulation on piping outside with " Armstong Arma Chek System" to include Arma Chek Base Coating with Arma Chek Web, Glass Fiber Mat Reinforcement and Gray Arma Chek Top Coat. Install per manufacturers recommendations. No tape is allowed. C. Insulate all exposed p -traps and water connections for handicapped lavatories with "Handi Lav- Guard" Insulation Kit Model #102W. (Use Model #105Wwhen 5" offset strainer is used) (Phone: 203- 875 - 2868). D. Insulate p -trap of all floor drains above the first floor and deep seal traps that receive condensate. Insulate with 3/4" thick Type "B" Insulation. INSULATION 15180 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.08 DUCT INSULATION REQUIREMENTS A. Insulate Ducts as Follows: 1. Thickness and Type: a. c. d. e. f. 9. 3.09 CONDENSATE PIPING INSULATION Exhaust Air and Outside Air Exhaust Ducts: Externally wrap with Type "C" Insulation; insulate from roof deck/wall exterior back three feet (3') into space. (R -6) Supply Air: Externally wrapped with Type "C" Insulation, unless specifically noted otherwise. R -8 for ductwork located outside or in attic spaces and R -6 for all other ducts inside the building envelope. Return Air: Extemally wrapped with Type "C" Insulation, unless specifically noted otherwise. R -8 for ductwork located outside or in attic spaces and R-6 for all other ducts inside the building envelope. Outside Air: Supply ducts externally wrapped with Type "C" Insulation. R- 8 for ductwork located outside or in attic spaces and R -6 for all other ducts inside the building envelope. Relief Air: Externally wrap with Type "C" insulation when run through unconditioned spaced, unless specifically noted otherwise. Air Devices: Externally wrap backs of all supply, return and exhaust air devices including square to round adapters and boots with Type "C" Insulation. Properly seal all edges. (R -6) A. Condensate piping to be insulated with Type "B" Insulation 1/2" thick. Entire condensate system to be insulated. 1. Apply per manufacturer's recommendations. Glue all joints and seams with Armstrong 520 Adhesive. No tape will be allowed. Auxiliary condensate not required to be insulated. END OF SECTION INSULATION 15180 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 SECTION 15190 - INSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes general requirements, products, and methods of execution relating to excavation, backfill and compaction of inside trenches for mechanical work. Inside trenches are those which occur within an arbitrary, imaginary boundary five feet beyond the outside perimeter of the structure. B. Scope: Provide all trench work for mechanical work of every description and of whatever substance encountered to the depth indicated, or to provide pipe slopes and elevations shown on the drawings. Excavate and backfill utility trenches. Place and compact bedding material. Compact backfill material. C. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 APPLICABLE CODES A. Local Codes and Ordinances B. Texas Safety Standards C. OSHA - Section 1926.650 1.03 SAFETY PRECAUTIONS AND PROGRAMS A. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91 -696, 29 U.S.C. Secs. 651 et seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to enforce and comply with all of the provisions of this Act. IN ADDITION, ON PROJECTS IN WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. PART 2 BEDDING MATERIAL 2.01 BEDDING MATERIAL A. Select bedding material from trench excavation using care to separate it from unsuitable material. If suitable bedding material is not available from trench excavation, import it from sources approved by the Architect. B. Use clean sand. Maintain moisture content within a range that will allow specified compaction. INSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15190 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.02 TRENCH BACKFILL A. Obtain trench backfill material from trench excavation. If sufficient suitable trench backfill material compatible with structural backfill is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders and debris. Maintain moisture content within a range that will allow specified compaction. Maximum aggregate size four inches (4 "). PART 3 - EXECUTION 3.01 EXCAVATION A. Place all excavated material suitable for backfill in an orderly manner, and in conformance with safety codes. B. Dispose of all material not suitable for backfilling. C. Form bell holes so pipelines rest on continuous undisturbed soil. If larger rocks or boulders are encountered, remove them. If trenches are below specified grade, backfill to required depth with select granular materials free from debris and rock, and compact to proper grade before installing piping. 3.02 LOCATION A. Locate trenches to accommodate utilities shown on the drawings. B. Construct trench with adequate width to allow compaction equipment to be used at the sides of pipes. C. Make trench side slopes conform to prevailing safety code requirements. 3.03 DEWATERING A. Perform whatever work is necessary to prevent the flow and accumulation of surface or ground water in the excavation. 3.04 TIMING A. Do not backfill until underground mechanical system has been properly tested, inspected and approved. B. Coordinate with the work of others, and complete all trench work in a timely manner. 3.05 BEDDING A. Place bedding material under, around, and over the pipe in lifts not exceeding 8" in depth. B. Work material around pipe by hand methods, taking eare to keep any oversize or sharp stones out of contact with the pipe, and to provide uniform support for the pipe. INSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15190 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 C. Cover pipe with bedding material to building subgrade or to a minimum 12" depth before adding other backfill. 3.06 BACKFILLING A. Continue placing backfill material until trench is completely filled to building subgrade, or as shown on the drawings. B. Place backfill material in lifts not to exceed 12" in depth. 3.07 COMPACTION A. Compact all bedding material to at least 95% of maximum density, taking care not to damage the pipe. B. Compact all backfill under footings, slabs, and other structures to 95% of maximum density or more, if required by the Architect. C. Compact other areas to preclude future settlement, or at least 85% of maximum density. 3.08 FINISHING A. After completion of backfilling, dispose of excess material and smooth the surface to grade. B. Do not allow heavy equipment to be used over backfilled work that does not have sufficient cover to prevent pipe damage. 3.09 SPECIAL PRECAUTIONS A. Avoid unauthorized and unnecessary excavations. B. Minimize number and size of excavations under footings or bearing walls. C. Support footings, foundations, and walls with timbers and jacks if there appears to be any possible chance of damage, and keep such precautions in place to eliminate possible damage. D. Backfill under footings and bearing walls, using maximum compaction or concrete of proportions as specified for footings, E. Avoid damage to all existing underground services, foundations, cables, conduit lines or foundations. Repair any existing underground work accidentally damaged at no additional cost to the Owner. 3.10 UNDER EXISTING SLAB INSTALLATION A. When breaking out an existing floor slab, make a saw cut and remove concrete. When repouring concrete, compact the fill to the same specifications as the building fill. Re: ArchitecturallStructural. General Contractor to make necessary saw cuts and patching as required. END OF SECTION INSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15190 -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 SECTION 15191 - OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Related Work Specified Elsewhere: 1. Section 15010 - General Provisions 2. Section 15050 - Basic Materials and Methods B. Description: This section described general requirements, products, and methods of execution relating to excavation, backfill, and compaction of utility trenches outside of buildings. The arbitrary line of demarcation between inside and outside of buildings occurs 5' outside the building perimeter. C. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91 -696, 29 U.S.C. Secs. 651 et. seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. D. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. PART 2- PRODUCTS 2.01 BEDDING MATERIAL A. Select bedding material from trench excavation using care to separate it from unsuitable material. If suitable bedding material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders and debris. Maximum aggregate size passing a 2" sieve opening. Maintain moisture content within a range that will allow specified compaction. 2.02 TRENCH BACKFILL A. Obtain trench backfill material from trench excavation. If sufficient suitable trench backfill material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders and debris. Maintain moisture content within a range that will allow specified compaction. maximum aggregate size 4 OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15191 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 inches. PART 3 - EXECUTION 3.01 EXCAVATION A. Excavate trenches to depth and grades as shown on drawings. B. Place all excavated material suitable for backfill in an orderly manner and in conformance with safety codes. C. Dispose of all material not suitable for backfilling. D. Form bell holes so pipelines rest on continuous undisturbed soil. If larger rocks or boulders are encountered, remove them. If ground surface is below specified pipe grade, fill to required depth with granular materials free from debris and rock, and compact to proper grade before installing piping. 3.02 LOCATION A. Locate trenches to accommodate utilities shown on the drawings. B. Construct trench with adequate width to allow compaction equipment to be used at the side of pipes. C. Make trench side slopes conform to prevailing safety code requirements. 3.03 DE- WATERING 3.04 TIMING A. Perform whatever work is necessary to prevent flow and accumulation of surface or ground water in the excavation. A. Do not complete backfill until utility system has been properly tested, inspected, and approved. B. Coordinate with the work of others and complete all trench work in a timely manner. 3.05 BEDDING A. Place bedding material under, around, and over pipe in lifts not exceeding 8" in depth. B. Work material around pipe by hand methods, taking care to keep any oversize or sharp stones out of contact with the pipe, and to provide uniform support for the pipe. C. Cover pipe with bedding material to a minimum 6" depth before adding other backfill. D. Cover water line with 18" bedding material before backfilling. OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15191-2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.06 BACKFILLING A. Continue placing backfill material until trench is completely filled to finished grade, or as shown on the drawing. B. Place backfill material in lifts riot to exceed 12" in depth. 3.07 COMPACTION A. Compact all bedding material to at least 95% of maximum density, taking care not to damage the pipe. B. Compact backfill material to preclude future settlement or at least to 90% of maximum density. 3.08 FINISHING A. After completion of backfilling, dispose of excess material and smooth the surface to grade. B. Restore all surface areas to original conditions, or improve as shown on the drawings. Replace all paving, base course, gravel surfacing, sub -base, topsoil or other existing finished surface as shown on drawings. C. Clean up and finish all construction areas to original condition or better. END OF SECTION OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL AND COMPACTION 15191 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes specific requirements, products and methods of execution relating to the domestic water distribution system for the project. B. The work of this section includes: All water distribution work inside the structure, and at outside distribution work up to and including connection to the water source, including provision of the outside water source, or water using apparatus, although the work of this section does include the interface connections at all of these related items. C. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 CONNECTION TO UTILITY WATER SYSTEM A. Coordinate with site utilities to properly locate and interface with the water supply. Stub water 5' -0' outside the building and make connection to water supply. See Civil Drawing for site utility locations. B. Coordinate with site utilities to properly locate the water supply and make the connection in accordance with approved practices. Obtain all permits, pay fees, and provide all service incidental to this work. PART 2 - PRODUCTS SECTION 15400 - WATER DISTRIBUTION SYSTEM 2.01 PIPE AND FITTINGS ABOVE GROUND (INSIDE STRUCTURE) A. Type" K' or "L" hard drawn copper tubing, wrought solder type fittings, lead free (0.00% lead content) solder. 2.02 PIPING AND FITTINGS BELOW GROUND A. 2' and Smaller: 1. Type "K' soft copper, wrought bronze solder type fittings, lead free (0.00% lead content) solder. B. No joint to be installed under building slab. 2.03 WATER METER Coordinate with local utility company. WATER DISTRIBUTION SYSTEM 15400 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.04 WATER HEATER A. Electric Water Heater: PART 3 - EXECUTION 1. Pre - wired, factory tested, NSF certified and with UL seal of approval. 2. Tank: Glass lined and ASME approved for 150 psi working pressure with a minimum of 2" of high density foam insulation; Anode rods for electrolytic protection and hand hole inspection port. 3. Thermostats are to be of the immersion type; one thermostat per each set of 3 elements. 4. The complete system to be protected by energy cut off switch in the event of an over temperature situation. 5. Manufacturer: State, PVI, A.O. Smith, Rheem or approved equal. 2.05 Provide an ASME rated temperature and pressure relief valve with drain piping to the nearest drain receptor for all water heaters. 3.01 GENERAL METHODS A. Make all joints in accordance with manufacturer's recommendations. The tools used shall be the tools adapted to that specific purpose. B. At all fixtures, install and connect hot water on left and cold water on right, as viewed when facing the fixture. C. Where required for connections to fixtures, equipment items, etc., employ lengths of red brass pipe with threaded ends of copper to IPS adapters, brass couplings, etc., to the end that there shall be no ferrous pipe in any water piping system. D. Provide valves on each branch line at the point of connection into the supply and circulating mains serving all batteries of plumbing fixtures. Provide stop valves in each water supply for every plumbing fixture. Valves for piping two inches (2 ") and smaller shall be ball valves. E. Provide air chambers minimum 18" long, same size as supply line or 3/4" minimum or PDI rated water hammer arresters with accessible isolation valve equal to Wade Shok -stops or Sioux Chief Water Hammer Arresters on cold water and hot water supplies to plumbing fixtures. Provide access door for all concealed arrestors. Shok -stops shall not be installed in the pendant position. F. Install vacuum breakers on all plumbing lines where contamination of domestic water may occur and on boiler make -up lines and hose bibbs. G. Insulate all exposed water connections for handicapped lavatories with "Handi Lav- Guard" Insulation Kit (Phone: 203 - 875 - 2868). 3.02 TESTING WATER DISTRIBUTION SYSTEM '15400 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 A. Test all water piping hydrostatically at 150 psig or 150% of working pressure, whichever is greater, for a period of 6 hours. Observe piping during this period and repair all leaks. 3.03 STERILIZATION OF DOMESTIC WATER SYSTEMS A. Sterilize each unit of completed supply line and distribution system with chlorine before acceptance for domestic operation. B. Accomplish sterilization as described below or by the system prescribed by the American Water Works Association Standard C -601. Apply the amount of chlorine to provide a dosage of not less than 50 parts per million. Provide chlorine manufactured in conformance to the following standards: Liquid Chlorine: Federal Specification BB -C -120. 2. Hypochlorite: Federal Specification 0- C -114a, Type 11, Grade B or Federal Specification 0- X-602. C. Introduce the chlorinating material to the water lines and distribution system after piping system has been thoroughly flushed. After a contract period of not less than 24 hours, flush the system with clean water until the residual chlorine content is not greater than 1.0 part per million. D. Open and close all valves in the lines being sterilized several times during above chlorination. E. The sterilization process shall be done by persons whose major business is water treatment and sterilization. The Plumbing Contractor shall pay all costs and charges associated to this test and certification. F. Certify in writing that sterilization has been completed in accordance with these requirements. END OF SECTION WATER DISTRIBUTION SYSTEM 15400 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION A. Description: PART 2- PRODUCTS SECTION 15405 - LIQUID WASTE TRANSFER 1. This section describes specific requirements, products, and methods of execution relating to the transfer of liquid waste for the project. The work of this section includes providing the following: a. All liquid waste piping and fittings: 1) Soil 2) Building sewer b. All plumbing vents, including their termination. c. All connections at points of collection of handling: 1) At plumbing fixtures and trims 2) At equipment by others. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings., 1.02 CONNECTION TO UTILITY SEWER AND STORM DRAIN SYSTEMS (storm drain piping is considered to be piping beyond 5' -0" outside the building) A. Connect new wastewater to existing wastewater line. Field verify exact location and invert. 2.01 SEWER PIPE UNDERGROUND INSIDE STRUCTURE (INCLUDES TO FIVE FEET FROM BUILDING PERIMETER) A. Schedule 40 PVC (DWV) as allowed by code. Material Data: Type 1, Grade PVC 1120, ASTM D -1784. 2.04 SEWER ABOVE GROUND INSIDE STRUCTURE A. Schedule 40 PVC (DWV) as allowed by code. Material Data: Type 1, Grade PVC 1120, ASTM D -1784. 2.05 VENTS LIQUID WASTE TRANSFER 15405 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 A. Schedule 40 PVC (DWV) as allowed by code. Material Data: Type 1, Grade PVC 1120, ASTM D -1784. 2.06 CAST IRON PIPE /FITTINGS 2.07 CONDENSATE PIPING PART 3 - EXECUTION 3.01 INSTALLATION OF UNDERGROUND PIPING A. Tyseal Gaskets or MG Couplings. B. Above ground piping: Use stainless steel couplings with neoprene gaskets, Tyler, Clamp - AII or equal. A. Type L: Hard drawn copper. A. Install pipe and fittings to required grade with hubs and bottom half section in undisturbed soil. 3.02 INSTALLATION OF ABOVE GROUND PIPING A. Refer to Section 15050. 3.03 GRADING A. Grade all horizontal runs of pipe in building and under floor slab at 1/4" per foot downward in direction of flow. If it is absolutely impossible to maintain a grade of 1/4" per foot, piping four (4) inches in diameter and larger may slope to a minimum grade of not less than 1/8" per foot. 3.04 SUPPORTING A. Support all horizontal runs of pipe in building at intervals not to exceed 5-0" and at each change of direction. Provide a support at the base of vertical risers with intermediate supports as required. Brace all adequately to prevent motion, per manufacturer's recommendation. Reference Section 15050, 2.07, B., Mechanical Support Devices and Pipe Supports for further requirements. 3.05 CLEANOUTS 1. Three (3) inches and smaller: Tyler No -hub, Mission or equal. 2. Four (4) inches and larger: Clamp -All, (28- gauge, Type 304SS) meeting FM 1680 Class 1 80 Ib. or MG couplings. A. Provide cleanouts as shown on plans and in an accessible location at base of all risers in soil, waste and drain piping and at each change in direction in horizontal runs of pipe. In long straight runs, provide a cleanout at every 75 feet (minimum) for piping four inches (4 ") and larger and at a minimum of every 50 feet for piping less than four inches (4 "). LIQUID WASTE TRANSFER 15405 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.06 VENTING A. Provide a vent for each trap or as shown on the drawings. B. Extend each vent vertically to a point not less than six inches (6 ") above the extreme overflow level of the fixture served before offsetting horizontally. Whenever two or more vent pipes converge, extend each such pipe at least six inches (6 ") in height above the flood rim level of the plumbing fixture it serves before being connected to any other vent and utilize only approved drainage fittings and materials to connect piping. C. Provide a building main relief vent for waste piping not provided venting by fixture branch connections. Vent size shall be per code requirement, based upon fixture unit loading in the pipe vented. 3.07 VENTS THROUGH ROOF A. Extend vents through the roof a minimum distance of 6" and terminate at least 15 ft. horizontally from operable windows, doors, or air intakes, and at least 3 feet above such opening. Do not terminate vents through roof at edge or valley of roof. B. Flash and counterflash vents through roof. Provide flashings not less than 18" square, with prefabricated 4 -pound lead counterflashing. Extend vertical portion of flashing up entire length of pipe and turn down inside the pipe at least 1 inch with turned edge hammered against pipe. Coordinate with type roof and Architectural details and flash them into roof according to the roofing products manufacturer's recommendations. C. Prot the roof from tools and equipment. Remove all scraps on roof to prevent damage to roof. 3.08 GENERAL A. No piping shall be permanently concealed before the examination is completed by the authorities having jurisdiction. B. All fixtures used in conjunction with the conveying of waste substance shall be connected by means of a trap. C. All connections for floor mounted water closets and waste piping shall be made with appropriate closet flange and wax gaskets. D. Insulate all exposed p -traps for handicapped lavatories with "Handi Lav- Guard" Insulation Kit (Phone: 203 - 875 - 2868). 3.09 TESTING A. Test all piping in accordance with the requirements of the local codes. B. Repair leaks and retest system, repeating this process until piping system is free of leaks. C. Test shall be conducted and completed before any joints are concealed or made inaccessible. D. Maintain a log of tests indicating date, time, result of test and person doing test. LIQUID WASTE TRANSFER 15405 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.10 CONDENSATE PIPING A. Route insulated copper condensate drain line from each unit to nearest floor drain, deep seal traps, sink p- traps, janitor sink, dry well (exterior units), or roof drain if piped to storm sewer (cannot use roof drain if day lites at surface) code approved or disposal point unless otherwise noted. Condensate shall not drain on to roof. Mechanical Contractor and Plumbing Contractor to coordinate locations. Slope all piping to drain at minimum 1/8" per foot. Drains shall be sized in accordance with equipment capacities as follows: EQUIPMENT CAPACITY *MINIMUM PIPE SIZE Up to 3 tons of refrigeration 3/4" 3 to 20 tons of refrigeration 1" *Minimum size of drain shall not be smaller than drain outlet size for unit. B. Coordinate mounting heights of units to allow adequate slope for condensate piping to disposal point. C. Provide cleanout plug at end of each main run. D. Drywell (French Drain): The drywell shall consist of a pit not less than 24" in diameter (or 24" x 24 ") and 24" in depth. The pit shall be filled to within 3" of the finished grade with course gravel. Top 3 inches to be filled with topsoil and sodded. Gravel to be wrapped completely (top, sides and bottom) with heavy duty weed block fabric. Install a 3" perforated PVC drain pipe (centered in drywell) with cap at bottom extending to bottom of pit '3" perforated pipe to extend 3" - 5" above finished grade. Provide appropriately sized bush1ng or fittings to rigidly tie to condensate drain line from unit. Perforated pipe above grade will act as air break connection. Twenty -four inch (24 ") diameter or 24" x 24" by 24" deep can be used for up to 5 ton capacity. Thirty-six inch (36 ")diameter or 36" x 36" x 24" deep can be used for up to 13 ton capacity. Forty -eight (48 ") inch diameter or 48" x 48" x 24" deep can be used for up to 30 ton capacity. END OF SECTION LIQUID WASTE TRANSFER 15405-4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: SECTION 15450 - PLUMBING FIXTURES AND TRIM 1. This section describes certain components of domestic plumbing systems, including related specific requirements, products and methods of execution. Plumbing water, waste, vent piping and other primary distribution components of the plumbing system are included with related work specified elsewhere. B. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. PART 2 - PRODUCTS 2.01 FLOOR DRAINS A. All floor drains tube the same size as waste line size indicated on plans. If size not indicated, drain size shall be 3 ". PROVIDE TRAP PRIMER FOR EACH FLOOR DRAIN UNLESS NOTED OTHERWISE. (Manufacturers: MIFAB MR500, Precision Plumbing Products, Sloan Trap Primer Connection, Model VBF72A -1 as required or equal). 2.02 CLEANOUTS FD - 1 (General Purpose): C.I. body, flashing collar, weepholes, adjustable stainless steel square top (6" x 6 "). MIFAB F1100 CS -3 Series. Manufacturers: MIFAB, Josam, Wade, Zurn, J.R. Smith or Watts. A. Cleanouts shall be same nominal size of pipe lines up to four inches (4 ") and not less than four inches (4 ") for larger lines. B. Floor Cleanouts: Gas and watertight seal, internal taper ABS cleanout plug, stainless steel finish scoriated round top with countersunk screw for installation flush with finish floor. MIFAB C1100R -3 Series. If floor has a waterproof membrane then add C clamp ring flange. C. Wall Cleanouts: MIFAB C1400 -RD Series. Countersunk plugs, with smooth round access cover and polished stainless steel finish. D. Manufacturers: MIFAB, Josam, Zum, Wade, Watts or approved equal. 2.03 FIXTURES A. Manufacturers: 1. The fixtures are chosen from standard manufacturers. PLUMBING FIXTURES AND TRIM 15450 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2. Provide all similar fixtures and trim from one (1) manufacturer, except where specified otherwise. 3. Equality: The following manufacturers are considered equal: a. Fixtures: American Standard, Crane, Eljer, Kohler, Oasis, Elkay or Universal Rundle. b. Faucets: American Standard, Delta Commercial, Bradley, Elkay, Chicago or T & 5 Brass. c. Stainless Steel Sinks: Moen, Elkay, Bradley or Just. d. Carriers: MIFAB, J.R. Smith, Josam, Watts or Zum. e. Flush Valves: Sloan diaphragm, handle packing, stop seat and vacuum breaker to be molded from PERMEX Material. f. Mixing Valves: Powers, Leonard or Symmons. g. Electric Water Coolers: Elkay and Hasley Taylor, must meet NSF Section 9 in its entirety and meet TNRCC Certification Requirements. Provide letter with submittal data. B. Traps, Stops and Supplies: 1. Proviktraps, stops and supplies for all fixtures. 2. P- Traps: 17 gauge chrome - plated cast brass. 3. Supplies: Flexible, chrome - plated, 7538 Series. 4. Stops: Removable key (wheel handle) type, 2302 Series. 5. Supplies and stops are to meet current requirements of NSF61. 6. Manufacturers: American Standard, Brass Craft, McGuire or equal. C. Fixtures Specified Elsewhere, or Otherwise Furnished. Provide appropriate strainer, tailpiece, trap, waste and supplies. Rough -in and connect only. D. Faucets: 1. All faucets except commercial kitchen and bar sinks are to meet ANSI!NSF Standard 61 and be listed by NSF as residential drinking water faucets. 2. All faucets not NSF 61 listed, (as described in paragraph 1) must have tin lined waterways or other such material so water flowing through the faucet is not in contact with any material that could allow "Leaching" of lead into the waterway. 3. Commercial kitchen and bar sinks are to meet ANSI /NSF Standard 61 and be listed as commercial faucets. Faucets meeting the stricter residential standards can be used at contractors option. 4. Faucets are not allowed to have more than the maximum total lead content as listed by NSF, TNRCC (Health and Safety Code Chapter 372) and EPA. PLUMBING FIXTURES AND TRIM 15450 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 3 - EXECUTION 5. Any faucets which exceed lead concentration "Leaching" into water stream after a minimum of 45 days usage and proper flushing prior to testing shall be replaced by the manufacturer with an acceptable product. All costs of change out incurred will be sole responsibility of the manufacturer. E. Waterways and tanks for all drinking fountains and water coolers shall be constructed of lead -free ( 0.00% lead ) materials. All waterways to be totally free of lead. No lead solder is permitted. All drinking fountains and water coolers to meet latest criteria of TNRCC, EPA and be listed by NSF. 3.01 Store all fixtures and trim above ground in a covered location not subject to accidental damage by traffic or other construction activities. Handle fixtures and trim carefully to avoid chipping, denting, scratching, or other damage. Replace damaged items with same item in new condition. 3.02 Provide permanent metal and wire positioners, supports and fixture carriers to secure fixtures and piping rigidly in proper alignment without sway or side play. 3.03 Anchor all fixtures securely to withstand applied vertical load of not less than 250 pounds on the front of the fixture, without noticeable movement. 3.04 Install all fixtures plumb, level and flush to the finished Architectural surface, so that the maximum gap between the fixture and the surWe does not exceed 3/16 inch. Grout under water closets to level fixtures. Caulk the edge of the jbint between fixture and surface with silicone or butyl type waterproof caulking compound. 3.05 Adjust all functional components for proper operation in accordance with manufacturer's recommendations, or as otherwise directed. 3.06 Clean all fixtures and trim thoroughly to spotlessly clean condition. Obtain a written certification from the Architect that this has been accomplished. 3.07 Where floor drains or janitor sinks are located over any room, provide waterproof installation. 3.08 Ensure final location of cleanouts have access and ample clearance at cleanout for rodding of drainage system. Check locations before installation. Contact Architect for alternate location if maintenance clearance is a problem. Cleanouts to be moved at no additional cost to Owner for failure to coordinate locations. 3.09 Coordinate slope of floors to floor drains with Architect. Adjust height of floor drain for proper drainage. 3.10 Provide all adapters, flanges, gaskets, etc. as required for proper installation of fixtures. Coordinate fixture placement before core drilling of floor or sleeve installation. PLUMBING FIXTURES AND TRIM 15450 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.11 Insulate all exposed p -traps and water connections for handicapped lavatories with White "Truebro Handi Lav- Guard" Insulation Kit Model #102W (Use Model #105W when 5" offset strainer is used). (Phone: 203 - 875 - 2868), or equal products as manufactured by Brocar Products Inc., (Phone: 512- 847- 1524). 3.12 No offset flanges will be allowed for installation of water closets. 3.13 Install all trap primers per manufacturer's installation instructions, equal to MIFAB MI -DU. Provide shut -off valves at each trap primer for service. Install access doors equal to MI FAB UA as required for service of trap primers. 3.14 Provide floor sink with trap primer in each sprinkler riser room. END OF SECTION PLUMBING FIXTURES AND TRIM 15450 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes specific requirements, products, and methods and execution relating to the D -X mechanical equipment for the project. B. Provide complete operating installation for all systems shown and specified. Air handling unit, indoor coil and condensing unit shall be from single manufacturer. C. Reference 15010, 1.08 for information that must be supplied with submittals for use by Mechanical Contractor and /or Controls Contractor. D. Reference 15010, 1.17 for warranty requirements. E. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. PART2 PRODUCT 2.01 AIR HANDLING UNIT A. Air handler shall be a factory assembled unit, UL listed with fuses or circuit breakers, blower, heaters, steel casing and completely wired. Air handler and coil section may be bolted together in field but must be a mated pair from a single manufacturer. B. Cabinet: C. Blower: SECTION 15600 - MECHANICAL EQUIPMENT D - X SYSTEMS 1. At least 22 gauge cold rolled steel with baked enamel finish (galvanized finish not acceptable). Interior of cabinet around electric heating elements shall be lined with % inch thick 1 -1/2 Ib. density fiberglass insulation. All access panels to be easily removed and reinstalled for service. 2. Internal drain pan (factory installed). 1. Centrifugal type, dynamically and statically balanced. 2. Direct driven multi-speed blower, factory installed with at least three blower speeds. D. Heaters: 1. Nickel- Chromium Element(s). Element(s) to be sequenced on. 2. Three phase units to have true three phase heating elements or groups of 3- single phase heaters wired to provide a true and inherently balanced three phase MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 E. Cooling Coil: electrical load. 3. Each set of heaters shall be equipped with limit control with fixed temperature "OFF" setting and automatic reset with supplemental thermal cut -off safety fuses, 4. Provide air handler with fan time -delay relay, manually reset transformer and complete internal control system. 5. Provide 208 volt units with fuses or circuit breakers required for overload and short circuit protection. 6. Stage elements on 1 PH units over 8KW. 7. Stage complete banks of elements on 3PH units having 16KW or more. Example, 16KW 3PH heater to have two 8KW 3PH banks of heaters. 1. Factory leak- tested, dehydrated, sealed and shipped with holding charge. 2. Coil installed in baked on enamel finish insulated casing (unless it is to be installed inside air handlers). 3. Staggered row copper tube, aluminum fins. [Aluminum evaporator coils strictly prohibited.] 4. Coils to be ARI certified and matolled to system. 5. Provide with thermal expansion valve mounted inside AHU cabinet. (Capillary tubes or piston type metering devices are not acceptable). F. Filter: 1. Provide two inch (2 ") thick pleated filter equal to Cam Farr Aeropleat II. 2. Provide two inch (2 ") thick mesh grease filter equal to those manufactured by American Air filter for all return air grilles located in Kitchen areas. 3. Install filters at return air filter grilles if system is equipped with them and at AHU when standard non - filtered return grilles are used. 4. Provide suitable insulated filter rack with hinged access door at base (inlet) of unit to house 2" thick filters when filters are to be installed at AHU. G. Electrical: 1. All units to be provided with terminal block type connection point for single electrical connection point. Loose wires and wire nut connection points are not acceptable. H. Approved Manufacturers: Trane, Carrier or Lennox. 2.02 CONDENSING UNITS /HEAT PUMPS MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 A. Condenser coil shall have copper tubes with aluminum plate fins mechanically bonded. B. Fans shall be direct driven propeller upflow type. 1. Fan motor thermostatically controlled, permanently lubricated, and designed with permanent protection. 2. Motors shall be resiliently mounted. 3. Each fan shall have a safety guard. C. Unit shall operate properly in the cooling mode down to a minimum of 55 F, unless otherwise noted on schedule. D. Each condensing unit shall have one (1) compressor. Compressor shall be of hermetic design with the following features. 1. Crankcase heater (except on scroll compressor). 2. Resilient rubber mounts. 3. Compressor motor overload protection. E. Controls: 1. Factory wired and located in separate enclosure. 2. High and low pressure cutout and condenser fan motor overload devices. 3. Off -cycle timer to prevent short- cycling of compressor and shall prevent compressor from restarting for 5 minutes if power is interrupted. 4. Provide factory hard start kits for all single phase units. 5. All interior units provided with low ambient control for operation down to 30 F. F. Casing 1. Fully weatherproof for outdoor installation. Baked -on enamel finish on all exterior surfaces. 2. Openings shall be provided for power and refrigerant connections. 3. Panels shall be removable for servicing. 4. Coil guards. G. Provide externally mounted brass service valves with charging connections. H. Thermostat: 1. Programmable Honeywell T7300 or T7400 with appropriate subbase having auxiliary contacts as required. I. When AHU's1CU's or HP's come to the job site in sections, or when parts are sent for field installation, all pieces must be clearly marked as to which unit mark system they go with. MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 J. Condensing units /heat pump outdoor units to be products of same manufacturer as air handler. K. Manufacturers: Trane, Carrier or Lennox. 2.03 REFRIGERANT SYSTEM A. Furnish and install refrigeration system complete as a system with all refrigerant, oil, valves, dehydrators, gauges, flex connections and controls as required for proper operation. B. Refrigerant Piping: 1. Meet requirements of ASTM B 280 -83, "Specification for Seamless Copper Tube for Air Conditioning and Refrigeration Field Service," Type "L" or Type "K" only 2. All refrigerant piping installed outdoors or in accessible spaces shall be hard drawn copper. 3. Refrigerant piping in unaccessible spaces, such as wall cavities, or in underground sleeves is to be soft drawn copper with no fittings in the unaccessible areas. All bends required are to be made with refrigeration tubing bender. C. Refrigerant Fittings: 1. Wrought copper with long radius elbows. 2. Approved Manufacturers: a. Mueller Streamline b. Engineer approved equal. D. Suction Line Traps: 1. Manufactured with one (1) 90 short radius elbow and two (2) 45 fittings. E. Connection Material: 1. For Brazing- - a. Sil -Fos (minimum 10% silver content) F. Expansion Valves: 1. Provide thermal expansion valve for each system. 2. Size valves to provide full rated capacity of cooling coil served. G. Filter- Drier: 1. On lines 3/4" outside diameter and larger, fi lter -drier shall be replaceable core type with non - ferrous casing and Schraeder type valve. 2. On lines smaller than 3/4" outside diameter, filter -drier shall be a sealed type using sweat copper fitt ings. MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3. Size shall be full line size and rated for tonnage and refrigerant used 4. Liquid line filter driers are required for each unit. However, if liquid line filter drier comes as an integral part of the condensing unit or heat pump outdoor unit, additional filter driers shall not be installed. 5. External liquid line filter driers for heat pumps must be bi -flow type. 6. Manufacturers: Mueller, Alco or Sporlan. H. Sight Glass: 1. Combination moisture and liquid indicator with protection cap. 2. Sight glass shall be full size of liquid line. 3. Sight glass connections shall be solid copper or brass. 4. Required for each system utilizing expansion valve. 5. Manufacturers: Mueller, Alco or Sporlan. Manual Refrigerant Shut -Off Valve: 1. Ball valves designed for refrigeration service and full line size. 2. Valve shall have cap seals. 3. Valves with hand wheels are not acceptable. 4. Provide service valve on each liquid and suction line at compressor. 2.04 ROOF CURBS 5. If reusable service valves come as integral part of condensing unit, additional service valves shall not be installed. 6. Manufacturers: Mueller, Superior A. Factory installed wood nailer. B. Welded galvanized steel shell and base plate. Minimum 18 gauge for fan or hood or hood curbs with top dimension under 48 ". Minimum 16 gauge for fan or hood curbs with top dimensions 48" or over. C. Extended height curbs (over 18" high) to be roof mounted. They are to have a 12" to 14" curb base section and a curb extension section to facilitate height requirements and proper flashing in by the Roofing Contractor. Pad mounted curbs can be single or two piece, D. 1 -112" thick, three (3) pound rigid insulation. E. Fully mitered three inch (3 ") cant. F. Constructed to match roof pitch. MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 G. Curbs shall be as provided by equipment manufacturer. However, at Contractor's option, curbs equal to Thycurb Model TC -35F with internal wolmanized 2 x 4 nailer may be used. Minimum height to be 8 inches above finished roof surface. H. Curb shall be provided and located by the Mechanical Contractor. Curb shall be installed, flashed and counterflashed by the Roofing Contractor. PART 3 - INSTALLATION 3.01 Refrigerant piping shall be installed by licensed refrigeration Contractor. Size per Manufacturer's recommendation for length encountered. Size for minimal equipment capacity loss. Submit isometric drawing from the manufacturer indicating routing, sizes and velocity in piping and pressure drop in piping. Provide minimum four inch (4 ") diameter PVC sleeves as required for each refrigerant line set located under slab and through walls. Use 22-1/2 sleeve fittings for all underslab installation. Seal watertight top of PVC sleeves as they penetrate grade. 3.02 LIQUID LINE A. Install moisture indicator /sight glass at each condensing unit. B. Install properly sized filter -drier "in- line" type at each condensing unit if unit is not supplied with one. If unit is a heat pump, use bi -flow type drier. C. All valves, driers and indicators to be full line size and have sweat fittings. D. Maximum pressure drop in line shall be 10 psig. Size per kanufacturer's written instructions. E. Insulate entire liquid line (indoors and outdoors) on heat pump systems as recommended by the manufacturer. 3.03 SUCTION LINE A. Every indoor coil (cooling and heat pump) shall be trapped when vertical rise is more than five feet (6). When the compressor is below the evaporator, provide a trap in the suction line by coil, raise line to a point above coil and slope suction line down to compressor from that point. The trap shall be made up on one (1) short radius 90° trap and two (2) 45° fittings. For heat pumps, all horizontal vapor lines should be level. B. All rises in suction lines returning to compressor shall be trapped. Use double suction risers where necessary. All risers must maintain a minimum of 1000 fpm and a maximum of 3000 fpm. Line sized for a maximum of 3 psig pressure drop in system. Size per manufacturer's written instructions. C. Insulate all suction lines, including the thermal bulb, from the thermal expansion valve. See insulation section for type and thickness. 3.04 The length of refrigerant line runs shall be kept as short as possible. It is preferred that they not exceed seventy feet (70') in running length, but in no one case should they exceed the cooling equipment manufacturer's recommendations. 3.05 All condensing units /heat pump units shall have neoprene vibration isolation pads mounted under each comer and sized per manufacturer's recommendations. MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.06 Circulate dry nitrogen throughout system during welding or brazing process, 3.07 Test all refrigerant piping and repair all leaks. Pressure test with dry nitrogen; use pressure reducing valve to limit pressure to 150 psig. After testing, evacuate and fully charge system with refrigerant per manufacturer's written instructions. Submit manufacturer's evacuation procedures with submittal. 3.08 General Contractor to provide level concrete pad for all condensing units /heat pump units. Verify actual size with equipment. 3.09 Pack fiberglass insulation and sealing material, such as permagum, around refrigerant lines where they penetrate exterior building envelope. 3.10 VIBRATION ISOLATOR A. Provide vibration isolation at each air handling unit (AHU) or fan. Vibration isolators are to be rubber in shear type for suspended AHU's and Neoprene pads for floor mounted AHU's up to 5 tons. Isolators are to be sized for actual equipment purchased. B. Manufacturers: Amber Booth, Vibration Mounting & Controls, Inc. or equal. 3.11 EQUIPMENT SUPPORTS AND ROOF CURBS A. Confirm exact roof curb installation requirements with Architectural flashing details. Coordinate installation requirements with roofing, structural and general contractors. B. In remodel situations, frame out under entire roof curb perimeter and all openings through roof with minimum 3" x 3" x 3/8" angle iron securely welded or bolted to existing structure, prior to cutting roof deck. END OF SECTION MECHANICAL EQUIPMENT D -X SYSTEMS 15600 -7 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION SECTION 15810 - AIR DISTRIBUTION A. Description: This section describes specific requirements, products and methods of execution relating to the project air distribution systems. B. Provide all air distribution systems as shown and specified, complete in every detail and in perfect operating order. C. All equipment warranties to be per Specification Section 15010, 1.17. D. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 Provide all air distribution work in accordance with the minimum provisions of the latest approved editions of the following codes and standards. A. NFPA 90 A - Air Conditioning and Ventilating Systems. B. NFPA 90 B - Warm Air Heating and Air Conditioning. C. SMACNA - Low Velocity Duct Construction Standards. D. TIMA - Fibrous Glass Duct Construction Standards. E. SMACNA - Duct Liner Application Standard. F. SMACNA - Ducted Electric Heat Guide. G. AMCA Standard 210 -74 Laboratory Methods of Testing Fans for Rating Purposes. H. AMCA Pub. 261 Directory or Products Licensed to Bear the AMCA Certified Rating Seal. I. AMCA Standard 300 -67 Test Code for Sound Rating. J. AMCA Standard 301 -65 Method of Publishing Sound Ratings for Air Moving Devices. K. AMCA Publication 511 -75 Certified Ratings Program for Louvers, Dampers and Shutters. L. ASHRAE Standard 52 -76 Method of Testing Air Cleaning Devices Used in General Ventilation for Removing Particulate Matter. M. ASHRAE Standard 70 -72 Method of Testing for Rating the Air Flow Performance of Outlets and Inlets. 1.03 Where any references to "sheetmetal work" or "ductwork" appears in this section of these specifications or on the drawings, it shall be construed to include outside air ducts, supply air ducts, retum air ducts, exhaust ducts, relief ducts, plenums, duct taps, grille taps, diffuser connections and all other related pieces and parts of the air conveying systems. AIR DISTRIBUTION 15810 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.04 Before starting shop drawings or fabrication of any duct work, the Contractor must have an approved reflected ceiling plan with which he can coordinate location of air outlets, lights, grille patterns, etc. PART 2- PRODUCTS 2.01 FANS A. General Requirements for All Fans: 1. All fans constructed to AMCA Standards, AMCA listed and labeled. 2. Bearings: a. At factory assembled package units 1 HP and larger, provide 200,000 hour bearings (AFBMA L -50) selected at maximum fan rpm. b. At packaged equipment 314HP and smaller, provide manufacturer's standard bearings. c. Arrange equipment for easy access to lubrication fittings. Provide extended grease lines whenever easy access is not possible. 3. Balance fans statically and dynamically at factory. 4. Factory paint fan housing, fan wheel (except aluminum), frame and support brackets with prime coat and enamel finish coat at factory, after properly preparing surfaces. 5. Arrange fans to be cleanable and so that wheel, bearings, shaft, and drive are removable. Provide plug type cleanout doors or split fan housing. Gasket joints and bolt airtight. 6. Provide vibration isolation for all fans per manufacturer's recommendations. 7. Assemble fans at factory and test with permanent motor for proper operation, alignment and balance. 8. All fans are to be of similar size and operational characteristics as fans scheduled. Smaller fans run at higher speeds will not be accepted. B. Roof Mounted Exhaust Fans: 1. Direct drive or have adjustable pitch v -belt AS SCHEDULED. 2. Wheels shall be backward curved and housing shall be removable or hinged aluminum. 3. Isolate motor with vibration dampeners. 4. Provide with motorized backdraftdampers unless gravity backdraftdampers are specifically listed on schedule. Damper actuator voltage to match fan voltage. Electrical Contractor to tie damper in to fan power. 5. Insulated, pre- fabricated metal roof curb shall be for flat or sloped roof as required for fan to be set level on roof. AIR DISTRIBUTION 15810 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 6. Provide with galvanized bee screen. 7. Maximum motor rpm is not to exceed scheduled rpm by more than 50 rpm. 8. Provide with 12" high roof curb to match roof slope. 9. Manufacturers: Greenheck, Acme, Cook, ILG, Penn, Briedert, Carnes and Twin City. 2.02 FAN ACCESSORIES A. Flexible Fan Connectors: 1. Provide at inlet and discharge of each fan, ERV, MAU, air handling unit, etc. a. For Standard Application: 2.03 DUCTWORK b. For Outdoor Installations and Where Duct is Exposed to Toxic Fumes: 2. Insulate over flex connection at inlet and discharge of all air handling units and rooftop units with minimum two inch (7) Type "C" insulation with minimum installed "R" value of 6.0. Seal termination of external insulation to ductwork with Childers CP -11 mastic with 3" glass fiber reinforcing mesh. Do not seal over anv access ao nels. A. Low Velocity Ductwork Systems: 1) Material suitable to withstand the pressure encountered. Constructed from coated heavy glass fabric, flameproof and ozone resistant. Joints to be sealed airtight. Minimum of 3" flex connection to be used. 2) Manufacturer: Duro -dyne Corporation "EXCELON" or equal. 1) Material suitable to withstand the pressure encountered. Constructed from heavy glass fabric, double coated with "Neoprene ", non - combustible and fire retardant. Fabric to be waterproof and airtight. Minimum of 4" flex connection to be used. 2) Manufacturer: Duro -dyne Corporation Duralon or equal. Definition: Ductwork systems where duct pressures do not exceed 2" W.G. maximum static pressure and duct velocity does not exceed 2000 FPM. Minimum duct gauge to be 24 gauge. 2. All ductwork connected to louvers is to be sloped back to louver to insure that any water entering the duct drains back to the exterior of the building. 3. Ductwork Construction: a. Galvanized steel sheets in strict accordance with SMACNA Low Velocity Duct Standards. Insulate per Specification Section 15180. AIR DISTRIBUTION 15810 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 b. All dimensions are inside clear dimensions. Sheet metal size shall be increased to allow for duct liner where applicable. c. Seal all transverse joints, seams and fitting connections with "KI NGCO 11- 376 Super Seal" or "Ductmate Proseal ", UL listed Mastic to prevent air leakage. Oil base caulking and glazing compounds are not acceptable. 4. Rectangular Ducts: a. Where special rigidity or stiffness is required, construct ducts of metal two gauge numbers heavier. b. Ducts larger than 96" require special field study for gauging and supporting and supporting methods. (Furnish shop drawings for supporting and construction requirements.) c. Rectangular low pressure ducts shall be constructed in the following minimum gauges: 5. Round Ducts: Largest Dimension of Duct Gauge of Metal Up to 12" 24 min 13" to 30" 24 31" to 54" 22 The above rectangular ducts shall be constructed, braced and reinforced in accordance with Sheet Metal and Air Conditioning Contractors National Association. a. Construct round ducts from steel sheets of the following U.S. Gauge thickness, using the seam method shown. b. Where special rigidity or stiffness is required, construct ducts of metal two gauge numbers heavier. c. Ducts 14" through 22" diameter, 24 gauge. Long or spiral seam. d. Ducts 23" through 50 ", 20 gauge. Spiral lock seam duct. 7. Transitions: a. Provide tapered transitions at changes in duct size and at connections to fans and other equipment. b. Offset not more than 20 ° , on diverging flow and 30 ° on contracting flow, unless called for otherwise on drawing. 8. Elbows and Turning Vanes: a. Use long radius, 45 and 90 fittings for all elbows and at tees, unless otherwise shown or space restrictions dictate use of square elbows. 1) Construct fittings with centerline radius equal to 1-1/2 times the duct width at the turn. AIR DISTRIBUTION 15810-4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2) Where square vaned elbows are used, provide access doors as detailed below. b. Turning Vanes: In all 90 turns in supply air ducts where 1 -1/2 radius elbows cannot be used, install double radius turning vanes in square elbows. 1) Ducts 19" and Smaller: Use small double vanes with an inner radius of two inches (7) and an outer radius of one inch (1 ") mounted on 3/4" center. 2) Duct 19" and Larger: Use large double vanes with an inner radius of four inches (4 ") and an outer radius of two inches (2 "), mounted on three (3) 1/4" centers. Provide sound reduction type turning vanes: "Airsan "Acoustiturn, by Air Filter Corporation, "Sone- Turn" by Sound Control Products Company, per SMACNA Plat 22, or equal. 3) Provide 12" x 12" insulated access door into duct on both sides of each vaned fitting to facilitate duct cleaning. 9. Flexible Duct: a. Do not use flexible duct except where specifically called for on the plans. b. At diffuser connections: 1) Provide duct listed as UL -181 Class I air duct, and constructed in compliance with NFPA 90A. 2) Minimum length 7 -1/2 feet, maximum length 10 feet for supply ducts. Minimum length 4 feet, maximum length 10 feet for return air ducts. Install with not more than one (1) 90 full radius degree bend. Minimum and maximum lengths are to be closely followed since the flex duct acts as the main source of sound attenuation in the air system. Install with some slack in runout. 3) Make joints with Nashua brand UL181A -P Duct Tape (Venture #1599B or Shurtape #PC857) and two (2) 1/2" wide positive locking straps, one on inner core and one on outer jacket. Use Panduit straps [stainless steel metal straps]. 4) Minimum sound net insertion loss for duct as follows: BAND, HZ 125 250 500 1000 2000 Loss dB /ft. 2.1 3.0 2.7 3.0 2.7 5) Submit sound and construction data for proposed alternates. 6) Tough vapor barrier reinforced metalized polyester jacket, tear and puncture resistant. 7)" Airtight inner core with no fiberglass erosion into airstream. 8) R- Value: 6.0 @ 75 ° F. mean temperature. AIR DISTRIBUTION 15810 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 c. Do not use flex duct on exhaust systems. d. Manufacturers: Atco 36 Series, Certainteed, Thermoflex, Wiremold, Genflex, approved equal. 2.04 DUCT ACCESSORIES A. Air Volume Controls: 1. Provide air volume dampers, or other control devices as shown, at each low pressure duct main and branch for a balancer to adjust the system to produce the air quantities shown. 2. Volume Dampers: a. Flat sheet, single leaf damper with a continuous rod; damper leaf two (2) gauges (minimum 16 gauge) heavier than the duct where installed. Provide locking quadrants with indicators located accessible without demolition. 1) Use for supply, return and exhaust ductwork 14" round or 14" x 14 " The locking -type quadrant operators for dampers, when installed on ducts to be thermally insulated, shall be provided with stand -off mounting brackets, bases or adapters to provide clearance, between the duct surface and the operator, not less than the thickness of the insulation. Stand -off mounting items shall be integral with the operator or a standard accessory of the damper manufacturer. All volume dampers indicated shall be provided with stand -off mounting brackets as required. c. All operators accessible and lockable. Do not insulate over top of volume damper operator handle. d. Locate dampers a minimum of 7.5 feet from diffusers. 3. Extractors: a. Combination air straightening vanes and volume control with locking quadrant on outside or accessible through face of register. b. Manufacturer: Titus AG -45 or approved equal. c. Provide extractors at supply grilles attached directly to any main or branch duct serving more than one (1) grille. 4. Splitter Dampers: a. Construct damper using sheetmetal blade hinge mounted inside duct. b. Dampers or splitters shall be constructed from the same gauge metal as the ducts which they serve with a minimum of 22 gauge. Splitter length shall be 1-1/2 times the duct width up to 24" in size and above 24" in size shall be 1-1/4 times the duct width. c. Attach Duro -dyne SRP -40 series splitter damper bracket to blade. AIR DISTRIBUTION 15810 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 d. Connect 1/4" steel rod to damper bracket and extend through Duro -dyne SRP -14 ball joint damper casting mounting on outside of duct. Use 3/8" steel rod for splitter in ducts above 24" in size. e. Install assembly for full swing of damper blade. Lock damper in proper position. 5. Opposed Blade Dampers: a. Provide opposed blade balancing dampers with multiple blades equal to Greenheck VC D-15, 20 gauge frame and 16 gauge blade construction with synthetic axle bearings and VT diameter operator, complete with 1" stand- off and manual locking quadrant as follows: B. Gravity Backdraft Dampers: 1) Use for outside air ductwork. Minimum damper size is actual duct size or 10" x 10" whichever is larger. Provide transitions as required. 2) Use for supply, return and exhaust ductwork - 14" round or 14" x 14" and larger. b. Damper material is to match ductwork material. (i.e., galvanized aluminum, stainless steel, etc.) 1. Provide backdraft dampers counter balanced to desired static pressure setting. Wide open static pressure drop not to exceed 0.15" W.G. 2. Damper blades aluminum with felt applied to tops of blades. Where dampers are exposed to outside temperature, provide neoprene edged blades. 3. Damper frames extruded aluminum; nylon bearings. 4. Assembly designed for operation at 20 F. C. Access Panels and Doors: 1. Low Velocity System Access Panels: a. Sheetmetal doors reinforced, cross - bracketed or otherwise stiffened to prevent rattle or vibration. b. Seal doors airtight with felt edged gaskets. c. Secure with hinges and sash locks. d. Panels and doors for insulated duct systems are to be insulated. 2.05 GRILLES, REGISTERS AND DIFFUSERS A. Provide grilles, registers, and diffusers of the types and sizes called for on plans and in schedule on drawings. B. Finish with factory applied finish for extruded aluminum items, and with a prime coat for steel items. (Provide an additional factory baked enamel finish to match ceiling grid.) (Submit color sample for approval.) AIR DISTRIBUTION 15810 -7 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 C. Equip diffusers with panels of the proper size to match the suspended ceiling layout or with the proper frame for surface mounting. Fully correlate diffuser and grille style, dimension and fit with ceiling. D. Manufacturers: Price, MetalAire, Titus, Tuttle & Bailey, Krueger, Anemostat, Carnes E. All air devices located in damp areas are to be constructed from all aluminum components. F. Provide minimum 12" deep externally insulated boot for sidewall type supply air devices. G. Provide square to round transitions as required. H. Provide minimum 12" deep (top duct tap) or 24" deep (side duct tap) externally insulated boot for return air and transfer air devices. I. Provide minimum 12" deep boot for all exhaust devices. 2.06 HOODS A. Provide air exhausts through building skin, as shown. B. Hoods: 2.07 AIR FILTERS 3. Curbs are to be a minimum of eight inches (8 ") high above finished roof surface and match slope of roof. 4. Manufacturers: Greenheck, Acme, Penn, Cook, Briedert and Carnes. A. General: 1. Construction of heavy duty aluminum sheets with rolled interlocking seams with galvanized hood support members, similar to Greenheck Fabrahood or equal. 2. Provide with bee screen on outside air intake hoods and 1/4" x 1/4" galvanized bird screen on relief hoods. 5. Provide 120 volt motorized damper. 1. All air filters to be listed as Class 2 by Underwriters Laboratory, Inc., Building Materials Directory. 2. All arrestance, efficiency (dust spot efficiency on atmospheric air) and dust holding capacities specified are to be in accordance with ASHRAE Standard 52 -76. 3. Performance characteristics are to be verified by certified data published in manufacturer's literature or by copies of current test data from an independent authorized test laboratory. Test data, where required, shall be an integral component of the manufacturer's submittal data. 4. Provide and install one (1) clean set of filters in all air moving units that 'require filtration at completion of project. AIR DISTRIBUTION 15810 -8 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. Disposable Panel Filters (for return air filter grilles and /or unit filter racks): 1. Media: Non - woven, lofted cotton bonded to 96% free area welded wire support grid. Not less than 2.45 square feet media area per square foot of filter face area. Arranged in radially pleated configuration and bonded continuously to inside perimeter of high wet - strength beverage board cell sides. PART 3 - EXECUTION 2. Cell Design: Two inches (2 ") deep with beverage board diagonal supports at entering air and leaving air faces of each cell. 3. Air Cleaning Performance: Minimum 25 -30% efficiency 90 -92% arrestance. 4. Initial Resistance: 0.2" W.G. at 500 fpm face velocity. 5. Dust Holding Capacity: Not less than 200 grams when operated at 500 fpm face velocity to a final resistance of .9 W.G. 6. Manufacturers: Cam -Farr Company Aeropleat II; AAF or approved equal. C. Temporary Filters: 1. Reference 15010, 1.18 for temporary filter requirements. 2.08 SOUND CONTROL A. Lined Duct: 1. Provide acoustically lined duct to attenuate and control the transfer of airborne sound and as duct insulation only when specifically indicated. 2. Lining: Flexible fiberglass blanket type mat faced insulation with durable surface coating, bonded with thermosetting resin. Maximum flame spread index; 25. Maximum smoke developed index; 50. Lining to have anti - microbial coating. Minimum R -value of 6.0 for one and one -half (1 -1/2 ") thickness. Installed R -value to be a minimum of 6.0. 1.5" thick, R-6 lining equal to CertainTeed Toughgard R. R -8 for ducts in attic or located outside the building. 3. Air Friction Correction Factor 1.12 at 500 fpm or less. 4. Minimum sound absorption co- efficients as follows: Thickness Frequency 125 250 500 1000 2000 4000 1-1/2" .17 .53 .87 .99 1.00 .95 5 All duct dimensions shown on drawings are net clear inside dimensions with duct liner. Install liner in compliance with requirements of NFPA 90A. 6. Manufacturers: Shuller, CertainTeed, Knauf or Owens - Corning. 7. All duct liner to be provided with tough abrasion resistant interior air side finish and antimicrobial coating. AIR DISTRIBUTION 15810 -9 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.01 LOW VELOCITY DUCTWORK A. Provide ductwork in accordance with SMACNA low velocity standards. B. Provide backdraft dampers for all exhaust fans if motor operated dampers are not called for. Provide one inch (1 ") mesh bird screen at all exhaust discharges. C. Seal all transverse joints, seams and fitting connections with KINGCO 11 -376 "Super Seal" or "Ductmate Proseal ", U.L. listed. D. Where ducts, exposed to view, pass through walls, floors or ceilings, fumish and install sheetmetal collars to cover the voids around the duct. E. This work shall be guaranteed for a period of one (1) year from and after the date of acceptance of the job against noise, chatter, whistling or vibration and free from pulsation under all conditions of operation. After the system is in operation, should these defects occur, they shall either be removed and replaced or reinforced as directed by the Owner. F. Duct shall be erected in the general locations shown on the drawings, but must conform to all structural and final conditions of the building. Before fabricating any ductwork, the Contractor shall check the physical conditions at the job site, and shall make all necessary changes in cross sections, transitions, offsets, etc., whether they are specifically indicated or not at no additional charge to the Owner. G. Reinforce all ducts to prevent buckling, breathing, vibration or unnecessary noise, such reinforcing to be as recommended in the SMACNA manual plus any additional reinforcing as may be required to meet job conditions. H. Provide manually operated volume control dampers (with stand -off mounting brackets for externally insulated ductwork) in all branches, splits and taps for proper balancing of air distribution, whether shown on drawings or not, dampers to be either single blade or multi blade as shown in the SMACNA manual as required. They shall incorporate an indication device with lock to hold damper in position for proper setting. Damper operators in all unfinished areas shall be Young Series 400 of the exact style, type and size required. All other operators shall be Young #315 and /or #896 opposite end from the operator. Where dampers are installed in ducts located above accessible type ceilings, damper operators shall not be extended through the finished ceiling. J. All square elbows shall have turning vanes per the SMACNA manual requirements. K. Where ducts connect to fans, including roof exhausters, flexible connections shall be made using "Ventglas" fabric that is fire- resistant, waterproof, mildew- resistant and practically air tight, and shall weigh approximately thirty ounces per square yard. There shall be a minimum of two and one -half inches (2 -1/2 ") distance between the edges of the ducts. There shall be a minimum of one inch (1") of slack for each full inch of static pressure on the fan system, L. Furnish and install screens on all ducts, fans, etc. furnished by the Contractor which lead to, or are outdoors. Screens shall be 16 gauge, three - eighths inch (3/8 ") mesh in removable galvanized steel frames. M. All holes in ducts for damper rods and other necessary devices shall be either drilled or machine punches (not pin punches), and shall not be larger than necessary. All duct openings shall be provided with sheetmetalcaps if the openings are to be left unconnected for any length of time. All panels of ducts twelve inches (12 ") and larger shall be cross broken. AIR DISTRIBUTION 15810 -10 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 N. Fumish and install a minimum 16 x 16 x 2 internally insulated (foil facing to airstream) filter rack with a hinged type access door with cam or spring lock and filter in all unfiltered raw outside air ducts that connect directly to return air plenums. O. All ductwork that is connected to any exterior louver or wall cap, etc. shall be sloped to drain outside. 3.02 DUCTWORK SUPPORTS A. Support all ductwork to prevent sag, undue play, and swing. All horizontal ducts shall have a support within 2' of each elbow and within 4' of each branch intersection. Provide a hanger within twelve inches (12 ") from unit supply and return. Retum air plenums on back of air handling units must have a minimum of four (4) support straps. B. Low Pressure Ductwork: 1. Duct 40" and Less: Provide with 1" x 18 gauge straps fastened to ductwork, and to building construction. Space not more than eight feet (8') on center. Hanger straps shall lap under duct a minimum of one inch (1 ") and have a minimum of one (1) fastening screw on the bottom and two (2) on the side. 2. Ducts Over 40 ": Provide mild steel threaded rods fastened to angle iron supports under duct with nuts and to building construction with appropriate inserts, flanges or clamps. Space not more than four feet (4') on center with rods and angle supports as follows: Angle Length Angle Rod Dia. 4' -0" 1 -1/2" x 1 -1/2" x 1/8" 1/4" 6-0" 2" x 2" x 1/8'' 1/4" 8' -0" 2" x 2" x 1/8" 3/8" 10' -0" 3" x 3" x 1/8" 3 /8" C. Vertical ducts supported where they pass through the floor lines with 1 -1/2" x 1 -1/2" x 1/4" angles. D. Recommend methods of fastening bracing to ductwork, including riveting, bolting and tack welding. E. All flex duct runouts must be properly supported. Use minimum twelve (12) gauge wire with 8" long saddle that fits up to mid point of duct for support of flex duct. Web Type fabric duct support Is strictly prohibited. Maximum permissible sag is 1/2" per foot of spacing between supports. F. Provide 1" x 20 gauge straps, minimum 8' - 0" o.c. for all round sheetmetal runouts that are 18" in diameter or less (except Spiral Ducts). 3.03 ACCESS A. Furnish all fans with consideration of location of motor and drive. B. Furnish and install in the ductwork, hinged access doors to provide access to all manual and automatic dampers, fusible links, cleaning operations, etc. Where the ducts are insulated, the access doors shall be double skin doors with one inch (1 ") of insulation in the AIR DISTRIBUTION 15810 -11 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 door. In rectangular ducts larger than twenty inches (20 ") in their smallest dimension, install access doors every twenty feet (201. Where the size of the duct permits, the doors shall be eighteen inches (18 ") by sixteen inches (16 "). Factory fabricated doors as manufactured by Milcor meeting these specifications will be acceptable. Access doors shall be submitted for approval. C. Provide access door in supply air and return air drops from rooftop units, Access door to be in accessible location directly above first elbow. Access doors to be 18" X 18" minimum where duct size allows. Access doors shall be shown on ductwork shop drawings. 3.04 Fully coordinate and work directly with the Balancing and Testing Agency to provide all systems in perfect operating order. Make corrections and adjustments as required by the Balancing and Testing Agency in a timely manner. 3.06 CAP OPEN ENDS OF ALL DUCTS (INCLUDING SPIN -INS) AND EQUIPMENT WITH MINIMUM FOUR (4) MIL. PLASTIC TO PREVENT CONSTRUCTION DEBRIS AND DUST FROM ENTERING OPENINGS AT ALL TIMES DURING CONSTRUCTION. END OF SECTION AIR DISTRIBUTION 15810 -12 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 DESCRIPTION SECTION 15850 - BALANCING AND TESTING A. The section describes general requirements and methods of execution relating to the testing and balancing of the mechanical systems provided on this project. B. Scope: 1,03 QUALIFICATION OF AGENCY Furnish the services of a qualified and approved Balancing and Testing Agency to perform the work of this specification. 2. The work of this section includes, but is not necessarily limited to: a. Testing and balancing all fans, all air handling systems, all energy recovery ventilators and makeup air systems. b. Providing a final report. Report must be completed and all deficiencies corrected prior to submittal to architect. C. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. 1.02 APPLICABLE STANDARDS A. SMACNA Manual for the Balancing and Adjustment of Air Distribution Systems. B. AMCA Publication 203, Field Performance Measurements. C. AMCA Standard 300 -67, Test Code for Sound Rating. D. National Environmental Balancing Bureau (NEBB) Recommended Procedures. A. Subcontractor Minimum Qualifications Include: 1. Maintain a complete service organization that has operated within a one hundred (100) mile radius of the project for at least three years prior to bid date of this project. 2. Demonstrate satisfactory completion of three projects of similar size and scope. Provide references if requested. Bids by suppliers, Contractors or any firm that does not maintain a full -time staff of active and experienced HVAC systems balancers are not acceptable. 4. Independent, NEBB certified agency. BALANCING AND TESTING 15850 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.04 TIMING OF WORK A. Do not begin balancing and testing until the systems are completed and in full working order. B. Schedule the testing and balancing work in cooperation with other trades. C. Complete the testing and balancing before the date of final project completion. 1.05 CONTRACTOR RESPONSIBILITY TO BALANCING AGENCY A. Award the test and balance contract to the approved agency upon receipt of contract to allow the Balance and Testing Agency to schedule this work in cooperation with other trades involved and comply with completion date. B. Put all heating, ventilating, and air conditioning systems, equipment and controls into full operation for the Balancing Agency and continue the operation of same during each working day of testing and balancing. C. Provide scaffolding, ladders and access to each system for proper testing and balancing. D. Provide and change pulleys, belts and dampers, and add any dampers as required for correct balance as recommended by the Balance and Testing Agency or as directed by the Architect after review of Balancing Report, at no additional cost to the Owner. PART 2- PRODUCTS THIS PART NOT USED PART 3 - EXECUTION 3.01 INSTRUMENTS A. Maintain all instruments accurately calibrated and in good working order. Use instruments with the following minimum performance characteristics. B. Air Velocity Instruments: Direct reading in feet per minute, 2% accuracy. C. Static Pressure Instruments: Direct reading in inches water gauge, 2% accuracy. D. RPM Instruments: Direct reading in revolutions per minute, 1/2% accuracy; or revolution counter accurate within 2 counts per 1000. E. Temperature Readout Direct reading in degrees F., plus minus 0.1 degrees F. 3.02 GENERAL PROCEDURES FOR ALL SYSTEMS A. In cooperation with the Contractor's representative, coordinate adjustments of automatically operated dampers and valves, including the controlling thermostats, to-operate as specified, indicated, and/or noted. BALANCING AND TESTING 15850 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. Use manufacturer's ratings on all equipment to make required calculations. C. MAKE FINAL ADJUSTMENTS FOR EACH SPACE PER HEATING OR COOLING COMFORT REQUIREMENT. State reason for variance from design cfm, i.e., "too noisy ", "too drafty", etc. 3.03 REQUIREMENTS FOR ALL AIR HANDLING SYSTEMS A. Identify each diffuser, grille, and register as to specific location and area. B. Identify and list size, type and manufacturer of diffusers, grilles, registers and all equipment tested. C. In readings and tests of diffusers, grilles and registers, include required fpm velocity and required cfm and test cfm after adjustments. If test apparatus is designed to read cfm directly, velocity readings may be omitted. Identify test apparatus used. Identify wide open (W.O.) runs. D. Adjust all diffusers, grilles and registers to minimize drafts and excess noise in all areas. 3.04 BALANCING LOW VELOCITY CONSTANT VOLUME DUCTWORK A. Adjust the branch dampers so that each stale air exhaust inlet or outside air supply outlet in the system is equal to or not greater than 5% over design airflow on all makeup air units and energy recovery ventilators. B. All other HVAC systems on the project are to be adjusted as per 'A.' above except to + or - 10% of design airflow. However, comfort cooling units are to be balanced to never exceed 400 cfm/ton or be less than 320 cfm/ton. C. Adjust the fan for design airflow. D. Read and record the airflow at each return or exhaust inlet and each supply outlet. Balance as required. E. Secure each branch damper and mark the balanced position of the damper quadrant. 3.05 FAN ADJUSTMENT A. Balance ductwork before making final fan adjustment. B. Verify that system is free of debris, that inlets and discharges are not obstructed, and that filters are clean. C. Make pitot traverse of main ductwork to determine total airflow and record. D. Adjust fan rpm to obtain design airflow. E. Test and record motor amperage and voltage on each phase leg. Reduce fan rpm if necessary, so that motor running amperage does not exceed motor nameplate amperage. Record final amperage and voltage. F. Record fan rpm. BALANCING AND TESTING 15850 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 G. Test and record system (suction) return and (discharge) supply static pressures. H. Record airflow. 3.06 BALANCING REPORT Test and adjust system for minimum design cfm outside air (intake and exhaust), as shown, where applicable. J. Test and record entering air temperatures across coils and fans. K. Test and record leaving air temperatures across coils L. Test and record static pressure drop across each filter and coil bank. M. Provide test data for each AHU, EF, SF, ETC., used on project: 1. Test and document operation of each AHU, CU, HP and FAN to insure that all pieces of HVAC equipment are functioning properly and are properly connected to the control system. Check in cooling, heating and emergency heating modes, if unit is so equipped. A. Compile the test data and submit 8 copies of the complete test data for forwarding to the Architect for acceptance and/or analysis and recommendations. Report must be complete and all deficiencies corrected prior to submittal to architect. B. Include a complete list of all test equipment used, including apparatus manufacturer's name, model number, serial number and date last calibrated. C. Include complete identification of all elements. Identify by unit number, room name and number, air outlet symbol, etc., to clearly and positively identify the location of each element. D. Include all test data specified in addition to test data recommended in the applicable standards referenced in Part 1. Tabulate all nameplate data at all balanced equipment and at the associated motors. E. Tabulate data separately for each system. Describe balancing method used for each system. F. Include at the front of the report a summary of problems encountered, deviations from design, resolution of problems, recommendations and comments. END OF SECTION BALANCING AND TESTING 15850 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 16010 - GENERAL Unless otherwise specified, provide all labor, equipment, supplies, materials, superintendence and testing necessary for the installation of complete electrical systems as required by these specifications and as shown on the Drawings, subject to the terms and conditions of the contract. Complete such details of electrical work not mentioned or shown which are necessary for the successful operation of all electrical systems described on the Drawings. Include empty conduits as required for the telephone system and power for condensate pumps and HVAC control panels as required by the Mechanical Contractor. A. Submit a bid on the basis of a complete installation, including all labor, material, cartage, insurance, permits, associated fees and taxes. B. Include temporary electrical power and lighting that will be required for the interior of the buildings. Provide lighting to satisfy OSHA requirements and the NEC. C. All Agreement Forms, General Conditions and Supplementary Conditions of the specifications shall apply to the work specified in Division 16. D. Additional Site Visit Costs: The Contractor shall be charged with any cost resulting from uncompleted items that require additional site trips by the Architect/Engineer. E. No attempt has been made to show complete design details of building construction on the Electrical plans. Refer to Architectural, Structural and Mechanical plans for additional details which will affect electrical work. No extra cost will be allowed for offsets in conduit and wiring to avoid other work or when minor changes are necessary to facilitate installation or maintenance. F. NO TOXIC NOR HAZARDOUS MATERIALS, INCLUDING BUT NOT LIMITED TO PRODUCTS OR MATERIALS CONTAINING ASBESTOS, PCB AND LEAD SHALL BE PROVIDED OR INSTALLED. G. Architectural backgrounds to be used in preparation of shop drawings shall be obtained from the Architect. Confirm requirements and stipulations for obtaining floor plan backgrounds with Architect and with other sections of specification. Engineer's drawings and CAD files may not be used for shop drawings. H. REMODEL WORK: COORDINATE ALL CONNECTIONS OF NEW EQUIPMENT WITH EXISTING SERVICES. THE CONTRACTOR SHALL FURNISH AND INSTALL ALL EQUIPMENT, MATERIALS AND INCIDENTAL ITEMS REQUIRED TO MAKE SYSTEM COMPLETE AND OPERABLE. AN EXTRA COPY OF ALL FIELD REPORTS SHALL BE KEPT IN A SEPARATE NOTEBOOK. CONTRACTOR TO SET UP IN THE CONSTRUCTION MANAGER'S TRAILER. THESE REPORTS SHALL BE USED FOR CONTRACTOR TO CHECK THAT EACH INDIVIDUAL ITEM NOTED HAS BEEN COMPLETED. ALSO KEEP LOG OF WHERE EXTRA RECEPTACLES AND OUTLET BOXES CALLED OUT IN 16140, 3.01 AND 16740, 2.01. GENERAL 16010 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.02 SITE INSPECTION A. The Contractor shall visit and examine the site verifying all existing items and familiarize himself with existing work conditions and understand the conditions which affect performance of the work of this Division before submitting bids for this work. The submission of bids shall be deemed as evidence of such visits and examinations. B. All bids shall take the existing conditions into consideration and the lack of specific information on the drawings shall not relieve the Contractor of any responsibility. No subsequent allowance for time or money will be allowed for work or change related to failure to examine site conditions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Provide electrical connections and service to items described in all other sections of these specifications. B. The Electrical Contractor shall provide all wiring and connections required to fire /smoke dampers. Coordinate exact locations of dampers with Mechanical Contractor and relay requirements with Fire Alarm Contractor. C. The Electrical Contractor shall provide all wiring and connections required to backdraft dampers at exhaust fans. Coordinate exact locations of dampers with Mechanical Contractor. 44)4 WORK NOT INCLUDED A. Certain labor, materials, or equipment may be provided under other sections of these specifications, by utility companies, or by the Owner. Mien such is the case, the extent, source and description of these items will be as indicated on the Drawings or described in the specifications, but the Contractor is responsible for verifying with all parties involved as to the extent of his requirements of work. B. Unless otherwise indicated, motors shall be furnished by others, but connected by the Electrical Contractor as indicated on the Drawings. C. Unless otherwise specified, Mechanical equipment control low voltage wiring (less than 50 VAC) shall be provided and installed by the Mechanical Contractor. 1.05 GENERAL REQUIREMENTS A. Prior to bidding, examine the premises to determine if there are any special or existing conditions which may effect the work to be performed. B. Definitions: 1. "Provide ": Includes all material, installation, labor subcontracts, appurtenances and mark -up required for a complete operable system as shown and specified, set in place, connected and ready to use. 2. "Furnish ": Purchase and deliver to job site, material as shown and specified. 3. "Install ": Includes all installation, labor subcontracts, appurtenances and mark -up _ required for complete installation of equipment furnished by others. GENERAL 16010 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 4. "Record Drawings ": Drawings that reflect the electrical systems as actually constructed by the Contractor including conduit routing. C. The Contractor binds himself, his partners, successors, assigns and legal representatives to the Owner hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign the Contract or sublet it as a whole without the written consent of the Architect/Owner, nor shall the Contractor assign any monies due or to become due to him hereunder, without the previous written consent of the Owner /Architect. D. The Contractor shall supervise and direct the Work using his best skill and attention. He shall be solely responsible for all construction means, methods, techniques, safety, sequences and procedures and for coordinating all portions of the Work under his Contract. E. The Contractor shall provide, without extra charge, all incidental items required as a part of the Work, even though not particularly specified or indicated, and if he has good reason for objecting to the use of a material, appliance, or type of construction shown or specified, he shall register his objections with the Architect/Engineer, in writing; otherwise, he shall proceed with the work under the stipulation that a satisfactory job is required. F. Drawings: The drawings are in general diagrammatic, and the location of outlets, switches, motors, etc., on the drawings does not necessarily mean that such units shall be placed at that exact spot, as scaled on the drawings, but shall be located to function best. Use the drawings, and these specifications for guidance and secure the Engineer's approval of all changes in location. 2. Verify all measurements at the site. No extra compensation will be allowed because of differences between locations shown on the drawings and measurements at the building. 3. The Contractor is to draw electrical rooms to scale (114" minimum) with approved equipment and submit to the Engineer prior to installation. The Contractor must insure that all minimum NEC working clearances are maintained. Coordinate with equipment of other trades. 4. Where lighting fixtures and other electrical items are shown in conflict with structural members and mechanical or other equipment, provide all required supports and wiring to clear the encroachment. 5. The branch circuits and arrangement of home runs have been designed to compensate for voltage drop and other considerations to accomplish maximum economy. Re- circuiting will not be permitted without specific approval. Circuit numbers may change to achieve balanced loads on panels. 6. In the event of discrepancy, immediately notify the Engineer. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 7. Drawings and specifications are complimentary each to the other. What is called for by one shall be as binding as if called for by both. 8. Should the drawings disagree in themselves, or with the specifications, the better quality or greater quantity of work or materials shall be used. GENERAL 16010 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 9. Outlets obviously placed in a location not suitable to the finished room or area, without specific approval, shall be removed and relocated when so directed by the Architect at no cost to the Owner. Location of light fixtures shall be coordinated with reflected ceiling plans. The Architect shall have the right to make any reasonable change in outlet locations before rough -in without additional cost to the Owner. G. Substitutions: 1.06 RECORD DRAWINGS 1. Unless otherwise indicated, base bid on the equipment shown on the Drawings and hereinafter specified. 2. Request for approval to substitute materials, methods, or processes shall be made to Architect and if found acceptable, will be confirmed by an addendum to the Construction Documents. Where proposed substitutions are not incorporated into the Construction Documents by addendum PRIOR to time of the General Contract bid opening, all bids shall be held to have been made on the basis of the materials, methods and processes required by the Construction Documents. 3. All substitutions shall be of equal or better quality to the equipment specified. 4. Acceptance of the substitution by the Engineer does not relieve the Contractor of responsibility for proper operation of the systems, compliance with specifications, necessary changes due to dimensional differences or space requirements, and completion of work on schedule. 5. It is not the intent of the Specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and /or fixtures have been specified by name, manufacturer or catalog number, it has been done so as to set a definite standard and a reference for comparison as to quality, application, physical conformity and other characteristics unless no substitutions are noted. H. Provide a completed Schedule of Values, see Specification Section 16060. Schedule shall be submitted to Architect/Engineer within 60 days after the award of the contract. A. Reference requirements stated elsewhere in the specifications. B. THE CONTRACTOR SHALL TAPE ALL ADDENDAS ISSUED DURING BIDDING TO HIS CONSTRUCTION AND RECORD DRAWING SET PRIOR TO COMMENCING CONSTRUCTION. PAY REQUESTS WILL NOT BE PROCESSED UNTIL THIS REQUIREMENT IS MET. C. In addition to other requirements, a master Record Drawing blueline set (separate from field sets) shall be kept in the General's site trailer and marked up weekly as the work progresses, to show exact dimensioned location and routing of all electrical work which will be permanently concealed. Show routing and location of items cast in concrete or buried underground. Show routing of work in permanently concealed blind spaces within the building. Work located in spaces with access, or above suspended ceilings, is not considered permanently concealed. Show complete routing and sizing of any significant revisions to the systems shown. Indicate locations of all existing active and inactive conduit uncovered during construction. Keep marked up set at site for review at site meetings. D. The Contractor shall indicate progress by coloring -in various conduits, ducts, and GENERAL 16010-4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 associated appurtenances exactly as they are erected. This process shall incorporate both the changes noted above and all other deviations from the original drawings whether resulting from job conditions encountered or from any other causes. Contractor to indicate conduit routing locations for all major runs and branch circuits under slab along with major junction locations. E. The marked -up and colored -up prints will be used as a guide for determining the progress of the work installed. They shall be inspected periodically by the Architect and Owner's Representatives and they shall be corrected immediately if found either inaccurate or incomplete. This procedure is mandatory. F. No monthly pay applications will be reviewed if the Record Drawings are incomplete or are unavailable for inspection. G. At the completion of the job, these prints shall be submitted to the Architect for final review and comment. The prints wit be returned with appropriate comments and recommendations. These corrected prints together with corrected prints indicating all the revisions, additions and deletions of work, shall form the basis for preparing a set of record drawings. H. The Engineer's original tracings may be borrowed by the Contractor for his Trade, to obtain a set of mylar reproductions. Engineer's seal shall be removed from this set of mylars. Each Contractor shall then transfer all work to his mylar set and shall add the date of printing and the legend "Record Drawing Set" and submit a set of reproducible sepias to the Architect for his review. The Architect shall comment on the set of sepias and shall return this set tp the Contractor to make any final modifications to the drawings. After all corrections'•are made, the Contractor shall add the date of printing and the legend "Record Drawing Set" on the mylar set. The Contractor shall be responsible for updating all items, including but not limited to floor plan changes, system changes, addendums, change orders, etc. on the prints to "As- Built" conditions. J. The Contractor shall bear all the costs of reproducing the original tracings, making all the necessary changes and printing the mylar sets for the work in his charge. K. Electrical riser diagrams shall be mounted in glass front cases and shall be located in the main electrical room or as directed by the Engineer. L. Final payment will be withheld until all Record Drawing Sets are submitted to the Owner. 1.07 SUBMITTALS Using the "Record Drawing Set ", the Contractor shall print one (1) complete set of reproducible mylars and two (2) sets of prints for submission to the Owner. Leave additional set of Mechanical /Electrical /Plumbing As- Builts in main electric room. Tape all edges. A. Submit to the Engineer, within 60 days after the award of the contract or as dictated by project schedule, a typewritten list of those items of equipment and appurtenances which will be furnished. Include the name or description of the item, name of manufacturer, model or type, catalog number and manufacturer's printed information. The information submitted shall include overall dimensions, weights, voltage rating, phase, wiring diagrams, etc., and nameplate data. Assemble submittals into individual brochures by Specification Section. Any submittal with all sections under one (1) cover will be retumed and required to be broken into separate submittals. The Engineer's check will be general and does not relieve the Contractor of final responsibility to comply with the Contract Documents in all respects. GENERAL 16010 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. Submit Shop Drawings for, but not limited to, the following items: 1. Devices 2. Safety Disconnect Switches 3. Panelboards 4. Interior Lighting Fixtures 5. Exterior Lighting Fixtures 6. Wire and Cable 7. Contactors 8. Lamps 9. Photocells 10. Time Clocks /Lighting Contactors 11. Fuses 12. Cabinets and Enclosures 13. Distribution and Fuse Blocks 14. Electric room (coordinate with mechanical). Also, indicate other equipment and /or systems on plan. 15. Fire Rated Product Penetration Details C. When requested, present samples of all materials proposed for use to the Engineer for his approval. D. Certify Shop Drawings have been checked for compliance with Contract Documents. Certify that the materials submitted can be delivered and installed according to the construction schedule. E. Select all other materials, not specifically described on the Drawings or in these specifications but required for a complete and operable facility, and submit to the Engineer for approval. 1.08 CODES AND REGULATIONS A. Comply with the requirements of the National Electrical Code, National Electrical Safety Code, Occupational Safety and Health Act (OSHA) and all other applicable Federal, State and local codes. All codes and standards shall be per the latest edition with all supplements and official interpretations included. The Drawings and specifications take precedence when they are more stringent than codes, standards, ordinances, and statutes take precedence when they are more stringent or conflict with the Drawings and specifications. B. Should the Contractor perform any work that does not comply with the requirements of the applicable Building Codes, State Laws, Local Ordinances and Industry Standards, he shall bear all costs arising in correcting the deficiencies, as approved by the Architect. GENERAL 16010 -6 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.09 DELIVERY AND STORAGE OF MATERIALS A. Investigate each space in the building through which equipment must pass to reach its final location. If necessary, the manufacturer shall be required to ship his material in sections sized to permit passing through such restricted areas in the building. B. Retain all portable and detachable parts or portions of installation such as fuses, key locks, adapters, blocking clips, and inserts until final completion of work. Deliver parts to the Owner or his authorized representative and attach an itemized receipt to obtain request for final payment. C. Product Handling: 1. Use all means necessary to protect the work and materials of this section before, during, and after installation and to protect the work and materials of all other trades. 2. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Engineer and at no additional cost to the Owner. 3. Store and protect materials and equipment in accordance with the manufacturer's recommendations. 4. Provide suitable box or crate electrical equipment and cover with waterproof covers to protect against dirt, moisture or accidental damage during shipment or outdoors at the job site. 5. Store all condu t on skids. 1.10 SERVICEABILITY OF PRODUCTS A. Furnish all products to provide the proper orientation of serviceable components to access space provided. B. Coordinate installation of piping, ductwork, equipment, conduits, junction boxes, panels and other products to allow proper service of all items requiring periodic maintenance or replacement. C. Replace or relocate all products incorrectly ordered or installed to provide proper serviceability. 1.11 ACCESSIBILITY OF PRODUCTS A. Arrange all work to provide permanent, convenient and safe access to all serviceable and /or operable products. Layout work to optimize net usable access space within confines of space available. Advise Architect, in a timely manner, of areas where proper access cannot be maintained. Furnish layout drawings to verify this claim, if requested. B. Provide access doors in ceilings, walls, floors, etc. for access to automatic devices and all serviceable or operable equipment in concealed spaces. Location of panels shall be submitted for approval in sufficient time to be installed in the normal course of work. GENERAL 16010 -7 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.12 UTILITY COSTS Pay all service charges required by the electric utility or telephone utility to facilitate construction. Reference General Conditions for further information. 1.13 CLEAN -UP A. Remove debris and waste materials from within the construction areas and transport off-site, daily. B. Keep the construction area clean, free from hazard, and orderly arranged. C. Pay all costs of waste removal and disposal. Reference General Conditions for further information. D. Dispose of waste materials in accordance with all regulations which govern. E. Take all precautions to protect persons who enter the construction area from hazardous conditions, hazardous waste, toxic waste, or other unsafe conditions. F. Upon completion of construction, remove all debris, waste materials, unused materials, temporary constructions, vehicles, tools, fencing, etc. to Owner's satisfaction. PART 2 - PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. Unless otherwise indicated, provide only new equipment and materials. B. On all major equipment components, provide manufacturer's name, address, model number, and serial number permanently attached in a conspicuous location. C. All materials fumished under these specifications shall be the standard product of manufacturer's regularly engaged in the production of such equipment and shall be the manufacturer's latest approved standard design. D. Guarantees: 1. The Contractor and Manufacturers shall provide a ONE (1) YEAR guarantee for all work under the Electrical Trade. However, such guarantees shall be in addition to and not in lieu of at other liabilities which the manufacturer and the Contractor may have by law or by other provisions of the Contract Documents. In any case, such guarantees and warranties shall commence when the Owner accepts the mechanical /electrical system, as determined by the Architect and shall remain in effect for a period of ONE (1) YEAR thereafter. 2. All materials, items of equipment, all lighting, lamps and workmanship furnished under each section shall carry a ONE (1) YEAR warranty against all defects in material and workmanship. Any fault under any contract, due to defective or improper material, equipment, workmanship or design which may develop shall be made good, forthwith, by and at the expense of the Contractor for the work under his Contract, including all other damage done to areas, materials and other systems resulting from this failure. 3. The Contractor shall guarantee that all elements of the system, which are to be GENERAL 16010 -8 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.02 STANDARDS PART 3 - EXECUTION provided under his Contract, are of sufficient capacity to meet the specified performance requirements as set forth herein or as indicated. 4. Upon receipt of notice from the Owner of failure of any part of any systems or equipment during the guarantee period, the affected part or parts shall be replaced by the Contractor for his respective work, as applicable. 5. Fumish, before the final payment is made, a written guarantee covering the above requirements. 6. Reference other guarantee information elsewhere in these specifications. A. Where the Underwriters' Laboratories (UL) have established standards and issued labels for a particular group, class or type of material, apparatus, appliance or device, provide the UL label on all such items in that category incorporated into the work. B. Where such items are not covered by UL standards, they shall meet or exceed the requirements of the current National Electrical Code (NEC), or if not covered there, by the applicable, published, recognized standard of the American National Standards Institute (ANSI), or of the industry and of the related engineering society. Example: National Electrical Manufacturers Association (NEMA) and Institute of Electrical and Electronics Engineers (IEEE). 3.01 CUTTING AND PATCHING A. Carefully lay out all work in advance so as to minimize cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, etc. Perform all cutting, channeling, drilling, etc., as required for the proper support, concealment, installation, or anchorage of raceways, outlets, or electrical equipment in a careful manner. Any damage to the building, structure, piping, ducts, equipment, or defaced finish, tile, plaster, woodwork, or metal work shall be repaired by skilled mechanics of the trades involved at the Contractor's expense and to the satisfaction of the Engineer. All cutting, channeling, chasing, or drilling of unfinished masonry, tile, etc., or cutting, drilling, anchoring to or welding of structural members shall be performed in a manner having the Engineer's prior approval. All openings made in fire rated or smoke rated walls, floors, and ceilings shall be patched and made tight in a manner to conform to the fire rating or smoke rating for the enclosure. B. Where conduits pass through exterior walls, thoroughly caulk with sealant the annular space around the conduit to provide a watertight closure. Provide at least 1/2" annular space around the conduit. Provide and install all counterflashing of all conduit, pipe and supports which pierces roofs and other weather barrier surfaces. Verify detail with Architect before installation. All work shall be performed in a workmanlike manner to assure weatherproof installation. Any leaks developed shall be repaired at his expense, to Architect's satisfaction. All waterproofing, flashing and counterflashing shall be compatible with roofing system so as not to void any roof warranties. Confirm installation with Architect and Roofing Contractor. 3.02. WORKMANSHIP AND COMPLETION OF INSTALLATION A. For the actual fabrication, installation and testing, use only thoroughly trained and experienced workmen completely familiar with the items required and with the GENERAL 16010 -9 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 manufacturer's recommended methods of installation. In acceptance or rejection of the installed work, no allowance will be made for lack of skill on the part of workmen. B. Install all specialties as detailed on plans. Where details or specific installation specifications are not included herein, follow approved manufacturer's recommendations. C. Install complete, thoroughly check, correctly adjust, clean, and leave ready for operation all equipment and material connected with this project. D. Ballasts, contactors, starters, transformers and like equipment which are found to be noticeably noisier than other similar equipment on the project will be deemed defective and shall be replaced. E. Electrical service stub locations, sizes and quantities for equipment are approximate only. The Contractor must verify all service locations, sizes and quantities with the equipment supplier before rough -in. F. The Electrical Contractor shall make all final connections to all electrical equipment furnished and set in place by others, including millwork with outlets. The Electrical Contractor shall provide and install all disconnect switches as required. G. The Electrical Contractor shall provide/install all circuit breakers, power wiring, conduit systems and final connections required for operation of heating cable systems. H. Provide and install all adjustable mounting brackets, steel bar hangers, T -bar mounting clips, support channels and universal support bridges as required for installation of light fixtures, speakers, alarm deviceaand other ceiling mounted devices. Ceiling tile shall not be used to support ceiling mount devices in lay -in ceilings. 3.03 BALANCING SYSTEM Provide wood trim for any semi - recessed panels installed. Verify finishes with the Owner /Architect. Provide Hoffman enclosure ( #A- 244208WFLP) wall mounted at location shown on plans. Provided in enclosure shall be spare fuses ([Qty.] of each amperage used in project) and spare smoke detectors (see Section 16721.) A. Balance the electrical system between the respective phases of the system. Balance individual circuits in each panel of the system. Where phase assignments or circuit numbers are indicated on the drawing, do not deviate without the Engineer's approval. All deviations shall be noted on panelboard submittals and on Record Drawings and schedules. Deviations are allowed to balance loads. Reference Section 1.05, F., 5. 3.04 COOPERATION WITH OTHER CONTRACTORS A. Cooperate with other Contractors so that the installation of the electrical materials and equipment may be properly coordinated. Where a conflict occurs with piping, duct work, etc., it shall be resolved as directed by the Engineer. B. Interferences between conduit and other trades shall be handled by giving precedence to pipe lines requiring grade for proper operation. Where space requirements conflict, the following order of precedence shall generally be observed: 1. Building Lines GENERAL 16010 -10 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2. Structural Members 3. Soil and Drain Piping 4. Vent Piping 5. Refrigerant Piping 6. Supply, Return, O/A Ductwork 7. Exhaust Ductwork 8. Domestic Hot and Cold Water Piping 9. Electrical Conduit 3.05 COORDINATION OF WORK A. Each Contractor shall compare his drawings and specifications with those of other Trades and report any discrepancies between them to the Architect and obtain from the Architect written instructions to make the necessary changes in any of the affected work. All work shall be installed in cooperation with other Trades installing inter - related work. Before installation, all Trades shall make proper provisions to avoid interferences in a manner approved by the Architect. B. Locations of conduit and equipment shall bQQ adjusted to accommodate the work with interferences anticipated and encountered. Exact routing and location of systems shall be determined prior to fabrication or installation. C. Offsets and changes of direction in all conduit systems shall be made as required to maintain proper headroom and pitch of sloping lines whether or not indicated on the drawings. D. Where discrepancies in scope of work as to what Trade provides items such as starters, disconnects, flow switches and the like exist, such conflicts shall be reported to the Architect prior to signing of the Contract. If such action is not taken, the various Trades shall furnish such items as part of their work for complete and operable systems. E. Verify voltage, phases, termination points, termination requirements and required disconnects for all equipment provided as part of this contract or equipment furnished by Owner prior to rough -in. Report any discrepancies to Architect/Engineer. F. The Contractors are to avoid routing conduit through fire rated assemblies where practical. Each trade is responsible for proper coordination of required sleeves or block -outs with rated assembly installers. Each trade is responsible for providing sleeves, as required, for his work. Each trade shall verify acceptable tolerances around penetrating item in fire assembly before beginning fire sealing. 3.06 SAFETY PRECAUTIONS AND PROGRAMS A. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91 -696, 29 U.S.C. Secs. 651 et. seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to enforce and comply with all of the provisions of this Act. IN ADDITION, ON PROJECTS IN WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL GENERAL 16010 -11 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. 3.07 OPERATING AND MAINTENANCE MANUALS A. Provide three (3) Operation and Maintenance manuals for training of Owner's personnel in operation and maintenance of systems and related equipment in the manner described elsewhere in these specifications. In addition, organize manuals and include data and narrative as noted below (bind each manual in a hard - backed looseleaf binder. Use 8-1/2" x 11" white paper). B. Operating Sequence and Procedures: 1. Contents: In each chapter, describe the procedures necessary for personnel to operate the system and equipment covered in that chapter. 2. Typewritten Operating Procedures: Write procedures for start-up, operation and shutdown. a. Start-up: Give complete step -by -step instructions for energizing equipment, making initial setting and adjustments whenever applicable. 3. Shutdown Procedures: Include instructions for stopping and securing the equipment after operation. If a particular sequence is required, give step -by -step instructions in that order. C. Maintenance Instructions: 1. Provide a schedule of preventive maintenance for each product. Recommend frequency of performance for each preventive maintenance task: i.e., cleaning, inspection, etc. D. Manufacturer's Brochures: Include manufacturers' descriptive literature covering all appurtenances used in each system, together with illustrations, exploded views and renewal parts lists. Provide the nearest manufacturer's representatives name, address and phone number. E. Shop Drawings: Provide two copies of all corrected, approved submittals and shop drawings covering equipment for the project either with the manufacturer's brochures or properly identified in a separate subsection. F. Spare Parts Lists: Include a list of all equipment furnished for the project, with a tabulation of descriptive data of all the spare parts proposed for each type of equipment or systems. Properly identify each part by part number and manufacturer. G. Contractor shall begin putting O &M Manuals together after submittals have been reviewed. Submit O &M information 60 days after submittal review. 3.08 IDENTIFICATION A. Equip the following items with nameplates: 1. Overcurrent Devices and Spares GENERAL 16010 -12 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2. Panelboards and Branch Circuits 3. Safety Disconnect Switches 4. Contactors 5. Control/Power Equipment in Separate Enclosures Including Relays B. No dymo (stick on indented plastic) type label will be permitted. C. Identify equipment listed above. COORDINATE EQUIPMENT NUMBERS WITH MECHANICAL PLANS. Each piece of equipment shall be numbered consistently throughout. D. Fabricate nameplates as follows: 3.09 TESTING 1. Provide three (3) ply, 1/16" laminated plastic nameplate material with white core for lettering and black background. All nameplates, for equipment powered from emergency circuits, shall have white core for lettering and red background. 2. Use capital letters. 3. Unless otherwise indicated, provide minimum 3/4" high x 2" long nameplates with 1/4" letters. 4. All labels shall be permanently affixed to the front of all required equipment using two (2) round head self tapping screws. Self -adhe iv e labels are not acceptable. Align labels with equipment. E. All junction boxes shall have the panel /circuit number(s) identified on the blank coverplate, handwritten with a permanent black marker. Disconnects, combination motor starter /disconnects and manual motor starter shall have the panel /circuit number(s) identified on the inside of the front cover, hand written with a permanent black marker. F. Provide engraved coverplates for all switches and control devices which are not otherwise clearly related to the equipment they serve. A. Test and record results for all power feeders for Megger Readings, including phase to phase and phase to ground as recommended by the cable manufacturer. B. Measure and record service ground resistance. C. For equipment having ground -fault protection the ground -fault protection system shall be performance tested when first installed on site. The test shall be conducted in accordance with instructions which shall be provided with the equipment. A written record of this test shall be made and shall be submitted to the Engineer and a copy put in the Operation and Maintenance Manuals. 3.10 CERTIFICATE OF COMPLETION A. Submit, at time of. request for final inspection, a completed letter in the following format: I, (Name) , of (Firm) , certify that the electrical work is complete in accordance with Contract Plans and Specifications, and authorized change orders (copies attached) and will GENERAL 16010 -13 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 be ready for final inspection as of (Date). I further certify that the following specification requirements have been fulfilled: 1. Megger readings performed, six (6) copies of logs attached. 2. Ground tests performed, six (6) copies of method used and results attached, including service ground readings and ground fault test results. 3. Operating manuals completed and instructions of operating personnel performed for all systems, (Date) , (Signature, Owners Representative). 4. Record drawings up -to -date and ready to deliver to Engineer. 5. Fire alarm system final connections, check -out and start-up completed on (Date) by (Signature, Factory Authorized Representative and Trained Technician) . 6. All other tests required by Specifications have been performed. 7. Final clean -up is completed. 8. All systems are fully operational. END OF SECTION Signed: 3.11 DURING FINAL INSPECTION A. Demonstrate installation to operate satisfactorily in accordance with requirements of Contract Documents. B. Should any portion of installation fail to meet requirements of Contract Documents, repair or replace items failing to meet requirements until items can be demonstrated to comply. GENERAL 16010 -14 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1- GENERAL 1.01 DESCRIPTION SECTION 16060 - SCHEDULE OF VALUES A. The Contractor shall breakdown the final Schedule of Values to be used for pay application into the following minimum categories. B. All categories shall have appropriate material and labor breakdown. C. Definitions: 1. Site Feeders: Conduit for utility company and conduit and wire from utility transformer to main switchboard. 2. Feeders: Are to be all conduit and wire to transformers and panelboards. 3. Branch Circuit Any circuit from a panelboard except as noted in "1." above. 4. Site conduit voice /data. 1.02 SCHEDULE OF VALUES A. Mobilization B. Service - wiring and conduit C. Gear D. Lighting E. Branch Circuit - Wiring and Conduit F. Feeders - Wiring and Conduit G. Devices H. Record Drawings and O&M Manuals ($1500 minimum) END OF SECTION SCHEDULE OF VALUES 16060 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 SECTION 16110 - RACEWAYS PART 1 - GENERAL 1.01 SCOPE OF WORK Provide a complete conduit system as shown on the drawings and as hereinafter specified. 1.02 STANDARDS Conform with the latest requirements of the NEMA, the National Electrical Code, and be UL listed. PART 2 - PRODUCTS 2.01 MATERIALS A. Rigid galvanized steel. B. IMC C. EMT D. PVC - Schedule 40 and Schedule 80 polyvinyl chloride conduit (PVC Duct) shall be UL rated. Conduit fittings and cement shall be produced by the same manufacture\and approved for such use. E. Flexible Conduit: 1. Liquid-tight (vibration and/or wet areas) fabricate from continuous lengths of spirally wound galvanized steel strip interlocked with a gray polyvinyl chloride cover extruded over the core to make the conduit liquid tight, oil proof and bendable to a small radius. 2. Greenfield (vibration and /or dry areas) 3. Metal Clad (MC) cable is acceptable from junction box to fixture only. 4. Non - metallic liquid -tite flex and fittings will not be allowed. F. Surface Raceway: 1. Non - Metallic, 2 compartment [2. Metal Clad (MC) cable shall /shall not be acceptable.] 2.02 FITTINGS AND HARDWARE A. Provide fittings, locknuts, bushings, and hardware that are compatible with the type of conduit used. No indenter type of connectors and couplings are allowed. - B. Provide screw -in type fittings for use with flexible conduit. C. Provide set -screw or compression fittings for EMT. RACEWAYS 16110 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 D. Provide ground bushing for all feeder circuits. [E Provide approved MC connectors.] PART 3 - EXECUTION 3,01 GENERAL INSTALLATION REQUIREMENTS A. Do not install conduit that is crushed or deformed in any way. B. Provide a nonmetallic (nylon, polypropylene, or approved equal) drag line of suitable strength in spare conduits and telephone conduits. Tightly plug spare conduits at both ends. C. Do not pull wire into conduit system until the conduit system is complete in all details; in the case of concealed work, until all rough plastering or masonry has been completed. 3.02 INSTALLATION ABOVE GRADE A. Minimum size raceway is 1/2 inch. B. Provide rigid galvanized steel conduit for locations exposed to severe physical damage and in damp or wet areas and where underground conduit rises exposed above grade or exposed through slab. C. Install intermediate metallic conduit (IMC) Type I may be used as an option for rigid galvanized steel conduit in areas permitted by the National Electrical Code. D. Install electrical metallic tubing (EMT) within enclosed buildings, in furred ceilings or walls, in dry areas, and exposed above 8 feet above floor. Do not use electrical metallic tubing (EMT) where exposed to standing water or other continuously damp or wet areas. E. Provide liquid -tight flexible metal conduit for transformer terminations, motor terminations, and other equipment where vibration and moisture are present. For other equipment and /or lighting fixtures in dry areas, conduit may be galvanized, Greenfield. Minimum length is two feet (2') and maximum length is six feet (6') for all flexible conduit. Flexible conduit other than identified above is NOT acceptable. F. Follow manufacturer's recommendations regarding termination, bending, and coupling of conduit. G. Provide pull boxes as required or as directed by the Engineer. H. Where possible, conceal raceways within finished walls, ceilings, and floors other than slab -on- grade. I. Where practical, avoid routing conduit directly above or below equipment. Keep raceways six inches (6 ") away from parallel runs of flues and hot water pipes. Avoid offsets where possible. Where necessary, make an approved offset with conduit bending machine. J. Route conduits and /or metal clad cables above slab parallel to and 90 to building structure. K. Route conduits from outlet to outlet and froin outlets to cabinets, pull or junction boxes with locknuts and bushings in such manner that each system is continuous throughout. Conduit shall not contain more than the equivalent of four quarter bends (360 ° , total), including RACEWAYS 16110 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 those bends located immediately at the outlet or fitting. L. Provide fire sealing around conduits penetrating through fire resistance rated walls, partitions, floors and ceilings. Reference Specification Section 16010 for additional information. M. Provide maximum six feet (6') of flexible conduit to each grid type light troffer. Do not daisy chain fixtures. N. Coordinate all roofing penetrations with Mechanical and General Contractors in order to minimize the number of penetrations. O. Route conduit to rooftop equipment below the roof wherever possible. If possible, do not penetrate roof; go through a high wall above the roof flashing or through a roof curb instead. If roof penetration is necessary, coordinate with the Architectural Specifications and penetrate as directly below the equipment disconnect or wiring connection point as possible. P. No PVC conduit will be allowed above finished grade or finished floor. Except for ground wire protection in electric rooms. Q. Conduits may be routed in bar joists. 3.03 INSTALLATION BELOW GRADE A. Minimum size raceway is 3/4 inch. B. Provide rigid galvanized steel conduit or PVC where conduits are installed in concrete floor slab or passing through any concrete structure. PVC conduit shall not penetrate slab above finished grade. C. Provide rigid galvanized steel or PVC conduit where conduits are installed below grade. D. Swab clean all conduits before cable installation. Waterproof all conduit joints after cable installation. E. Provide conduit wall sleeves for all conduits penetrating walls, etc. and other locations shown on the Drawings. F. Where required to bend PVC ducts to satisfy indicated routing, preform ducts to allow ends of duct sections to be in a straight alignment. Accomplish preforming of ducts by utilizing proper duct heater units. G. Perform all necessary excavation and backfilling for proper installation of work. Take precautions not to excavate below depth required. Backfill trenches with sand, 3" below conduits and 3" above. Tamp remainder of backfill in six inch (6 ") layers to original grade, moistening as required for proper compaction. All backfilling shall be free from harmful materials. In areas to be paved, compact to density to receive pavement. Where pavement is broken for the installation of conduit, repair to original condition. Provide shoring, bracing, and de- watering if necessary for installation of work. Remove from site all materials encountered which are not suitable for backfill. H. When and if damage is caused to underground utility lines or structures, above ground utility lines or structures, or other purposeful surface conditions, either on or off the RACEWAYS ., 16110 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 right -of- way, make immediate temporary repairs. At the first opportunity, make permanent repairs which are acceptable to the Owner. All such repairs shall be made at the Contractors expense. I. Where necessary, provide barricades around open excavations to prevent endangering the public. Provide warning beacon lighting at night to adequately mark all excavations. J. Where conduits embedded in concrete floor or roof deck cross expansion joints, they shall be joined together using O.Z. Gedney type DX expansion fittings and bonding jumpers. Straight runs of conduit over 150' long shall have O.Z. Gedney Type AX expansion fittings installed to minimize movement. Fittings shall be installed at a maximum of 150' on center. K. Where horizontal runs of conduit transition to vertical and continue above finished grade or finished floor; the transition shall be made with a 90 degree long radius sweep. The sweep may be PVC (2" and smaller) and shall be RGS (2 -1/2" and larger). No PVC conduit will be allowed above finished grade or finished floor. L. CONDUITS RUN BELOW FINISHED FLOOR SHALL NOT PENETRATE GRADE BEAMS. END OF SECTION RACEWAYS 16110-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.02 STANDARDS PART 3 - EXECUTION 3,01 INSTALLATION SECTION 16115 - SUPPORTING DEVICES PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide all required supporting for conduit and equipment. A. Conform with the latest requirements of the NEMA and The National Electric Code. PART 2- PRODUCTS 2.01 MATERIALS A. Support Channel: Galvanized Steel B. Hardware: Corrosion Resistant C. Support Wires (16 Ga. Minimum) and Tie Wires (22 Ga. Minimum)or as required by UL listed assemblies: Galvanized Steel A. Perforated iron straps are not permitted for supporting conduits. Conduits run between the webs of bar joists may use galvanized tie wire for securing the conduits. Cut excess wire and bend ends to prevent sharp ends. B. Support horizontal and vertical conduit runs by one -hole straps, clamp -backs or other acceptable devices and suitable bolts. All conduits shall be secured to structure with supporting devices dedicated for the electrical system and /or conduits for systems furnished under the Electrical Contractor responsibilities. C. All conduits shall be supported a maximum of ten feet (10') on center. Also, support conduits within twelve inches (12 ") of any bends, outlet boxes, wall penetrations or joints in pipe. All conduits shall be secured to structure. Lighting fixture whips may not be secured to ceiling tie wires. D. Conduits routed below bar joists shall utilize acceptable clamps. E. Fasten hanger rods, conduit clamps and outlet and junction boxes to building structure using precast insert system, expansion anchors, preset inserts, or beam clamps. Do not use spring steel clips and clamps. Submit method of attachment for review prior to commencing work. F. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or preset inserts in solid masonry walls; self - drilling anchors or expansion anchor on concrete surfaces; sheetmetal screws in sheetmetal studs; and wood screws in wood construction. SUPPORTING DEVICES 16115 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 G. Do not fasten support wires to piping, ductwork, mechanical equipment or conduit. H. Do not fasten conduit or junction boxes to ceiling grid wire. All conduit must be independently supported. I. Support recessed fluorescent light fixtures, with support wire, at all four comers. Spray paint ends of fixture support wires orange. J. Conduits, except as approved by NEC, shall not be used to support low voltage cables. K. Support all piping on roof with pipe stands /roller equal to MIRO Industries Model 4 -RAH- PC or Portable Pipe Hangers, Inc., Type PP10 with roller for conduit 2 -1/2" and smaller. For conduit over 2 -1/2 ", up to and including 4" use MIRO Industries Model 6- RAH -PC or Portable Pipe Hangers, Inc. (PPH) Type PS -1 -2. All conduit stands to sit on walk board (coordinate type and methods of support with Roofing Contractor). Provide minimum pipe height above roof deck as required by jurisdiction having authority (at least 3- 1/2 "). Provide supports for piping under 2" at six feet on center. Provide supports for conduit 2" and over at eight feet on center. END OF SECTION SUPPORTING DEVICES 16115 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK Provide a complete system of conductors in raceway systems as shown on the drawings and hereinafter specified. Route all wire through an approved raceway unless otherwise indicated, regardless of voltage application. 1.02 STANDARDS Provide conductors in accordance with the applicable sections of UL and IPCEA Standards. 1.03 SUBMITTALS A Furnish Engineer shop submittals for each type of wire and cable. B. Provide shop submittals which includes the following information: 1. Insulation type. 2. Insulation temperature rating. 3. Manufacturer PART 2- PRODUCTS 2.01 MATERIALS A. Wire and Cables: (600 Volts) SECTION 16120 - WIRE AND CABLE Provide copper wire and copper ground conductors. Conductors shown on plans are thusly sized. a. Minimum wire size for branch circuits shall be #12, however, #14 may be used for motor control circuits where specified on the drawings. b. All conductors #10 and smaller shall be solid and #8 and larger shall be stranded. 2. Provide copper conductors of annealed, 98 percent conductivity soft drawn copper. Provide stranded conductors for control circuits. B. Metal clad cable shall not be acceptable except from junction box to fixture. C. Insulation: (600 Volts) 1. Provide all conductor insulation types rated for wet and dry locations and approved by the National Electrical Code for the particular application. Provide all wire and cable with the following (or better) insulation classes: WIRE AND CABLE 16120 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 a. All feeders and branch circuits are to be dual -rated Type THHN/THWN, except 250MCM and larger conductors which may also be Type XHHW. b. Insulation rated for operation at 600 volts. D. Wire and Cable: (50 volts or less) PART 3 - EXECUTION 3.01 INSTALLATION B. Wire Connections and Devices: In areas where the temperature will exceed 167 ° F, provide wire rated 105 ° C. minimum and a type approved by the local code. Include any wiring within three feet (3') horizontally or ten feet (10') above any heating appliance. 2. Color code in accordance with the wiring diagrams fumished with equipment. All wiring for control systems to be installed in conjunction with mechanical and /or miscellaneous equipment. Color code by line or phase all branch circuit wiring including circuits to motors and feeders as follows: Wire No. 10 and smaller shall be factory color coded. Wire No. 8 and larger may be color coded by color taping within six inches (6 ") of exposed ends. 120/208 Volt Phase A - Black Phase B - Red Phase C - Blue Neutral - White Ground - Green 1. Provide copper wire, minimum size #18 AWG for controls, #18 AWG minimum for fi re alarm and #20 AWG minimum for communications. All wire and cable shall be solid. Stranded conductors are not acceptable. 2. All conductors shall be routed in conduit or shall have an insulation approved for plenum installation, unless otherwise noted. A. Unless otherwise indicated wiring size noted on the drawings extend for the entire length of a circuit. Install wire in raceways in strict conformance with the manufacturer's recommendations. Use a UL approved wire - pulling lubricant. Strip insulation so as to avoid nicking of wire. 1. Provide all terminating fittings, connectors, etc., of a type suitable for the specific cable. Make all fittings up tight. Make up all terminations in strict conformance with manufacturer's recommendations using special washers, nuts, etc., as required. 2. Connect No. 8 and larger wire to panels and apparatus with properly sized, solderless, or compression lugs or connectors. 3. Join No. 10 and smaller wire by twisting tight and applying UL listed twist -on connectors. WIRE AND CABLE 16120 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 4. Leave at least an eight inch (8 ") loop of wire for ends at each outlet box for the installation of fixtures or devices. C. Flashover or insulation value ofjoints shall equal that of the conductor. Provide connectors rated at 600 volts for general use and 1000 volts for use within fixtures. D. Group conductors into conduit as indicated on the drawings. However, several branch circuit "home runs" (the distance from the supplying panel to the closest circuit utilization) may be grouped (except ground fault protected circuits) into one (1) conduit with a maximum of 3 phase conductors (each a different phase) and one (1) common neutral in a 1/2" conduit and 6 -phase conductors and (2) two neutrals in a 3/4" conduit unless noted otherwise. No grouping allowed which would require derating by the National Electrical Code, unless specifically indicated on the drawings. E. Where the distance between the supplying panel and the first branch circuit receptacle or light is more than 100 feet, provide minimum No. 10 wire for this distance. F. Wiring for emergency systems shall be kept entirely independent of all other wiring and equipment as required by Article 700 of the NEC. 3.02 TESTING A. Prior to energizing feeders, perform insulation resistance tests at 500 Volts D.C. for 30 seconds on each cable with respect to ground and adjacent cables. Maintain the following log for feeder tests: FEEDER DESCRIPTION: TESTER'S NAME: TEST INSTRUMENT SERIAL #: TEST DATE: RESISTANCE: A -B A -C A -G B -C B -G C -G B. Test all circuits for proper neutral connections. C. Upon completion of all testing, prepare a detailed report of all voltage and insulation resistance measurements. Deliver report to Engineer with request for final inspection. END OF SECTION WIRE AND CABLE 16120 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL SECTION 16130 - OUTLET BOXES, PULL BOXES AND JUNCTION BOXES 1.01 SCOPE OF WORK Provide outlet boxes in accordance with the National Electrical Code at locations shown on the Drawings and hereinafter specified. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide hot - dipped galvanized pressed steel boxes, minimum 16 square inches and 1 -1/2 inches deep. B. Provide standard outlet boxes for junction and pull boxes of 150 cubic inches or less; cabinets with screw covers or as specifically noted for junction or pull boxes larger than 150 cubic inches. PART 3 - EXECUTION 3.01 INSTALLATION A. Through wall boxes and boxes mounted back -to -back are not permitted. Provide 8 inch minimum separation in order to minimize sound transmission. B. Set flush with wall or ceiling finish in accordance with N.E.C., Article 370. Extension sleeves are not permitted for boxes improperly set. C. Verify location of outlets prior to rough -in. When necessary, relocate outlets to avoid interference with other work or equipment. Where fixtures are mounted on or in an accessible type ceiling, provide a junction box and extend flexible conduit to each fixture. Fit outlet boxes in finished ceilings or walls with appropriate covers. D. Where more than one (1) switch or device is located at one (1) point, unless otherwise indicated, provide gang boxes and covers. When the voltage between switches exceeds 300 volts, provide barrier partitions between adjacent switches located in the same box. Sectional switch boxes or utility boxes not permitted. E. Provide pressed steel boxes for all interior work. Provide square boxes with plaster rings. Provide appropriate size multi gang box for group devices. Single gang boxes screwed together is not acceptable. F. Where boxes are installed in masonry walls, use only approved masonry type boxes for single gang and multi - ganged applications. Standard 4" square boxes with plaster rings are not allowed. Do not drill and pierce structural concrete members and structural steel without prior approval of the Engineer. H. Mount all boxes plumb. OUTLET BOXES, PULL BOXES AND JUNCTION BOXES 16130 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 I. Mount boxes completely rigid without conduit or finished wall support. J. Where outlets are installed in steel stud type systems, provide additional cross bracing, bridging, and /or straps as required to make the outlet completely rigid. Support boxes with "caddy screw gun brackets ", "caddy box mounting bracket ", "caddy quick mount box brackets" or acceptable altemates. K. Dimensions are from finished floor to centerline of outlets. Adjust heights of outlets in masonry walls from that indicated so that receptacles are not lower than 16" A.F.F. and switches are not higher than 48" A.F.F. Outlet height so adjusted shall be consistent. Unless otherwise indicated, mount outlets at the following heights: Wall switches Duplex receptacles Weatherproof duplex receptacles Telephone outlets Pay telephone outlets END OF SECTION 4ft. -Oin. 1 ft. -4 in. 1 ft. -6 in. 1 ft. -4 in. 4 ft. -O in. L. For boxes installed above ceilings, label the box cover with the circuit numbers installed. Labeling shall be with a permanent, black maker with broad tip. M. Boxes installed in rated walls shall have a minimum horizontal separation of 24". Maximum surface area of boxes shall not exceed 16 square inches. OUTLET BOXES, PULL BOXES AND JUNCTION BOXES 16130 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide switches and receptacles as shown on the drawings and as hereinafter specified. 1.02 STANDARDS A. Provide all receptacles which conform with NEMA standards for amperage and voltage classification. B. Provide devices U.L. listed for the application and for the type of wire used. 1.03 ACCEPTABLE MANUFACTURERS A. Hubbell B. Arrow Hart C. Leviton D. Pass & Seymour 1.04 SUBMITTALS A. Furnish Engineer shop submittal for each device. B. Provide shop submittals which include the following information: 1. Manufacturer and catalog number. 2. NEMA configuration. 3. Voltage and amperage ratings. PART 2- PRODUCTS 2.01 MATERIALS SECTION 16140 - DEVICES A. Receptacles: Provide premium industrial specification grade receptacles, 20 Amps Minimum, or as specified in the schedule on Drawings. Verify the exact type receptacle required before ordering. All receptacles to be Ivory unless noted otherwise. Verify color with Architect prior to ordering Devices. Receptacles powered from emergency circuits shall be red. All receptacles used in Pre -K, Kindergarten and First Grade classrooms must be safety type. DEVICES 16140 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. Switches: Provide premium industrial specification grade switches 1201277 Volt, 20 Amps Minimum, or as specified in the schedule on Drawings. All switches to be Ivory unless noted otherwise. Verify color with Architect prior to ordering switches. Switches controlling circuits from emergency power shall be red. C. 1. Device Plates: 4. Provide vertical single lift device plate of aluminum die cast for weatherproof receptacles. C. Floor Outlets: 1. Provide where shown on the drawings, cast adjustable rectangular floor boxes. 2. Receptacle floor outlets specified as duplex shall have duplex screw cap coverplates. Telephone and /or data floor outlet boxes to have combination screw cap coverplate. E. Provide GFI protection for all receptacles in areas where power hand tools or portable lights are used (shop areas, garages, etc.). F. Provide GFI protection for all circuits used for heat tracing. G. Provide a receptacle in all mechanical /electrical rooms. I. All key operated switches shall be Arrow Hart, Corbin Type. NO EXCEPTIONS TAKEN. PART 3 - EXECUTION 3.01 INSTALLATION 2. Unless otherwise indicated, provide smooth metal device plates of Type 430 stainless steel for all indoor devices. Cover plates for devices served by emergency circuits shall be red. 3. Provide telephone and data outlets with blank metal type 430 stainless steel covers. 3. Provide brass carpet flanges for each floor box installed in carpeted areas. 4. Multiple device locations shall incorporate two (2) or three (3) gang outlet box. Provide GFI receptacles within 6 feet of any sink, lavatory, wet area and outdoors. All GFI resets to be located in the same room protected. Surge Arresting Receptacles: Where surge arresting receptacles are indicated, provide receptacles meeting Federal Specification WC -596F which are UL listed (UL 1449 and UI 498) with integral surge suppression. Provide with audible surge protection failure alarm and replaceable surge arrester module. Eagle Electric "Super Spec SurgeBloc" or acceptable equal. A. Install wiring devices of the type as indicated on drawings. Make up all connections tight and set device plumb. Use care in installing device in order to prevent damage to the device and the wire in the outlet box. DEVICES 16140 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 B. Device Plates: Provide a device plate for each outlet to suit the device installed and install blank plates or covers forjunction boxes and empty outlets, including telephone, computer, etc. C. Mount duplex receptacles vertically with grounding opening ug unless otherwise noted. D. Prior to installation of outlets other than 20A, 120 Volts, verify receptacle type with Owner through Architect. Receptacles not verified shall be changed at Electrical Contractor's expense if necessary to operate equipment. E. Install all switches that are required to be handicap accessible at proper height per latest ADA Standards. F. Provide "Caddy Screw Gun Bracket" between wall studs, as required to install switches, thermostats, intercom devices, etc. Verify exact location of devices prior to rough -in. Device boxes shall be aligned on center line of each box. G. Receptacles installed for electric water coolers shall be mounted at a height so as not to be visible after installation of EWC. Coordinate with equipment being provided. H. Provide one (1) duplex GFI receptacle adjacent to mechanical equipment, located on roof or ground and not more than 25 feet apart. Connect receptacles together (maximum of 8) and home run to the nearest available panelboard. I. Provide one (1) duplex receptacle under counter for each piece of mechanical /kitchen equipment at same location. Home run each receptacle to nearest available panelboard. Coordinate with Architectural millwork and kitchen drawings. J. All receptacles located above counter tops with sinks shall be GFI Type. K. Provide eight (8) additional receptacles including wire, conduit, breakers and appurtenances. Each receptacle represents a dedicated circuit. Estimate length of circuit is 125 feet. Final location to be located as directed by Architect. L. Provide one (1) spare suppression module for each surge suppression receptacle. Deliver to the Owner in exchange for receipt. Outlets may be added at any phase of construction with the exception of finished CMU walls. END OF SECTION DEVICES 16140 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 SECTION 16155 - MANUAL MOTOR STARTERS PART 1 - GENERAL I 1.01 SCOPE OF WORK 1 A. Provide and install manual motor starters where shown on drawings and as hereinafter specified. ' 1.02 STANDARD A. UL Listed. B. Conform to the latest NEMA Standards. ' 1.03 ACCEPTABLE MANUFACTURERS A. Square D 1 B. Cutler Hammer/Westinghouse I C. ITE Siemens D. General Electric 1 1.04 SUBMITTALS A. Provide data sheets that includes equipment voltage /current rating, catalog numbers, horsepower rating and other such descriptive data which may be required. PART2- PRODUCTS 2.01 CONSTRUCTION A. All manual motor starter switches shall consist of toggle operated two (2) or three (3) pole switches mounted in a NEMA 1 general purpose enclosure unless exposed to outdoor conditions; then mount in NEMA 3R enclosure. B. Contacts shall be double break silver alloy. C. Terminals shall be supplied, clearly marked and accessible from front of switch. D. Switch shall be equipped with melting alloy type thermal overload relay. Thermal unit shall be of one -piece construction and inter - changeable. Starter shall be inoperative if thermal unit is removed. E. Toggle switch shall be furnished with a handle guard. 1 1 MANUAL MOTOR STARTERS 16155 -1 1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 3 - EXECUTION 3.01 INSTALLATION A. Securely mount switches in accordance with NEC and all local codes. Provide all mounting materials and hardware. B. Confirm with Mechanical and /or Plumbing Contractor prior to mounting switch on respective equipment. END OF SECTION MANUAL MOTOR STARTERS 16155 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.02 STANDARDS 1.03 ACCEPTABLE MANUFACTURERS A. Cutler Hammer/Westinghouse B. Square D C. General Electric D. ITE Siemens PART 2 PRODUCTS 2.01 CONSTRUCTION SECTION 16170 - SAFETY DISCONNECT SWITCH PART 1 - GENERAL 1.01 SCOPE OR WORK A. Provide safety switches as indicated on the Drawings and specifications or as required. A. Conform to U.L. listed and the latest NEMA standards. 1.04 'BIIBMITTALS A. Fumish Engineer shop submittal for safety disconnect switches. B. Provide shop submittals which include the following information: 1. NEMA type 2. Enclosure type 3. Ampere rating A. Provide safety switches appropriately rated for use with electrical system 600 Vac for 480 volts, 250 Vac for 208 volts and etc. B. Provide safety switches NEMA heavy duty type HD, and horsepower rated for NC motors. C. Unless otherwise indicated, provide non -fused (NF) switches. Switches requiring fuses and rated 600 amps and below shall be provided with rejection clips. Switches rated larger than 600 amps shall have Class "L" fuse connections provided. D. Unless otherwise indicated, provide safety switches in NEMA 1 enclosure located on the interior of building. Unless otherwise indicated, provide safety switches in NEMA 3R enclosure located on the exterior of the building or in wet locations. SAFETY DISCONNECT SWITCH 16170 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 E. Provide quick -make and quick -break operating handle. Provide mechanisms which are an integral part of the box. F. Provide lugs U.L. listed for copper cable. PART 3 - EXECUTION 3.01 INSTALLATION A. Securely mount safety switches in accordance with the N.E.C. Provide all mounting materials and mount safety switches vertically. B. In general, safety switches must be mounted on an independent and separate support system, not on the equipment being served. Where such an independent support would require penetrating or resting on a roof, it is preferable to mount on the equipment. In no case, however, may the switch interfere with access to or operation of the equipment, nor shall the switch be located within the significant impact zone of a flue or other high temperature component. Where screen walls are provided for outdoor units; the top of disconnect shall be below or equal to the top of screen wall. END OF SECTION SAFETY DISCONNECT SWITCH 16170 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 1.03 ACCEPTABLE MANUFACTURERS A. Square D B. Cutler HammerNVestinghouse C. General Electric D. ITE Siemens PART 2- PRODUCTS 2.01 GENERAL A. Continuously current rated. SECTION 16195 - CONTACTORS PART 1 - GENERAL: 1.01 SCOPE OF WORK A. Provide lighting contactors as shown on the drawings and as hereinafter specified. 1.02 STANDARDS A. Approved per UL 508 and designed in accordance with NFPA 1052-211B. B. UL listed. C. Conform to the latest NEMA Standards. 1.04 SUBMITTALS A. Furnish Engineer shop submittals for contactors. B. Provide shop submittal which includes the following information: 1. Voltage and ampere rating 2. Wiring diagram 3. Enclosure type 4. Coil voltage B. Capable of making and breaking all cases of loads without the aid of auxiliary arcing contacts. Auxiliary arcing contacts are not acceptable. C. Industrial duty rated for applications to 600 volts maximum. CONTACTORS 16195 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2.02 MATERIALS A. Totally closed, double break, silver to silver power contacts. Contact inspection and replacement shall be possible without disturbing line or load wiring. B. Provide terminals with straight through wiring and accept copper wire. C. Provide switches or provisions for switches as indicated on the drawings. D. Unless otherwise indicated, provide contactor in NEMA Type 1 enclosure. PART 3 - EXECUTION 3.01 INSTALLATION A. Securely mount lighting contactor. Provide all mounting hardware. END OF SECTION CONTACTORS 16195 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide and install fuses as shown on the Drawings and as hereinafter specified. 1.02 STANDARDS A. Conform with the latest requirements of the National Electrical Code, NEMA and be UL listed. 1.03 ACCEPTABLE MANUFACTURERS A. Bussman B. Gould C. Little Fuse PART 2 - PRODUCTS 2.01 MATERIALS A. Time Delay /Dual Element (Class R) fuses 1/10 through 600 amps. B. Time Delay /Dual Element (Class RK5) fuses 1/10 through 200 amps, where noted. C. Time Delay (Class L) fuses 601 - 6000 amps. PART 3 - EXECUTION SECTION 16430 - FUSES 3.01 GENERAL INSTALLATION REQUIREMENTS A. Fuses shall not be installed until equipment is ready to be energized. B. Test and inspection shall be made prior to energization of the equipment. This shall include a thorough cleaning, tightening and review of all electrical connections and inspection of all grounding conductors. C. All fuses shall be furnished and installed by the Electrical Contractor. D. All fuses shall be of the same manufacturer. E. Equipment Fuses: Verify final fuse size with actual equipment being installed. Do not exceed permitted fuse size and voltage of manufacturer ratings. FUSES 16430 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3.02 INSTALLATION A. Mains, Feeders and Branch Circuits: B. Spares: 1. Circuit 0 to 600 amperes shall be protected by current limiting dual - element, time delay fuses. All dual- element fuses shall have separate overload and short - circuit elements. The fuse must hold 500% of rated current for a minimum of ten (10) seconds, with an interrupting rating of 200,000 amperes r.m.s. symmetrical. The fuses shall be UL Class RK -1 (or RK -5 where specifically permitted). They shall be marked with the proper fuse rating, per the specifications, and placed in a conspicuous location on the enclosure. 2. Circuits 601 to 6000 amperes shall be protected by current limiting time delay fuses. Fuse link shall be pure silver links (99.9 %) pure), to limit the short circuit current let through valves to low levels and comply with NEC Sections requiring component protection. Fuses shall be time -delay and must hold 500% of rated current for a minimum of four (4) seconds with an interrupting rating of 200,000 amperes r.m.s. symmetrical. The fuses shall be UL Class L. "CAUTION" labels to alert the end user of engineered level of protection of the electrical equipment, shall be field installed by the Electrical Contractor. They shall be marked with the proper fuse rating, per the specifications, and placed in a conspicuous location on the enclosure. 3. Motor Circuits - All individual motors rated for 200 horsepower or less shall be protected by time delay /dual- element fuses. The fuses for motors shall be installedyr ratings approximately 125% of motor full load current, except where high ambient temperatures prevail, or where the motor drives a heavy revolving part which cannot be brought up to a full speed quickly, such as large fans. Motors shall be protected by fuses of the rating shown on the Drawings. The fuses shall be UL Class RK -1 (or RK -5 where specifically permitted) Dual Element/Time Delay. "CAUTION" labels to alert the end user of the engineered level of protection of the electrical equipment shall be field installed by the Electrical Contractor. They shall be marked with the proper fuse rating, per the specifications, and placed in a conspicuous location on the enclosure. 1. Upon completion of the building, the Contractor shall provide the Owner with spare fuses in cabinet as identified in Specification Section 16010, 3.03, J. C. Coordinate final fuse size with the equipment being provided. END OF SECTION FUSES 16430 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide a complete grounding system in strict accordance with Article 250 of the 1999 National Electrical Code and as hereinafter specified and shown on the Drawings. PART2- PRODUCTS 2.01 MATERIALS SECTION 16450 - GROUNDING SYSTEM A. Provide copper clad 5/8" x 8 ft. - 0" long ground rods, appurtenances, bonding plates, clamps, connectors and grounding conductors as required. PART 3 - EXECUTION 3.01 INSTALLATION A. Properly ground all service equipment conduit systems, supports, cabinets, equipment, motor frames, fixtures, etc., and the grounded circuit conductor in accordance with the latest issue of the National Electri al Code. Provide all bonding jumpers and wire, grounding bushings, clamps, etc., as *aired for complete grounding. Route ground conductors to provide the shortest and most direct path to the ground electrode system. Bond conduit if made of current conducting material. All ground connections shall have clean contact surfaces. Bond the service equipment to a grounding electrode as shown on the Drawings. B. Provide a grounding type bushing for all feeder and branch circuit conduits which do not have a grounding conductor and individually bond this raceway to the enclosure's ground bus or lug. C. Provide a grounding type bushing on the end of each isolated section of metal conduit and bond the conduit to the equipment grounding conductor, or using a conductor of the same size, bond directly to the equipment ground buss of the equipment at the end of the run. D. Make single or dual connections to ground rods, plates, and other buried connections by the exothermic process (Cadweld) or Burndy Hyground TM Compression Systems and "hammer tested" to insure that a good bond has been made. Altematively, all below grade compression grounding systems must meet all UL467, CSA, IEEE837 test requirements and conform to the National Electrical Code Standards. The material at the connectors shall be pure wrought copper extrusions, rod and seamless tubing and be identical material to the conductor. Connectors must be of heavy duty design and be of range taking design to accept conductor ranges of #6 solid to 500 Kcmil plus 5/8" ground rods. Compression connectors need to be compressed with system engineered tooling which makes a circumferential or round crimp. Hex crimp is not acceptable due to sharp flashes and spurs that may occur. Each connector must be clearly marked with catalog number, conductor size and installation die information. Inspection ports must be provided on lug terminations and splices. The system must emboss all the appropriate die index numbers on all connectors after completion of the crimp. Connectors must be prefilled with penetrox copper type oxidation inhibitor and be individually sealed in clear polyethylene sheet to keep out dirt and contamination. GROUNDING SYSTEM 16450 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 E. Drive grounding electrodes as required. Where rock is encountered, grounding plates of copper, 1 /4 -in. x 24 -in. x 24 -in, may be used in lieu of grounding rods. Plates must be installed at 36" minimum below finished grade. F. Connect grounding electrode conductor to building steel and metallic waterline per NEC 250 -81. Allow a minimum of 25 feet of grounding conductor in foundation footing and make 3 connections to Rebar. Connections shall utilize an acceptable compression method with connectors listed for contact with respective metal types. G. Provide a grounding terminal pad in all panelboards, switchboards, and other electrical equipment. H. Directly ground to the work piece welding machines used in construction. The use of the building or equipment steel or conduits of any kind as a common ground point is not allowed under any conditions. Contractor is responsible for any electrical pieces of equipment damaged by not using the welder grounding method described above. I. Provide a green insulated grounding conductor in all conduit serving receptacles and/or equipment. Refer to panelboard schedules for sizing. J. Ground all receptacles to outlet box with a conductor. K. Flexible conduit will not be allowed as a grounding means. 3.02 TESTING A. Following completion of installation, test system ground for continuity and test resistance to ground by "fall of potential" method and all feeders or sub - feeders with appropriate meggers, or other approved instruments and methods, to determine ground and insulation resistance values. B. Submit logs of values obtained, nameplate data of instruments used and instrument calibration data prior to final inspection. Instruments used are subject to acceptance. END OF SECTION GROUNDING SYSTEM 16450 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK PART 2- PRODUCTS 2.01 SURGE ARRESTORS SECTION 16452 - SURGE ARRESTORS A. Provide a complete grounding system in strict accordance with Article 250 of the National Electrical Code and as hereinafter specified and shown on the Drawings. A. General: Configure physically and electrically to fit the application, Base rating on the waveforms used to categorize units under IEEE 587. Provide Metal Oxide Varistor (MOV) and /or Silicon Avalanche Diode (SAD) type, as hereinafter specified. B. Maintenance: Provide units of modular construction, with indicator lights for normal and faulted conditions. Provide means of easily locating and replacing failed MOVs and SADs which require no special instruments or training. Provide audible alarm and visual status indicators to indicate need for renewal or replacement. Provide with dry contact rated at least five (5) amps inductive at 120 VAC for remote trouble signaling. Provide units which are UL listed for installation in accessible areas. C. Disconnecting Means: For application at branch circuit panels where breakers are scheduled for the purpose, units may utilize branch circuit breakers as short circuit protection for leads and as disconnecting means. For applications on switchboards and distribution panels where such branch breakers are not scheduled, factory install the units with disconnecting means and overcurrent protection similar to that used for instrument power taps. Provide surge arrestor to switchboard manufacturer in time for inclusion in the switchboard assembly. D. Styles: The following styles are defined for determining ratings, installation method, and applications. 1. Style E: Exterior to panelboard enclosure, enclosure suitable for same environment as panelboard enclosure, connected through branch circuit breaker in panelboard. Meet ratings specified based on IEEE Category B waveform, MOV type. 2. Style S: Switchboard type, for mounting inside switchboard, connected to buss through instrument power type of disconnect and protection, provided under this section and installed by switchboard manufacturer. Meet ratings specified based on IEEE Category C3 waveform, MOV type. 3. Style C: Same as Style E, except SAD type. E. Maximum Clamping Voltages: For the applicable waveform category, the clamping voltage in any mode shall not exceed the following: Voltage Configuration 120 Volt, 1 Phase Clamping Voltage MOV SAD 500 300 SURGE ARRESTORS 16452 -1 ROUND ROCK PUBLIC WORKS ANNEX 120/240 Volt, 1 Phase 500 300 120/208 Volt, 3 Phase Wye 500 300 240 Volt, 1 Phase 800 600 240 Volt, 3 Phase Delta 800 600 277/480 Volt, 3 Phase Wye 800 700 480 Volt, 3 Phase Delta 1500 1000 F. Withstand Rating: The minimum transient diversion current to be survived at least 100 times without damage in any mode shall be as follows: 1. Style S: 10 Amperes per KVA of upstream transformer capacity. 2. Style E: 3000 Amperes 3. Style C: 800 Amperes G. Available Manufacturers: Subject to compliance with requirements, manufacturers offering surge arrestors which may be incorporated in the work included, but are not limited to the following: PART 3 - EXECUTION 1. MCG Electronics, Inc. - 800/851 -1508 2. Northern Technologies, Inc. - 800/727 -9118 3. Leviton Manufacturing Company, Inc. - 718/229 -4040 4. EFI Electronics Corporation - 801/977 -9009 5. Transtector Systems - 800/882 -910 3.01 INSTALLATION OF SURGE ARRESTORS JUNE 20, 2003 A. General: Install surge arrestors where indicated. Follow the manufacturer's instruction and NEC Article 280 for installation on load side of services. B. Limit the length of tap conductors to the least length practicable. In no case extend unprotected tap conductors more than ten (10) feet, or beyond the enclosure of the panelboard, switchboard or disconnect served. C. Deliver Style S arrestors to switchboard manufacturer for installation. Include complete installation instructions. END OF SECTION SURGE ARRESTORS 16452 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 SECTION 16471 - BRANCH CIRCUIT PANELBOARDS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide branch circuit panelboards as shown on the Drawings and as herein specified. 1.02 STANDARDS A. Provide U.L. label. B. Comply with applicable standards of NEMA and the NEC. 1.03 ACCEPTABLE MANUFACTURERS A. Square D B. Cutler Hammer/Westinghouse C. ITE Siemens D. General Electric E. All equipment within panelboards shall be of the same manufacturer. 1.04 SUBMITTALS A. Fumish Engineer shop submittal for each branch circuit panelboard. B. Provide shop submittal which includes the following: 1. Cabinet: a. Housing b. Trim c. Outline dimensions d. Available spaces e. Panelboard mounting 2. Circuit breakers: a. Frame size b. Trip setting c. Class d. Interrupting rating in RMS Symmetrical amperes BRANCH CIRCUIT PANELBOARDS 16471 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 e. Mounting f. Voltage rating 3. Busing: a. Ampere rating b. Material c. Incoming cable lug size d. Bus bracing 4. Manufacturer's catalog numbers. 5. Other descriptive data as may be required. PART 2- PRODUCTS 2.01 CONSTRUCTION A. Busing: 1. Provide tin plated aluminum or plated copper busing. 2. Provide full size or larger insulated neutral bus bar. 3. Provide bracing equal to the rated interrupting capacity of the smallest circuit breaker in the panelboard. Refer to drawings for minimum bracing. 4. Provide full height phase busing. Reduction is not allowed. 5. Make all bus and stub connections of such a size as to limit the temperature to 50 degrees C. when carrying full load current. 6. Arrange bus bar taps for sequence sharing of branch circuit devices. 7. Provide suitable lug on neutral busing for each outgoing circuit requiring a neutral connection. 8. Provide a tin - plated aluminum or plated copper grounding terminal pad for the equipment grounding system. Grounding pad shall be separate from the insulated neutral bus. Ground pad or bar shall be copper. 9. Equip all spaces with busing and mounting straps for the maximum device that can be fitted into space. 10. Provide mechanical (bolt type) breaker connectors. B. Labeling: 1. Provide typewritten directory card mounted under a transparent protective cover, set - in a metal frame on the inside of the cabinet door. Provide directory with the following information: BRANCH CIRCUIT PANELBOARDS 16471 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 a. Panel designation b. Point from which it is fed. c. Individual branch circuit identification (as shown on the panel schedules) load served and location. CIRCUIT LABELING SHALL AGREE WITH EQUIPMENT DESIGNATIONS. (COORDINATE WITH MECHANICAL CONTRACTOR) AND OWNER FINAL ROOM DESIGNATIONS. 2. Provide manufacturer's nameplate affixed to the front of the panelboard containing the following: a. Manufacturer's name and address. b. Manufacturer's panelboard type designation. c. Manufacturer's identification reference. d. Voltage rating. e. Continuous current rating. f. Frequency rating. C. Interiors: 1. Design interiors so that circuit breakers can be replaced withkut disturbing adjacent units and without removing the main bus connectors. 2. Design interior so that circuits may be changed without machining, drilling or tapping. 3. Arrange branch circuit using double row construction. 4. Branch circuit numbering by manufacturer. D. Enclosure: 1. Make enclosure from galvanized code gauge steel. 2. Unless otherwise noted, provide general purpose enclosures. Mounting as indicated on Drawings. 3 Provide minimum four interior mounting studs. 4. Maximum height 90 inches. 5. ALL MULTI - SECTION PANEL ENCLOSURES SHALL BE THE SAME HEIGHT. E. Trim: 1. Provide door covering all circuit breakers. Door shall not uncover any live parts. Provide a flush, stainless steel cylinder type lock with catch and spring loaded door pull. Key locks alike. 2. Fabricate trims from code gauge sheet steel. BRANCH CIRCUIT PANELBOARDS 16471 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 3. Trims for flush panels shall overlap box a minimum of 3/4 inch all around. Trims for surface panels shall have the same width and height as the box. 4. Fasten trims with quarter turn clamps. 5. Paint trim with manufacturer's standard gray enamel over a rust resistant phosphatizing primer. 2.02 CIRCUIT BREAKERS A. Provide circuit breakers with frame size, trip settings and UL listed RMS Symmetrical ampere interrupting rating shown on the Drawings. B. Provide molded case, bolt -on type. C. Provide thermal magnetic type circuit breakers employing quick -make, quick -break mechanisms for manual operation as well as automatic operation. D. Indicate automatic tripping by the breaker handle assuming a distinctive position from manual ON and "OFF'. E. Provide multi -pole breakers with a common trip. Tie handles for multi -pole breakers without common trip are not permitted. F. Minimum size circuit breaker shall be 20 amps unless otherwise noted. G. Provide HACR rated circuit breakers for air conditioning, heating and refrigeration equipment having motor group combinations and marked for use with HACR type circuit breaker. H. Provide HID rated circuit breakers for service to HID (high intensity discharge) and fluorescent lighting systems. PART 3 - EXECUTION 3.01 INSTALLATION Provide only full one inch (1 ") height breakers; half height or tandem, two (2) to a pole, breakers are not acceptable. A. Install box, trim and interior rigid and plumb. Center interior with opening. B. Install panelboards in accordance with the instructions of the manufacturer and as shown on the Drawing. Install complete with all required electrical connections. C. Unless otherwise noted, install panelboards with the top of the trim 6 ft. 0 in. above finished floor. D. Field check panelboard loading and reconnect circuits as required to provide balanced phase and line loads. E. Neatly bundle, route and support cables installed in wiring gutters of panelboards. Minimum bending radii as recommended by the wire and cable manufacturer. BRANCH CIRCUIT PANELBOARDS 16471 -4 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 F. Install three (3) 3/4" conduits from top of flush mounted panelboards to accessible void above ceiling. Cap end of conduits above ceiling. G. All recessed panels are to be installed in 6" minimum wall thickness. Coordinate clear dimensions with Architect and General Contractor prior to rough -in. H. Provide wood trim for any semi - recessed panels, including panelboards. Coordinate with General Contractor and verify finishes with the Owner /Architect. END OF SECTION BRANCH CIRCUIT PANELBOARDS 16471 -5 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 16510 - INTERIOR LIGHTING SYSTEM A. Provide all lighting fixtures and equipment as specified in the fixture schedule. Include all necessary accessories and appurtenances required for a complete and operating system whether or not specifically shown. 1.02 STANDARD A. Provide all materials and accessories, whether specifically described or not, of the best grade of the commercial manufacturer. Provide first class workmanship in every respect. B. Provide all lighting fixtures with Underwriters' label and manufacturer's label. Attachment of U.L. labels after delivery of fixtures is not acceptable. Manufacture all lighting fixtures in accordance with the National Electrical Code. D. Ballasts: 1. Provide ballasts for fluorescent lamps which meet U.L. specifications for Class P listing, applicable ANSI Standard Ballast Specifications, and certified by C.B.M. , Maximum - 2 lamps per ballast. 2. Provide ballasts for HID lamps which comply with the UL Standard for High- Intensity Discharge Lamp Ballasts. E. Provide lamps manufactured by North American Phillips or Sylvania. Unless otherwise indicated, lamp designations shown on the fixture schedule are Sylvania. (3500K) 1.03 ACCEPTABLE LIGHTING PACKAGES: A. Lithonia B. Thomas C. Hubbell D. Cooper E. Lightolier F. Others Fixtures as Scheduled or Noted 1.04 SUBMITTALS A. Furnish Engineer shop drawings for each fixture. B. - Provide shop drawing which includes the following information: 1. Fixture type per the fixture schedule. INTERIOR LIGHTING SYSTEM 16510 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 2. Manufacturer of the fixture. 3. Physical dimensions of the fixture. 4. Manufacturer's standard finish. 5. Fixture output distribution curves with utilization parameters. 6. Ballast temperature rating, voltage, wattage, and manufacturer. 7. Material type and thickness of lens. 8. Accessories for installation such as swivel hangers. 9. Number and type of lamps. 1.05 PRODUCTS STORAGE AND HANDLING Protect fixtures delivered to the job site from the entrance of water and dust at all times. Replace fixtures damaged by improper handling or storage. PART 2 - PRODUCTS 2.01 GENERAL A. Provide all fixtures as called for in the schedules complete with lamps. B. Provide manufacturers standard finish unless otherwise noted. C. Design all recessed or semi-recessed fixtures compatible with ceilings as instated. Provide frames where required for proper installation. D. Furnish complete, all fixtures requiring end caps, mounting spacers or other necessary items whether the catalog number shown includes such items or not. E. Conceal all fixture parts within the fixture construction. F. Self locking lenses /latches are not acceptable. PART 3 - EXECUTION 3.01 INSTALLATION A. Set luminaries true, free of light leaks, warps, dents or other irregularities. Provide the length of stems as required to hang all luminaries level and in the same plane. Verify the type of all ceilings before ordering fixtures, and provide fixtures and mountings to suit. Mount all fixtures at a position and height to clear equipment, ductwork, piping, etc., in mechanical rooms, storage rooms, etc. B. Support luminaries only from structural elements which are capable of carrying the total weight. Mount all lighting fixtures rigid with no rocking action. C. The locations of all lighting fixtures as shown are approximate. It is understood that they are subject to such modifications as may be found necessary or desirable at the time of installation in order to meet field conditions. Make such changes without extra charge; however, obtain approval from Engineer before any work is started which involves such INTERIOR LIGHTING SYSTEM 16510 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 modifications. D. Install ballasts and fixtures in accordance with the NEC and ANSI Standards. E. Adjust all floodlights and spotlights to the satisfaction of the Engineer. F. Connect all exit lighting fixtures to the nearest unswitched circuit or the nearest emergency circuit. Connect all emergency lighting fixtures to same circuit as normal area lighting in same area per NEC Article 700 G. Provide and install necessary hardware and accessories to maintain 1.5 inches clearance from combustible material on all light fixtures with ballast. H. Provide all exit signs with required directional arrows, to indicate direction of egress travel. I. Fixtures shall NOT be daisy chained together. 3.02 CLEAN UP A. Leave all fixtures in clean condition, free of dirt and defects. END OF SECTION INTERIOR LIGHTING SYSTEM 16510 -3 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 16520 - EXTERIOR LIGHTING SYSTEM A. Provide all exterior lighting fixtures and equipment as specified in the fixture schedule. Include all necessary accessories and appurtenances required for a complete and operating system whether or not specifically shown. 1.02 STANDARDS A. Provide all materials and accessories, whether specifically described or not, of the best grade of commercial manufacturer. Provide first class workmanship in every respect. B. Provide all lighting fixtures with Underwriters' label and manufacturer's label. Attachment of U.L. labels after delivery of fixtures will not be acceptable. C. Manufacture lighting fixtures in accordance with the National Electrical Code. D. Provide ballasts for HID lamps which comply with the U.L. Standard for High - Intensity Discharge Lamp Ballasts. E. Provide lamps manufactured by North American Phillips or Sylvania. Unless otherwise indicated, lamp designations shown on the fixture schedule are Sylvania. 1.03 ACCEPTABLE LIGHTING PACKAGES: A. Lithonia B. Thomas C. Hubbell D. Cooper E. Lightolier F. Others as scheduled or noted 1.04 SUBMITTALS A. Furnish Engineer shop drawings for each fixture. B. Provide shop drawing which includes the following information: 1. Fixture type per the fixture schedule 2. Manufacturer of the fixture 3. Physical dimensions of the fixture 4. Manufacturer's standard finish EXTERIOR LIGHTING SYSTEM 16520 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 5. Lamp type recommended by the manufacturer 6. Fixture output distribution curves and photometrics 7. Ballast temperature rating, voltage, wattage, and manufacturer 8. Material type of lens C. Furnish structural engineer with approved shop drawings on pole, post and Bollard light fixtures for purpose of designing fixture base. 1.05 PRODUCT STORAGE AND HANDLING Protect fixtures delivered to the job site from the entrance of water and dust at all times. Replace fixtures damaged by improper handling or storage. PART 2- PRODUCTS 2.01 GENERAL A. Provide luminaire complete with the fixture housing, refractor, lamp, and ballast. B. Provide type, wattage, and voltage lamp designated on Drawings. C. Where indicated on Drawings, provide parking lot poles and floodlight poles. PART 3 - EXECUTION 3.01 INSTALLATION A. Orient lighting fixtures as shown on Drawings. B. Adjust all floodlights and spotlights to the satisfaction of the Engineer. C. Coordinate exact location of lighting fixtures with Architect prior to rough -in. 3.02 CLEAN UP A. Leave all fixtures and poles in clean condition, free of dirt and defects. END OF SECTION EXTERIOR LIGHTING SYSTEM 16520 -2 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 16740 - EMPTY RACEWAY ROUGH -IN A. The Contractor shall furnish and install all equipment, accessories and material required for the rough -in of empty raceway systems in accordance with the specifications and drawings. B. Rough -in raceway sections for indicated devices and outlets in all walls, floors and underground sufficient to facilitate installation of the following systems without cutting or otherwise damaging walls, ceilings or floors installed in this contract: 1. }_. Communications 2 . Fire Alarm 3. Television 4. Data 5. Security 6. Controls C. ALL CONDUITS SHALL HAVE A PULL CORD INSTALLED. INSTALL BLANK COVERS ON ALL UNUSED JUNCTION BOXES. D. 314" CONDUIT MINIMUM. E. Electrical Contractor shall provide all conduit, junction boxes and outlet boxes for HVAC controls. Coordinate locations and requirements with Mechanical Contractor and Controls Contractor prior to rough -in. Provide outlet box for sensor and conduit to above accessible ceiling. Provide conduit for all wiring in areas with no ceiling. Provide conduit from outdoor units to above accessible ceilings. Provide conduit between make -up air units and associated condensing units. 1.02 QUALITY ASSURANCE A. Construct each item of equipment, including parts and accessories, in a workmanlike manner, using new materials or the best quality obtainable for the purpose intended. Design and build materials in accordance with the best practices of the electrical industry. B. Comply with all requirements of serving utility. PART 2 - EXECUTION 2.01 INSTALLATION A. Interior conduit systems shall have runs less than 100 feet from point to point. B. Provide accessible pull boxes when necessary. Provide blank covers for all outlet boxes, unless otherwise noted. C. All bends for telephone and cable television service shall be 36 inch radius, minimum. EMPTY RACEWAY ROUGH -IN 16740 -1 ROUND ROCK PUBLIC WORKS ANNEX JUNE 20, 2003 D. Provide mud ring in wall at 16" A.F.F. (UON) and string to above ceiling in non -rated walls or walls without insulation or sound barrier. Provide outlet box in wall at 16" A.F.F. (UON) and conduit with string to above ceiling in rated walls and walls with insulation or sound barrier. Provide insulated bushing on end of conduits. Conduits routed to above inaccessible ceilings shall be extended, as required, to above accessible ceilings. E. Provide twelve (12) additional outlet boxes and conduit with pull cord to above the ceiling. Final location shall be as directed by the Architect. Outlets can be added at any phase of construction with the exception of finished CMU walls. END OF SECTION EMPTY RACEWAY ROUGH -IN 16740 -2