Loading...
HomeMy WebLinkAbout223 E 4th St Technical Courthouse Basement Remodel - Buildingo% q)\ \0\e CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SPECIFICATIONS Architects Project No 07110 .r 'r 11 b_Arch Beaman Architecture, Ltd. P m. aeon `4 SET .11 0 u D D O Uguro- -0" WUg aVrAll °?"CMiJU om C v o^ R JVW Vl�JC�JO "o lard IU 5 ^in o ua .o Cegr o L o' t' u�,uu wu o"o° 0 livi/0 0 1 G4 sEonom corn o RiffncE or; FoR IL ADD n� Gt. e d. `DD nC@ o'o s or SECAo1r o° ��oAGOOUI MkIEL OC CHUMS: o ADD [o I®win(?) 2°2` rig fib s @iv Wbo° cQD„ l?44 43 td/1 0 0 60 o (bow s e eoome* w0 ;GJo Al Th? W3 �o „CI°L km X o /A577/0/ it V474- O° SECTOR 0 °66 ea nano G� Ud° ©U1 I C© COUR n( Ac ow _e ()flew d° oo-n-°co f1 J�A LiJMOLEUIN FLoo° O o 51„4° M i o o [Lsui o 0 g 9e n v( o 0 0 UU 0pst tArig dlataiwg -o -o r o O o 0 4J ctf G �l 00 /c lfo s' e J o o itrr n o it) d<Uf Ai es® n e o =KU fl3 c cq) o o cf a o 0 0 A 1 fCD1 mo- o C1 e.ee of At cGllV rJ� G° IgUN, g 4- y o esio (lam' o 00 fJ 1 rik; (*win. o j nem DT IX ION o- (rJ U v. w uu (tbJ a o o Uo o° n nn tr t &i2r- ru we ft 0 0 o n of c f t it o- 4o n '�Ivl�ri l X00 0- Oceak auy kc@ Peffigflitgi0 CO CTIS.n C n� nh- o r f3 Ce ogiaki i c rJ rC i) of i AJOIL n ne n.tateci@ o n§ 0 0 o e? 0 1 fro fo�C-� cLiw41. itaT coyigtx2i 7p0llUUoua©C_IU -o -o ot'tr,topeo.1�' g_uljatF, tx7 ce (g o- -o f oo en aoIosia .0 nG4 0 0 o c 3 c'o ed'f f i]T o n r ,i Ceeonn nne r o e of o tlf)g GJ Qr'ld [Dar o o-" D gigdtra �8 0- o tiro atk Aim r L C d Ar co I 607 a es® n GrdNligdkl p °O° s °o o eoon gnfro WA 2 ea 80® 8 6 3®® D D Mf�l1 Q E �o� 008 SU A C VAJE S FOR Atme 00 es e 008 80 OTC; t,r o t4 C 1 CCUKRTV Cal° o raf WV' G4kO— LLEVL: /AD D Q t° Mt'Wam U Jo (Igo e&s® n 0. O L f-coJ ®e e t" feu§ o r51 �U ffO 00 d cc depre&s'® n, g,LAgf t Q PPlaW bce4116cm o- 1)Fril b.@ *DOI *DO e, Tog Inns n a ao n rtuc do ns l r °b ITOM grid 00 -o -o fiOT ea ve enr.110147@foNtt erocav o o Rdlc.i_VaV0143t§t= PTA* 17`mC 0o ©CX (INECTW cid o o ti G -1.Q lvj de e oo l i ern I o ..11 o r G g cf o tic o C UC Ilrna o Fignm MOM D 771 0 77 bo MI*/ Gu it ilia) 11040§a o o LLr it tX J tie o a o 0 ouul� o J000vw ;`co Et c1 and CW-- (4 gor o o i o 1 11000 M fQ Rar Can 0 o a C y y ig f t y 1.1 EQ 4 P AM 0 t kff C(( rfa �7l�JL�.C+7l4J IG t lnW',A `3, 0 0 i G 0 0 (3 I i U1U�lU Y kil UJ CSV eor�oQ'oo o_ t o a -o -o o -o t coVelAi o o D do INcolfcc -co o1 i1 o o-r-too _o g r7d v:61g14 bgt GC gc00frJ) f fAivi Itar ©Ckvitat4 Cti�_ JGC V7,16 at% o epeno -nof OOGl 00 0 o �o 1 C r:;01— a01 tn- 092h—G (or ffrtn o @n =a t61 Q gocin gOcil -o -o t §k1to h t t OQ 7 Q(16!", .5 Ma Quo �o co e esed G01; pa `ti cgb12 Qgkvj G ni i u No QED 104 aagg Mood tbG p ry' to oce o M bo Gk o o Co "er ®e ca, 4M, o l o o �a hf' gurr C r a 06 cP o o its i er e e C MVP jrGeo &gal g,ItMekcIM oQ 0 r, GGUi on iWrIgC']o 1 ar o fo b veah o G� tKo bving rW do Con€ a rfi e gGlWiltrit [vo fr �o o st6,4 G o eft p C WT N(, Milak nr o day 2`24 boo co G3@- frxr pH. Q nom- 4 f ti! n *a c o -A Q oo t wit))) DJ, wt*, wo.,1 J err per- (�n�C co duo Ilkgq4ggt cff nth l�° 100, iC Cr 6 IONOT OTIAN fOrft o1az) e o ecorreno 1, (IT �1 v-(�O o 0 O JD :P 0 TrIn@ ,N Jr "�JoC d 8 oo m a Mar Q7o oJ Obcif gpowrog frui 40 ¶e .pe e' cY[ U inn olio wahi t o- _t oviggb�'lt °G'- °5 IF 018 °C ©D- [-G4nayQ ^n g4ow1 110 °0 i tcM 0O C ai o t1 ft,g Cen pe: Mode o(�- in Q`i) 8° Q. 1Tiv gictigar f'cv A Leg 4S oJ�o -o -0 o toG§ ea7 JO 0 10 wizft Cv f 10 J G@G°§ ee® rtn nn2n o [ko ton o n 1^14 C 1 too 00 gavign Gut- IJo0 Jns ed t1 rn 0 o tl kf 1 o o J t" LNiGcC 11o4,to S Q� On: ail C -770 0 o o t hk;n -il t eco N ®r e 0 8 e a n bf 4a Y'o r1 gVF- Dgt o s- -4 P2 2, De go D o 0 MVAISE Con o a o a of on UOU. m Aggl tvibg ft9 11/k3� 22m §fr.2k1 fOltiLG o u tO =g bo CSC '12 C G'1gex 4° 0 C0 ft RIGID m112 C [`r;l "a ARO C °J1�Or orgy [11�� 66461 1 c ri e nee o f crn nom- Q o ov P t nairrng a Mow, o o r o c'm k 1'u no >Ian Cffl fr re c 4n itLIVR CIO Tog ffi 'wx) 110 ora.g A c es go Sc[, g@ on. i e Jl l-](1 IL,10 0 b o0 0- o DA cornoi DIV o o -oo cenpoh no- fir i G� !fn`i t ibT Cog go Mco g o o- -o -o en. 41 .o —i f'o (�o UG l�C�(- o o -O r ®o GJ Ua TOD o M TRIA o G' o y o U o o UG li j4 J o o o &l o o o t JQ �c l Fw o g an ®0 e" P �v- .._J UUL �EY ea o0 r U (�Jt o e r 'iul gni 0 0 AT1 �lr n i 0 0 fnl aT 0 o t o lam o L 0 ij 0 0 tYJ a4 0 0 rhgly 0 0 O itirj2L pa FAD Or o o DMLu� KC. erne MALIAN COUU G3ThDL I D D 0 1 0 4 o N II 01 Beaman Architecture Ltd P 0 Box 86038 Portland Oregon 97286 (503) 236 -3300 ADDENDUM B TO CONTRACT DOCUMENTS FOR CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL May 12, 2008 This ADDENDUM supersedes the original SPECIFICATIONS and DRAWINGS dated March 2008 wherein it contradicts them; all other conditions remain unchanged Prior Addenda. Addenum A dated May 7 2008 Acknowledgement of receipt of this ADDENDUM is required. 1 MODIFICATIONS TO PROJECT MANUAL. A. SECTION 00300 BID PROPOSAL FORM 1 DELETE original form and ADD the attached form attached herein B SECTION 01270 UNIT PRICES 1 ADD the attached form attached herein. 2. DESCRIPTIVE MODIFICATIONS TO DRAWINGS 1 None 3. GRAPHIC MODIFICATIONS TO DRAWINGS 1 None. 4 APPROVALS The following manufacturers and /or materials are hereby accepted subject to compliance with the specified requirements Where a model number type or catalog number has been specified an equivalent model number type or catalog number shall apply to the manufacturer and /or material hereby accepted: 1 None. END OF ADDENDUM NO B Beaman Architecture, Ltd Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 ADDENDUM B DIVISION ZERO Bid Proposal Form Section 00300 BID PROPOSAL FORM Project: Clallam County Courthouse West Wing Level 1 Remodel Project Number 620702CH To: CLALLAM COUNTY PARKS FAIR FACILITIES DIVISION Submission of this bid proposal certifies that the Undersigned has examined the project site and the conditions of work; and has carefully read and thoroughly understands the Bidding Documents governing the work embraced in this project, and the method by which payment will be made for said work. The Undersigned hereby proposes to undertake and complete the work embraced in this project in accordance with said Bidding Documents and agrees to accept as payment for said work the amounts indicated below under Bid Proposal The base bid shall include all work except that indicated in the Alternates. The Undersigned acknowledges that payment will be based on the actual work performed, as measured or provided for in accordance with the said contract documents; Base Bid, Alternates and Unit Prices shall not include State of Washington Sales Tax. Appropriate sales tax is to be added to invoice amounts after award of bid. BID PROPOSAL BASE BID AMOUNT OF UNIT PRICES The undersigned further agrees that the following unit prices are proposed for additions and /or deductions required and approved during the course of the Work for the categories enumerated; and that these prices are complete including all overhead expenses and Contractor's profit subject to provisions of the Supplementary Conditions. Pursuant to General Conditions, paragraph 4 3 9 unit prices are subject to equitable adjustment. Item and Unit of Measure Extra a) Unit Price No 1 Concrete substrate seal as required due to failure of moisture testing, /sf b) Unit Price No 2 Concrete substrate with surface alkalinity higher than pH9 correction /sf The above unit prices apply only to aooroved chanaes in the Work, and not to any work stipulated in the Contract Documents as being within the Scope of Work for which the Base Bid is submitted The Owner reserves the right to either accept the unit prices for approved changes in the Work, or reject the unit prices and establish amount for approved changes in accordance with provisions as set forth in the Supplementary Conditions. CONTRACTOR'S CERTIFICATION OF BIDDING CONTRACT DOCUMENTS By signing this form, the Contractor certifies that based on the Contractor's knowledge and review that the Contractor finds the Bidding Contract Documents sufficiently complete and in sufficient detail to perform the work required. Clallam County Courthouse West Wing Level 1 Remodel Addendum B May 12, 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities dollars DIVISION ZERO Bid Pr000sal Form Section 00300 BID GUARANTEE (See Bid Bond Form attached) The Undersigned furnishes herewith a bid guarantee in the amount of 5% of the total Base Bid proposal lump sum amount and attaches.same to the proposal. This bid guarantee warrants that the undersigned will not withdraw his proposal for a period of thirty (30) days after the scheduled closing time for the receipt of proposals, and that if this proposal is accepted, the undersigned will enter into a formal contract (prepared by the Owner) and that the required performance bond and payment bond will be given. In the event of the withdrawal of this proposal within the period stipulated above, or the failure of the undersigned to enter into a contract and give the required bonds, the undersigned will be liable to the Owner for the full amount of the bid guarantee as liquidated damages on account of the default of the undersigned. A proposal guaranty in an amount of five percent (5 of the total bid, in the form as indicated below is attached hereto Check: CASH IN THE AMOUNT OF CASHIER'S CHECK/POSTAL MONEY ORDER CERTIFIED CHECK PAYABLE TO CLALLAM COUNTY PROPOSED BOND IN THE AMOUNT OF 5% OF THE BID NON COLLUSION STATEMENT By signing this proposal, the Contractor certifies that he /she has not participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this project for which this proposal is submitted NON DISCRIMINATION The Contractor hereby agrees to not discriminate against any person on the basis of race, creed political ideology color national origin, sex, marital status, sexual orientation, age or presence of any sensory mental or physical disability INDEPENDENT CONTRACTOR STATEMENT The Contractor certifies that services shall be furnished by the Contractor as an independent contractor and nothing herein contained shall be construed to create a relationship of employer /employee or master /servant, but all payments made hereunder and all services performed shall be made and performed pursuant to this Agreement by the Contractor ADDENDA Receipt of Addenda(s) numbered is hereby acknowledged and all costs of the Work therefore have been included in the Bid Proposal. BIDDER NAME AND SIGNATURE The name of the Bidder submitting this proposal, the address and phone number to which all communications concerned with this proposal shall be made and the number which has been assigned indicating the Bidder is licensed to do business in the State of Washington are as follows: Firm Name: Address: Clallam County Courthouse West Wing Level 1 Remodel Addendum B May 12, 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities Telephone DIVISION ZERO Bid Pr000sal Form Section 00300 Contractor's License No. Exp Date The firm submitting this proposal is a. Sole Proprietorship Corporation Partnership The names and titles of the principal officers of the corporation submitting this proposal or of the partnership or of all persons interested in this proposal as principals are as follows. SIGNATURE OF AUTHORIZED OFFICIAL(S) (PROPOSAL MUST BE SIGNED) END OF SECTION 00300 Clallam County Parks, Fair Facilities FIRM NAME (Seal) Clallam County Courthouse West Wing Level 1 Remodel Addendum B May 12, 2008 Division 00- General Conditions CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01270 UNIT PRICES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes administrative and procedural requirements for unit prices. B Related Sections include the following 1 Division 1 Section 'Contract Modification Procedures' for procedures for submitting and handling Change Orders. 2. Division 1 Section 'Quality Requirements' for general testing and inspecting requirements. 13 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification if estimated quantities of Work required by the Contract Documents are increased or decreased 14 PROCEDURES A. Unit prices include all necessary material plus cost for delivery installation, insurance applicable taxes, over -head, and profit. B Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections C Owner reserves the right to reject Contractor's measurement of work -in -place that involves use of established unit prices and to have this work measured, at Owner's expense by an independent surveyor acceptable to Contractor D List of Unit Prices. A list of unit prices is included in Part 3 Specification Sections referenced in the schedule contain requirements for materials described under each unit price. UNIT PRICES 01270 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3 1 LIST OF UNIT PRICES A. Unit Price No 1 Concrete substrate seal as required due to failure of moisture testing 1 Description. Seal existing slabs according to testing results listed Division 09654 Section 'Linoleum Floor Coverings' and as recommended by flooring manufacturer 2. Unit of Measurement: square foot. B Unit Price No 2 Concrete substrate with surface alkalinity higher than pH9 correction 1 Description' Resolution for concrete slab -on -grade pH according to Division 09654 Section 'Linoleum Floor Coverings' 2. Unit of Measurement: square foot. END OF SECTION 01270 0 UNIT PRICES 01270 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL TABLE OF CONTENTS Note: It shall be the Contractor's responsibility to verify that each Project Manual contains the pages listed in this Table of Contents. SPECIFICATION LIST DIVISION 00• BIDDING AND AWARD REQUIREMENTS 00100 NOTICE OF CALL FOR BIDS 00200 INSTRUCTIONS TO BIDDERS 00300 BID PROPOSAL FORM 00400 SUPPLEMENTAL BID FORMS 00500 FORM OF AGREEMENT BETWEEN OWNER CONTRACTOR 00600 GENERAL CONDITIONS OF THE CONTRACT 00860 LIST OF DRAWINGS DIVISION 01 GENERAL REQUIREMENTS 01001 GENERAL REQUIREMENTS 01100 SUMMARY 01250 CONTRACT MODIFICATION PROCEDURES Architect's Supplemental Instructions (Form) Contract Administration Change Order (Form) 01290 PAYMENT PROCEDURES Application and Certification for Payment (AIA Document G702) Application and Certification for Payment Continuation Form (AIA Document G703) 01310 PROJECT MANAGEMENT AND COORDINATION Request for Interpretation (Form) 01315 ELECTRONIC MEDIA PROVISIONS Electronic Media Release (Form) 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01330 SUBMITTAL PROCEDURES Transmittal Letter (Form) List of Subcontractors (Form) 01400 QUALITY REQUIREMENTS 01420 REFERENCES 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS Substitution Request (Form) 01700 EXECUTION REQUIREMENTS 01731 CUTTING AND PATCHING 01770 CLOSEOUT PROCEDURES Contractor's Punch List (Form) DIVISION 06 06100 WOOD AND PLASTICS ROUGH CARPENTRY TABLE OF CONTENTS 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL DIVISION 08 08000 DOORS AND WINDOWS DOOR SCHEDULE DIVISION 09 FINISHES 09000 ROOM FINISH SCHEDULE 09111 NON LOAD BEARING STEEL FRAMING 09511 ACOUSTICAL PANEL CEILINGS 09653 RESILIENT WALL BASE AND ACCESSORIES 09654 LINOLEUM FLOOR COVERINGS 09900 PAINTING DIVISION 12: FURNITURE 12500 FURNITURE DIVISION 15. MECHANICAL 15000 GENERAL MECHANICAL PROVISIONS DIVISION 16 ELECTRICAL 16000 GENERAL ELECTRICAL PROVISIONS 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16110 CONDUITS RACEWAYS BOXES AND FITTINGS 16120 CONDUCTORS AND CONNECTORS 16140 WIRING DEVICES AND PLATES 16450 GROUNDING 16510 LIGHTING END OF TABLE OF CONTENTS TABLE OF CONTENTS 2 DIVISION ZERO Notice of Call for Bids Section 00100 SEALED BIDS will be received by the Board of Clallam County Commissioners at 223 East 4th Street, Room 150 Port Angeles, Washington until, 10 am, May 20, 2008, at which time they will be publicly opened and read aloud for Clallam County Courthouse West Wing Level 1 Remodel Complete drawings and specifications may be obtained from Clallam County Parks, Fair Facilities Division of Public Works in the Old Courthouse, Room 180 Monday through Friday from 8 30 a.m. to 4 30 p m. All bidding and related questions should be directed to Beaman Architecture, Ltd at 503.236.3300. The sealed bids must be clearly marked on the outside of the envelope, "Bid Proposal Clallam County Courthouse West Wing Level 1 Remodel" Bid documents delivered to other offices and received late by the Commissioner's Office will not be considered nor will bids received by facsimile or e-mail Clallam County will determine the lowest responsible bidder in accordance with the terms of Clallam County Code Section 3 12.070 and further reserves the right to reject any or all bids received, or to accept the bid which in its estimation best serves the interests of Clallam County onto waive informalities in. the bidding Clallam County hereby notifies all that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined in Title VI of the Civil Rights Act of 1964 at 49 CFR Part 23 will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race color national origin, or sex in consideration for an award A mandatory walk- through of the proposed work area will occur on May 6 2008 at 1030 am Bidders should meet at the County Courthouse 223 East 4 Street, Port Angeles, WA in the vending area in the basement (near the main basement stairs) for the tour and meeting OS- Approved this ZZ Day of Ad 1 2008 BOARD OF CLALLAM COUNTY COMMISSIONERS Michael C Chapman Chair CLALLAM COUNTY PARKS, FAIR FACILITIES DIVISION NOTICE OF CALL FOR BIDS Construction Timeframe June 2, 2008 through July 18, 2008 ATTEST Trish Holden, Clerk of the Board CMC Please publish. (PDN) April 27 and May 4 2008 END OF SECTION 00100 Clallam County Courthouse West Wing Level l Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Instructions to Bidders Section 00200 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1 1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. Bidding Requirements include Advertisement and Notice of Call for Bids Instructions to Bidders, Bid Forms, Sample Contract Forms and Supplementary Instructions. Contract documents consist of Agreement or Contract Form between Owner and Contractor Conditions of the Contract including General, Supplementary Drawings, Plans, Specifications and all Addenda issued prior to execution of the Contract. 1.2 Addenda are written or graphic instructions issued by the Owner or Owner's representative Architect, which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections 1 3 A Bid is a properly completed and signed proposal to do the work for sums stipulated and submitted in accordance with the Bidding Documents 1 4 The Base Bid is the sum stated in the Bid for which Bidder offers to perform work described as the base to which work may be added or deleted for sums stated in Alternate Bids 1 5 An Alternate Bid is an amount stated in the Bid to be added or deducted from the Base Bid if Alternate work is accepted. 1 6 A Unit Price is an amount stated in Bid as a price per unit for materials equipment, or service as described in Bidding Documents. 1 7 A Bidder is person or entity who submits a Bid 1 8 A Sub bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of work. ARTICLE 2 BIDDER'S REPRESENTATION 2.1 By making a Bid, the Bidder represents that the Bidder has visited the site and become familiar with local conditions under which the work is to be performed has read and understands all Bidding and Contract Documents, and correlated personal observations with the requirements of the proposed contract documents. Site visits shall be as stated on Notice of Call for Bids 2.2 The Bid is based upon materials equipment, labor and systems required by the Bidding Documents without exception ARTICLE 3 BIDDING DOCUMENTS 3 1 1 Bidders may obtain complete sets of Bidding Documents from the office designated in the Advertisement or Notice of Call for Bids, at no charge. (Each set consists of (1) each drawings and specifications with a limit of two (2) sets per bidder) All bidders shall return documents within seven (7) days of bid opening A bidder receiving the Contract Award may retain Documents. 3 1.2 Bidders shall use complete sets of Bidding documents in preparing Bids neither Owner nor Owner's representative Architect assumes responsibility or errors or misrepresentations resulting from use of incomplete Bidding Documents. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Instructions to Bidders Section 00200 3 1 3 In making copies of the Bidding Documents available the Owner and /or Owner's representative Architect, do so for the purpose of obtaining Bids and do not confer a license or grant permission for any other use of the Bidding Documents. 3 1 4 Copies of bidding documents and specs are available for review in Parks Office, Room 180 in the Old Courthouse. 3.2 Interpretation or correction of Bidding Documents 3.2.1 The Bidder shall carefully examine the Bidding Documents examine the site and local conditions and compare them with other work being bid concurrently or presently under construction to the extent that it relates to work being Bid and shall at once report to the Owner and /or Owner's representative Architect errors, inconsistencies, or ambiguities discovered 3.2.2 The Bidder and sub bidders requiring clarification or interpretation of the Bidding Documents shall make a written request to Owner and /or Owner's representative Architect at lease seven days prior to date of receipt of Bids. 3.2.3 Changes in the Bidding Documents will be made by Addendum and changes made in any other manner will not be binding and Bidders shall not rely upon them. 3.3 Substitutions 3 3 1 The materials equipment, products described in the Bidding Documents establish a standard of function dimension, appearance and quality to be met by any substitution. 3 3.2 No substitution will be considered prior to receipt of Bids unless written request for approval has been received by Owner or Owner's representative Architect at least ten days prior to the date for receipt of Bids. Such requests shall include the name of the materials or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the Work including changes in the work of other contractors that incorporation of the proposed substitution would require, shall be included. The burden or proof of the merit of the proposed substitution is upon the proposer The Owner's decision of approval or disapproval of a proposed substitution shall be final 3 3 3 If the Owner approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner 3 3 4 No substitutions will be considered after the Contract award unless specifically provided in the Contract Documents. 3 3 5 Should any proposed product substitution require any redesign work by the Owner and /or Architect or his consultations to accommodate the substitute product, costs for such redesign work shall be included in the Bid amount and shall be paid to the Architect or Owner at his usual rates for the time expended in the required redesign work. ARTICLE 4 BIDDING PROCEDURES 4 1 1 Bids shall be submitted on forms identified to ones included in the Bidding Documents, shall have all blanks filled out in ink (typed or manually) with sums expressed in words and figures where indicated with words governing and all alternates and unit prices bid. If alternates do not change Base Bid, enter "no change Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Instructions to Bidders Section 00200 4 1.2 Interlineations alterations and erasures must be initialed by signer of the Bid 4 1 3 Bid shall include legal name of Bidder and a statement that the Bidder is a sole proprietor partnership corporation or other legal entity Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a Contract. A Bid by a corporation shall give the state of incorporation or corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder 4.2 Bid security 4.2.1 If so stated in the Advertisement or Notice of Call for Bids, or in Bidding Documents, each Bid shall be accompanied by a bid security in a.) cash b) cashier's check/money order c.) certified check, or d.) Surety Bond in the amount of 5% of the total Bid amount. Bid security shall be in form required pledging that the Bidder will enter a Contract with the Owner on the terms stated in Bid, and will furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder Bid security of the lowest three Bidders may be retained by Owner for a period not to exceed 30 days following opening of Bids. All other Bidders securities shall be returned within ten days of date of receipt of bids Should Bidder fail to enter into a Contract or furnish bonds where required the amount of Bid Security shall be forfeited to the Owner as liquidated damages not as a penalty 4.2.2 Surety Bond shall be written on required forms and the attorney -in -fact who executes the bond shall affix to the Bond a certified and current copy of the power -of- attorney 4.3 Submission of bids 4 3 1 Bids, Bid Security and other documents required to be submitted with the Bid shall be enclosed in a sealed, opaque envelope marked with the notation 'SEALED BID' with project name clearly marked on the outside of the envelope The envelope shall be addressed to the party receiving Bids as identified in the Advertisement or Notice Call for Bids and include the Bidder's name and address. If Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with notation SEALED BID ENCLOSED" and the project name on the face thereof 4 3.2 Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after time and date will be returned unopened The Bidders shall assume full responsibility for timely delivery at location designated for receipt of Bids 4 3 3 Oral, telephone telegraphic, or fax Bids are invalid and will not receive consideration 4 4 Modification or withdrawal of Bid 4 4 1 A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period of thirty days following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid 4 4.2 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids Such notice shall be in writing over the signature of the Bidder or by telegram if by telegram, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid 4 4 3 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these instructions to Bidders. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Instructions to Bidders Section 00200 4 4 4 Bid Security if required shall be in an amount sufficient for the Bid as modified or resubmitted. ARTICLE 5 CONSIDERATION OF BIDS 5 1 Bids received on time and properly identified will be opened and read aloud at the Board of Commissioners meeting held immediately after the time and date for receipt of Bids as advertised in Notice Call for Bids. 5.2 The Owner shall have the right to reject any or all Bids, reject a Bid not accompanied by a required Bid Security or by other data required by the Bidding Documents or reject a Bid which is in any way incomplete or irregular 5 3 The Owner may determine that a Bidder is not responsible and reject his proposal for any of the reasons found in Clallam County Code 3 12.060 5.4 Bid award 5 4 1 It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available The Owner shall have the right to waive informalities or irregularities in a Bid received and to accept the Bid, which in the Owners judgment, is in the Owner's best interests. 5 4.2 The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted ARTICLE 6 POST BID INFORMATION 6 1 Contractor's Qualification Statement Bidders to whom award of a Contract is under consideration shall submit to the Owner or Owner's representative Architect, upon request, a properly executed Contractor's Qualification Statement in the form requested by the Owner 6.2 1 Submittals The Bidder shall within three days of notification of selection for the award of a Contract, furnish the Owner or Owner's representative Architect in writing if not required to be included on the Bid Proposal Form. 1 Work to be performed by Bidders own forces 2 A complete list of sub bidders or sub contractors to be used to complete this project 3 Name of project superintendent or foreman to be used 4 Names of manufacturers, products, and supplies of principal items or systems proposed for the Work. 6.2.2 Prior to award of the Contract, the Owner or Owner's representative Architect, will notify Bidder if Owner has a reasonable objection to a person or entity proposed by Bidder If Owner has objection the Bidder may (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost, if any occasioned by the substitution The Owner may accept the adjusted bid price or disqualify the Bidder In the event of withdrawal or disqualification the Bid Security will not be forfeited. 6.2 3 Persons and entities proposed by the Bidder and to whom the Owner has made no reasonable objection must be used on the work for which they were proposed and shall not be changed except with the written consent of the Owner Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Instructions to Bidders Section 00200 6.2.4 A copy of Contractor's UBI Certification shall be submitted with the signed agreement. ARTICLE 7 PERFORMANCE AND PAYMENT BOND 7 1 Bond requirements 7 1 1 The Bidder shall furnish bonds covering faithful performance and payment of all obligations and as described in the Bidding Documents and all bonds shall be paid for by the Bidder and costs shall be included in Bid. 7.2 Time of delivery and form of bonds 7.2.1 The Bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the Contract. If the Work is to be commenced prior thereto in response to a letter of intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Subparagraph 7.2.1 7.2.2 Unless otherwise provided the bonds shall be written on forms provided by Owner Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum plus sales tax. 7.2.3 The bonds shall be dated on or after the date of the Contract. 7.2.4 The Bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney ARTICLE 8 FORM OF AGREEMENT 8.1 Form to be used 8 1 1 The Agreement for the Work shall be the completed sample included in the Bidding Documents and shall be signed by the Bidder within ten days of notice by the Owner of award of Contract to the Bidder END OF SECTION 00200 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities 1 t 1 t DIVISION ZERO Bid Proposal Form Section 00300 BID PROPOSAL FORM Project: Clallam County Courthouse West Wing Level 1 Remodel Project Number. 620702CH To: CLALLAM COUNTY PARKS FAIR FACILITIES DIVISION Submission of this bid proposal certifies that the Undersigned has examined the project site and the conditions of work; and has carefully read and thoroughly understands the Bidding Documents governing the work embraced in this project, and the method by which payment will be made for said work. The Undersigned hereby proposes to undertake and complete the work embraced in this project in accordance with said Bidding Documents and agrees to accept as payment for said work the amounts indicated below under Bid Proposal. The base bid shall include all work except that indicated in the Alternates. The Undersigned acknowledges that payment will be based on the actual work performed, as measured or provided for in accordance with the said contract documents; Base Bid Alternates and Unit Prices shall not include State of Washington Sales Tax. Appropriate sales tax is to be added to invoice amounts after award of bid BID PROPOSAL BASE BID AMOUNT OF dollars CONTRACTOR'S CERTIFICATION OF BIDDING CONTRACT DOCUMENTS By signing this form, the Contractor certifies that based on the Contractor's knowledge and review that the Contractor finds the Bidding Contract Documents sufficiently complete and in sufficient detail to perform the work required. BID GUARANTEE (See Bid Bond Form attached) The Undersigned furnishes herewith a bid guarantee in the amount of 5% of the total Base Bid proposal lump sum amount and attaches same to the proposal. This bid guarantee warrants that the undersigned will not withdraw his proposal for a period of thirty (30) days after the scheduled closing time for the receipt of proposals, and that if this proposal is accepted the undersigned will enter into a formal contract (prepared by the Owner) and that the required performance bond and payment bond will be given. In the event of the withdrawal of this proposal within the period stipulated above or the failure of the undersigned to enter into a contract and give the required bonds, the undersigned will be liable to the Owner for the full amount of the bid guarantee as liquidated damages on account of the default of the undersigned. A proposal guaranty in an amount of five percent (5 of the total bid, in the form as indicated below is attached hereto' Check: 0 CASH IN THE AMOUNT OF CASHIER'S CHECK/POSTAL MONEY ORDER Clallam County Courthouse West Wing Level 1 Remodel Division 00- General Conditions Clallam County Parks, Fair Facilities March 2008 DIVISION ZERO Bid Pr000sal Form Section 00300 CERTIFIED CHECK PAYABLE TO CLALLAM COUNTY PROPOSED BOND IN THE AMOUNT OF 5% OF THE BID NON COLLUSION STATEMENT By signing this proposal, the Contractor certifies that he /she has not participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this project for which this proposal is submitted. NON DISCRIMINATION The Contractor hereby agrees to not discriminate against any person on the basis of race, creed, political ideology color national origin, sex, marital status, sexual orientation, age or presence of any sensory mental or physical disability INDEPENDENT CONTRACTOR STATEMENT The Contractor certifies that services shall be furnished by the Contractor as an independent contractor and nothing herein contained shall be construed to create a relationship of employer /employee or master /servant, but all payments made hereunder and all services performed shall be made and performed pursuant to this Agreement by the Contractor ADDENDA Receipt of Addenda(s) numbered is hereby acknowledged and all costs of the Work therefore have been included in the Bid Proposal. BIDDER NAME AND SIGNATURE The name of the Bidder submitting this proposal, the address and phone number to which all communications concerned with this proposal shall be made and the number which has been assigned indicating the Bidder is licensed to do business in the State of Washington are as follows: Firm Name. Address: Contractor's License No The firm submitting this proposal is a: Sole Proprietorship Corporation Partnership The names and titles of the principal officers of the corporation submitting this proposal, or of the partnership or of all persons interested in this proposal as principals are as follows: SIGNATURE OF AUTHORIZED OFFICIAL(S) (PROPOSAL MUST BE SIGNED) Clallam County Parks, Fair Facilities FIRM NAME Telephone Exp Date (Seal) Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions DIVISION ZERO Bid Proposal Form Section 00300 END OF SECTION 00300 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Suoolemental Bid Forms Section 00400 SUPPLEMENTAL BID FORMS ARTICLE 1 The Bid Bond format listed below shall be used by Bidders when submitting their Bid Bond. KNOW ALL MEN BY THESE PRESENTS that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety hereinafter called the Surety are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars for the payment of which sum well and truly to be made the said Principal and the said Surety bind ourselves, our heirs executors, administrators, successors and assigns jointly and severally firmly by these presents. WHEREAS the Principal has submitted a bid for NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding of Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the Prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 20 (Principal) (Seal) (Witness) (Title) (Surety) (Seal) (Witness) (Title) Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities (here insert full name address or legal title of Contractor) (here insert full name address or legal title of Surety) (here insert full name and address or legal title of Owner) (here insert full name, address and description of project) DIVISION ZERO Suoolemental Bid Forms Section 00400 ARTICLE 2 STATEMENT OF BIDDER'S QUALIFICATIONS When requested by the Owner Contractor shall complete and submit the below information within three days of notification by Owner 1 Name of Bidder 2. Business Address 3 How many years has said bidder been engaged in the contracting business under the present firm name? 4 Contracts now in hand (Gross Amount) 5 General character of work performed by said company 6 List of more important projects constructed by said company including approximate costs and dates 7 List of company's major equipment: 8 Bank References. 9 Department of Labor and Industries Firm No 10 Department of Revenue Registration: Name of Bidder By Cla llam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities Title Date DIVISION ZERO Suoolemental Bid Forms Section 00400 ARTICLE 3 STATEMENT OF PROPOSED SUB CONTRACTORS AND MAJOR MATERIAL SUPPLIERS The Contractor shall submit a complete list of all major material suppliers and a sub contractor's list within three days of notification of Bid award or upon request by the Owner to provide it. Sub Contractor's List NAME ADDRESS DESCRIPTION OF WORK/MATERIAL MATERIAL SUPPLIERS Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Suoolemental Bid Forms Section 00400 ARTICLE 4 RETAINAGE INVESTMENT OPTION DECLARATION CONTRACTOR. PROJECT NAME. Ciallam County Courthouse West Wing Level I Remodel PROJECT NUMBER. 620702CH Pursuant to RCW 60.28.010 as amended, you may choose how your Retainage under this contract will be held and invested. Please complete and sign this form indicating your preference. If you fail to do so the County will hold your Retainage as described in 'Current Expense Option 1 below 1 Current Expense: The County will retain the money in its Current Expense Fund Account until thirty days following final acceptance of the improvement or work as completed You will not receive interest earned on this money 2 Interest Bearina Account: The County will deposit Retainage checks in an interest bearing account in a bank, mutual savings bank, or savings and loan association not subject to withdrawal until after the final acceptance of the improvement or work is completed, or until agreed to by both parties. Interest on the account will be paid to you. 3 Escrow /Investments. the County will place the Retainage checks in escrow with a bank or trust company until thirty days following the final acceptance to the improvement or work as completed. When the moneys reserved are to be placed in escrow the County will issue a check representing the sum of the moneys reserved payable to the bank or trust company and you jointly This check will be converted into bonds and securities chosen by you and approved by the County and these bonds and securities will be held in escrow Interest on these bonds and securities will be paid to you as interest accrues. 4 The Contractor may at his /her option choose to not submit a performance bond and agrees to a 50% Retainage in lieu of a performance bond Retainage to be released when Contract is complete and all paperwork submitted. (Pertains to projects under $25 000 ONLY) Retainage is normally released 30 -40 days after final acceptance of work by the County or following receipt of Labor and Industries Department of Revenue clearance whichever takes longer Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities (Contractor's Signature) (Title) DIVISION ZERO Suoolemental Bid Forms Section 00400 ARTICLE 5 PERFORMANCE AND PAYMENT BOND FORM The Contractor will use AIA Document A312 Forms, as revised as the acceptable forms when providing bonds ARTICLE 6 INDUSTRIAL INSURANCE PREMIUMS AND CONFESSION OF JUDGMENT 1 The contractor shall pay and is responsible for payment of all industrial insurance premiums that become due and payable to the Washington State Department of Labor and Industries (Department) pursuant to Title 51 RCW whether such premiums are attributable to the contractor or its subcontractors. 2. In the event that Clallam County is required to make industrial insurance premiums to the Department due to the failure, neglect or refusal of the contractor to make payment as required herein the contractor authorizes Clallam County to take judgment against it, and the contractor hereby confesses judgment, in the amount which Clallam County is required to pay the Department pursuant to Title 51 RCW to satisfy contractor's liabilities hereunder The contractor confesses judgment in an amount equal to the entire industrial insurance premium liability due to the Department on behalf of the contractor and its subcontractors hereunder less any premium payments previously made to the Department by the contractor 3 The contractor expressly agrees that the amount confessed herein was expressly negotiated and that the amount due to Clallam County for satisfying contractor's obligations to the Department hereunder is due justly due or to become due 4 Until such time as Clallam County is actually reimbursed for industrial insurance premiums paid to the Department due to the failure neglect or refusal of the contractor to meet its obligations hereunder the contractor shall be debarred from bidding on any projects for which Clallam County solicits bids. State of County of Corporate (CORPORATE SEAL) ss On this day of 20 before me personally appeared to me known to be the (president, vice president, secretary treasurer or other authorized officer or agent, as the case may be) of the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned and on oath stated that he was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation In witness whereof I have hereunto set my hand and affixed my official seal the day and year first above written Clallam County Parks, Fair Facilities (Contractor's Signature) (Title) Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions DIVISION ZERO SuDolemental Bid Forms Section 00400 State of County of Individual. END OF SECTION 00400 ss 1 On this day personally appeared before me to me known to be the individual, or individuals described in and who executed the within and foregoing instrument, and acknowledged that he (she or they) signed the same as his (her or their) free and voluntary act and deed, for the uses and purposes therein mentioned. Given under my hand and official seal this day of 20 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities Notary Public in and for the State of Washington Residing at (Contractor's Signature) (Title) Notary Public in and for the State of Washington Residing at DIVISION ZERO Form of Agreement Between Owner and Contractor Section 00500 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR Project Name CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Project Number 620702CH This agreement is entered into between Clallam County a political subdivision of the State of Washington, hereafter called 'County and Of (address), hereinafter called 'Contractor" The Owner and Contractor agree as set forth below 1 This Agreement is comprised of the Bidding Documents, Contract Documents, the Agreement, Plans and Specifications as described in the Contract Documents, Addenda issued prior to execution of this Agreement and modifications issued after execution of this Agreement. 2. The Contractor shall execute the entire work described in the Bidding and Contract Documents. 3 The date of commencement is the date the Contractor receives a signed copy of this Agreement by the Board of Commissioners which shall be considered the notice to proceed 4 The Contractor shall achieve Substantial Completion of the entire work no later than subject to adjustments provided for in the Contract Documents. 5 The Owner shall pay the Contractor in current funds for Contractor's performance of the Contract the Contract Sum of dollars subject to additions and deductions as provided in the Contract Documents. 6 Progress Payments a. The Owner shall make progress payments to the Contractor on account of the Contract Sum as provided for below and elsewhere in the Contract Documents. b The Contractor shall submit Application for Payment on AIA Document G702 forms not more than once per month or Contractor's own form with same information found on G702 Forms. c. The Contractor shall submit Application for Payment prior to the last day of each calendar month to the Owner or Owner's representative Architect. d The Owner shall make progress payments within 15 calendar days of receipt of Application for Payment and certification that work has progressed satisfactorily e Each Application for Payment shall be based upon the schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner or Owner's Architect may require This schedule, unless objected to by the Owner or Owner's Architect, shall be used as a basis for reviewing the Contractor's Applications for payment. f Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. g Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO Form of Agreement Between Owner and Contractor Section 00500 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract sum allocated to that portion of the Work in the schedule of values, less Retainage of five percent. Pending final determination of cost to the Owner of changes in the Work, amounts not in the dispute may be included as provided in the General Conditions even though the Contract Sum has not yet been adjusted by Change Order Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction less Retainage of five percent. Subtract the aggregate of previous payments made by the Owner and Subtract amounts, if any for which the Owner or Architect has withheld or nullified a Certificate of Payment as provided in the General Conditions. 7 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct non conforming Work as provided in the General Conditions and to satisfy other requirements, if any which necessarily survive final payment; and (2) a Final Certificate for Payment has been issued by the Owner or Owner's representative Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the Owner or Owner's representative Architect's final Certificate for Payment, punch list is completed and all close- out paperwork and documents have been submitted to the Owner including Department of Revenue clearance. 8 Other documents, if any forming part of the Contract Documents are as follows. A. UBI Certification (copy to be attached to Agreement). IN WITNESS WHEREOF the Parties have executed this Agreement on this day of 20 CONTRACTOR: (Name) (By) (Its) Date: ATTEST Clerk of the Board, Trish Holden, CMC END OF SECTION 00500 20 Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities OWNER: BOARD OF CLALLAM COUNTY COMMISSIONERS Stephen P Tharinger,Chair Approved as to Form: Prosecuting Attorney's Office DIVISION ZERO General Conditions of the Contract Section 00600 GENERAL CONDITIONS OF THE CONTRACT ARTICLE 1 GENERAL PROVISIONS 11 Definitions 1 1 1 Contract Documents consist of Agreement between Owner and Contractor General Conditions of the Contract, Supplemental Conditions, Bidding Documents Bonds, Drawings and Specifications Addenda, approved Alternates, and modifications issued after execution of the Agreement. 1 1.2 The term Work means the construction and services required by the Contract Documents and includes all labor materials, equipment and services provided by the Contractor to fulfill the Contractor's obligations. 1 1 3 The Drawinas are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work. 1 1 4 The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment construction systems standards and workmanship for the Work and performance of related services 1 1 5 The Proiect Manual is the volume assembled for the work which includes the Bidding Documents including Call for Bids and Instructions to Bidders, and Contract Documents. 1 2 Execution, Correlation and Intent 1.2 1 The Contract Documents shall be signed by the Owner and Contractor as provided in the Agreement. 1.2.2 Execution of the contract by the Contractor is a representation that the Contractor has visited the site become familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. 1.2.3 The intent of the Contract Documents is to include all items 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. 1.2.4 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade 1.2.5 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. 1.2.6 The apparent silence of the specifications or plans as to any detail or the apparent omission from them of a detailed description concerning any point shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of first quality are to be used. All interpretations of these specifications shall be made on the basis above stated. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 1.3 OWNERSHIP OF DOCUMENTS 1 3 1 The Drawings, Specifications and other documents prepared by the Owner or Owner's Architect are instruments of the Owner's service through which the Work to be executed by the Contractor is described. The Owner shall be deemed the author of them and will retain all common law statutory and other reserved rights in addition to the copyright. ARTICLE 2 OWNER 2.1 1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the contract Documents as if singular in number The term 'Owner" means the Owner or the Owner's authorized representative. 2.1.2 The Owner shall furnish surveys, utility locations, or other records that the Owner has presently on file or presently knows of to the contractor upon request. The Owner will not provide additional surveys, layouts or locations unless specifically stated elsewhere in the Contract Documents 2.1 3 The Owner shall secure and pay for the building permit. All other permits and fees for permits shall be paid for by the Contractor 2.1 4 The Owner shall have additional responsibilities enumerated herein 2.1 5 If the Contractor fails to correct Work or persistently fails to carry out Work in accordance with the Contract Documents, the Owner by written order signed personally or by an agent specifically so empowered by the Owner in writing may order the Contractor to stop the work, or any portion thereof until the cause for such order has been eliminated ARTICLE 3 CONTRACTOR 3 1 1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number The term 'Contractor' means the Contractor or the Contractor's authorized representative. 3 1 2 The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner and shall at once report to the Owner errors inconsistencies or omissions discovered. The Contractor shall not be liable to the Owner for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized (or should have recognized) such error inconsistency or omission and knowingly failed to report it to the Owner If the Contractor performs any construction activity knowing it involves a recognized error inconsistency or omission in the Contract Documents without such notice to the Owner the Contractor shall assume appropriate responsibility for such performance and shall bear an appropriate amount of the attributable costs for correction. 3 1 3 The Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to the Contractor with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the Owner at once 3 1 4 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless Contract Documents give other specific instructions concerning these matters Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 3 1 5 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees and other persons performing portions of the Work under a contract with the Contractor 3 1 6 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor materials, equipment, tools, construction equipment and machinery water heat, utilities, transportation and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 3 1 7 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. 3 1 8 The Contractor warrants to the Owner that materials and equipment furnished under the Contract will be of good quality and new that the Work will be free from defects not inherent in the quality required or permitted and that the Work will conform with the requirements of the Contract Documents Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse modifications not executed by the Contractor improper or insufficient maintenance improper operation, or normal wear and tear under normal usage If required by the Owner the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 3 1 9 The Contractor shall pay sales consumer use and similar taxes for the work or portions thereof provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. 3 1 10 Other than the Building Permit, the Contractor shall secure and pay for all permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work. 3 1 11 The Contractor shall comply with and give notices required by laws ordinances rules regulations and lawful orders of public authorities bearing on performance of the Work. 3 1 12 If the Contractor observes that portions of the Contract Documents are at variance with codes the Contractor shall promptly notify the Owner in writing, and necessary changes shall be accomplished by appropriate modification. 3 1 13 If the Contractor performs Work knowing or should have known it to be contrary to laws, statutes, ordinances building codes and rules and regulations without such notice to the Owner the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. 3 1 14 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the work, the Contractor shall remove from and about the Project waste materials, rubbish the Contractor's tools, construction equipment, machinery and surplus materials 3 1 15 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and the cost thereof shall be charged to the Contractor 3 1 16 The Contractor shall provide the Owner access to the Work in preparation and progress wherever located. 3 1 17 To the fullest extent permitted by law the Contractor shall defend indemnify and hold harmless the Owner Architect, Architect's consultants and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 to bodily injury sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss of use resulting therefrom but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor a Subcontractor anyone directly or indirectly employed by them or anyone for whole acts they may be liable, regardless of whether or not such claim, damage loss or expense is caused in part by a party indemnified hereunder Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Paragraph. 3 1 18 With respect to performance of this agreement and as to claims against the county its elected and appointed officers, agents and employees, the Contractor expressly waives its immunity under Title 51 RCW the Industrial Insurance Act, as now and hereafter amended, for injuries to its employees and agrees that the obligations to indemnify defend and hold harmless provided in this agreement extend to any claim brought by or on behalf of any employee of the Contractor This waiver is mutually negotiated by the Owner and Contractor ARTICLE 4 ADMINISTRATION OF THE CONTRACT 4 1 The Owner's project manager shall be the administrator of the contract unless the Owner has agreement for architectural services 4 1 1 The Architect is the person lawfully licensed to practice architecture or an entity lawfully practicing architecture identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number The term Architect' means the Architect or the Architect's authorized representative 4 1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted modified or extended without written consent of the Owner Contractor and Architect. Consent shall not be unreasonably withheld 4 1 3 The Architect will provide administration of the Contract as described in the Contract documents and will be the Owner's representative (1) during construction, (2) until final payment is due and (3) with the Owners concurrence form time to time during the correction period The Architect will advise and consult with the Owner The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents unless otherwise modified by written instrument in accordance with other provisions of the Contract. 4 1 4 The Architect will visit the site at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the completed Work and to determine in general if the Work is being performed in a manner indicating that the Work, when completed will be in accordance with the Contract Documents. However the Architect will not be required to make exhaustive or continuous on -site inspections to check observations as an architect, the Architect will keep the Owner informed of progress of the Work, and will endeavor to guard the Owner against defects and deficiencies in the Work. 4 1 5 Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate through the Architect. Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and material suppliers shall be through the Contractor Communications by and with separate contractors shall be through the Owner 4 1 6 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts to the Owner who has final approval and authority Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 4 1 7 The Architect, with Owner's approval, will have authority to reject Work which does not conform to the Contract documents. Whenever the Architect, with Owner's approval, considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect, with Owner's approval, will have authority to require additional inspection or testing of the work. However neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor Subcontractors material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. 4 1 8 The Architect will review and with Owner's approval approve or take other appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 4 1 9 The Architect, with the Owner's approval, will prepare Change Orders and Construction Change Directives, and may authorize minor changes in the work as provided in Paragraph 7 1 4 4 1 10 The Architect will conduct inspections to determine the date or dates of Substantial Completion and the date of final completion, will received and forward to the Owner for the Owner's review and records written warranties and related documents required by the Contract and assembled by the Contractor and will issue a final Certificate for Payment upon compliance with the requirements of the Contract Documents. ARTICLE 5 SUBCONTRACTORS 51 Definitions 5 1 1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site 5 1.2 Unless otherwise stated in the Contract Documents or the bidding requirements the Contractor as soon as practicable after award of the Contract, shall furnish in writing to the Owner the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Owner will promptly reply to the Contractor in writing stating whether or not, after due investigation, the Owner has reasonable objection to any such proposed person or entity Failure of the Owner to reply promptly shall constitute notice of no reasonable objection. 5 1 3 The Contractor shall not contract with a proposed person or entity to whom the Owner has made reasonable and timely objection. 5 1 4 If the Owner has reasonable objection to a person or entity proposed by the Contractor the Contractor shall propose another to whom the Owner has no reasonable objection. The Contract Sum shall be increased or decreased by the difference in cost occasioned by such change and an appropriate Change Order shall be issued. However no increase in the Contract Sum shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. 5 1 5 By appropriate agreement, written where legally required for validity the Contractor shall require each Subcontractor to the extent of the Work to be performed by the Subcontractor to be bound to the Contractor by terms of the Contract Documents and to assume toward the Contractor all the obligations and responsibilities which the Contractor by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor unless specifically provided otherwise in the subcontract agreement, the benefit of all rights remedies and redress against the Contractor that the Contractor by the Contract Documents, has against the Owner Where appropriate the Contractor shall require each Subcontractor to enter into similar agreements with Sub subcontractors. The Contractor shall make available to each proposed Subcontractor prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub subcontractors. ARTICLE 6 CONSTRUCTION BY OWNER 6 1 1 The Owner reserves the right to perform construction or operations related to the Project with the Owner's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation If the Contractor claims that delay or additional cost is involved because of such action by the Owner the Contractor shall make such Claim as provided elsewhere in the Contract Documents. 6 1.2 The Owner shall provide for coordination of the activities of the Owner's own forces. 6 1 3 If part of the Contractor's Work depends for proper execution or results, upon construction or operations by the Owner or a separate contractor the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Owner apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acknowledgment that the Owner's or separate contractors completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable ARTICLE 7 CHANGES IN THE WORK 7 1 1 Changes in the work may be accomplished after execution of the Contract, and without invalidating the Contract, by Change Order 7 1.2 A Change Order shall be based upon agreement among the Owner Contractor and Architect. 7 1 3 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 7 1 4 A Change Order is a written instrument prepared by the Owner or Architect and signed by the Owner Contractor and Architect stating their agreement upon all of the following. 1 a change in the Work, 2. the amount of the adjustment in the Contract Sum, if any and 3 the extent of the adjustment in the Contract Time, if any ARTICLE 8 TIME AND LIQUIDATED DAMAGES 8 1 1 Contract time shall be as stated below from date of commencement established in the Agreement until final completion. Contract Construction Timeline. June 2, 2008 July 18. 2008 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 8 1 2 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work. 8 1 3 The Contractor shall not knowingly except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance to be furnished by the Contractor The date of commencement of the Work shall be not changed by the effective date of such insurance. Unless the date of commencement is established by a notice to proceed given by the Owner the Contractor shall notify the Owner in writing not less than five days or other agreed period before commencing the work to permit the timely filing of mortgages, mechanic s liens and other security interests. 8 1 4 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or of an employee of either or of a separate contractor employed by the Owner or by changes ordered in the Work, or by labor disputes fire unavoidable casualties or other causes beyond the Contractor's control or by delay authorized by the Owner then the Contract time shall be extended by Change Order 8 1 5 'Should the Contractor fail to complete the Work within the Contract Time the Owner will sustain damage 8 1 6 Therefore the parties agree that the Contractor shall pay the Owner as liquidated damages and not as penalty an amount as follows, which shall be considered to be the amount of the damage sustained by the Owner on account of the condition specified and shall continue to be paid until the condition specified is met. 8 1 7 It is agreed by the parties that time is of essence in this agreement and if the date of final completion is delayed, the Owner will be damaged The exact amount of the damage will be difficult to calculate, but will include such items as outside leases loss of efficient function, and inconvenience to the public and to the Owner It is agreed between the parties that the amount of damages will be $100 00 per calendar day from Final Completion date as designated for each individual project as stated on the Form of Agreement Between Owner and Contractor The Owner may deduct the sum of such liquidated damages from any moneys due or that may become due the Contractor or if such moneys are insufficient, the Contractor or his Surety or Sureties shall pay the difference. ARTICLE 9 PAYMENTS AND COMPLETION 9 1 1 The Contract Sum 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 9 1 2 Before the first Application for Payment, the Contractor shall submit to the Owner or Architect a schedule of values allocated to various portions of the work, prepared in such form and supported by such data to substantiate its accuracy as the Owner or Architect may require This schedule unless objected to by the Owner or Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 9 1 3 At least ten days before the date established for each progress payment, the Contractor shall submit to the Owner or Architect, if one is used an itemized Application for Payment for operations completed in accordance with the schedule of values. Such application shall be notarized, if required and supported by such data substantiating the Contractor's right to payment as the Owner or Architect may require such as copies or requisitions from Subcontractors and material suppliers, and reflecting Retainage if provided for elsewhere in the Contract Documents. Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 9 1 4 Such applications may include requests for payment on account of changes in the work which have been properly authorized by Change Orders. 9 1 5 Such applications may not include requests for payment of amounts the Contractor does not intend to pay to a Subcontractor or material supplier because of a dispute or other reason. 9 1 6 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. 9 1 7 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor materials and equipment relating to the Work. 9 1 8 The Owner shall determine the payment amount to be made to the Contractor 9 1 9 At the time each month stipulated in the Owner /Contractor Agreement, the Owner shall pay to the Contractor an amount equal to ninety -five percent (95 of the value of labor and material incorporated in the work, all as approved by the Architect in accordance with the provisions of the Contract Documents, such amount paid to the Contractor shall be less the total of all previous payments and deductions provided for in the Contract Documents. The five percent (5 withheld shall be Retainage, which shall be paid as provided hereinafter The percentage of contract retained shall be five percent (5 pursuant to RCW Chapter 60.28 as amended. Thirty days after final acceptance of the completed work, the balance due will be paid, provided a. The work be fully completed b Certification has been received by the Owner from the State Department of Labor and Industries as to payment of prevailing wages, in conformance with laws c. Certification has been received by the Owner from the State Department of Revenue that all taxes have been paid no tax lien may exist, and d The Contractor warrants to the Owner all claims by materialmen and workmen, if any for unpaid charges against the work have been satisfied and e To hold the Owner harmless from all liens on the completed work. In the event these provisions are not met, the Owner may pay a percentage of the Retainage holding back that quantity of money for materialmen and laborer's liens, tax liens, cost and attorney's fees to defray the cost of foreclosing all other liens costs, and Architect's fee to defray cost of additional Construction Administration services. After the award of a Contract for public improvement or work for which retained percentages are required to be reserved under the provisions of RCW 60.28.010 Owner shall require the Contractor to exercise in writing one of the options listed in RCW 60.20 010 Retained amounts shall be paid into an escrow account, if requested, in a financial institution chosen by the Contractor and approved by the Owner the interest earnings from which shall accrue to the benefit of the Contractor 9 1 10 Final payment will not be made by the Owner until all contract conditions and requirements have been fulfilled and all forms and certificates are received in full. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 9 1 11 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Owner or Architect will promptly make such inspection, and when Owner and Architect finds the Work acceptable under the Contract Documents and the Contract fully performed the Architect will promptly issue a final Certificate for Payment. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY 10 1 1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 10 1.2 In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop Work in the area affected and report the condition to the Owner and Architect in writing The Work in the affected area shall not thereafter be resumed except by written agreement of the Owner and Contractor if in fact, the material is asbestos or polychlorinated biphenyl (PCB) and has not been rendered harmless The work in the affected area shall be resumed in the absence of asbestos or PCB or when it has been rendered harmless by written agreement of the Owner and Contractor 10 1 3 The Contractor shall take reasonable precautions for safety of and shall provide reasonable protection to prevent damage injury or loss to 1 employees on the Work and other persons who may be affected thereby 2. the work and materials and equipment to be incorporated therein whether in storage on or off the site, under care custody or control of the Contractor or the Contractor's Subcontractors or Sub subcontractors, and 3 other property at the site or adjacent thereto such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal relocation or replacement in the course of construction. 10 1 4 The Contractor shall give notices and comply with applicable laws ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. 10 1 5 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. 10 1 6 When use or storage of explosive or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 10 1 7 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property caused in whole or in part by the Contractor a Subcontractor a Sub subcontractor or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible, except damage or loss attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable and not attributable to the fault or negligence of the Contractor the foregoing obligations of the Contractor are in addition to the Contractor's obligations. 10 1 8 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 10 1 9 In an emergency affecting safety of persons or property the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. 10 1 10 The Contractor agrees to comply with Chapter 49 18 RCW providing that no laborer workman, or mechanic in the employ of the Contractor Subcontractor or other person doing or contracting to do the work or any part of the work contemplated by the Contract, shall be permitted or required to work more than eight (8) hours in any one calendar day provided that, in cases of extraordinary emergency such as danger to life or property the hours of work may be extended, but in such cases shall not be less than one and one -half times the rate allowed for this same amount of time during eight (8) hours service. Any work necessary to be performed after regular working hours, or Sunday or legal holidays shall be performed without additional expense to the Owner Contractor further agrees the said Contract is terminable in case the Contractor shall violate the provisions of such act. ARTICLE 11 INSURANCE BONDS 11 1 1 The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 1 claims under workers or workmen s compensation disability benefit and other similar employee benefit acts which are applicable to the Work to be performed 2. claims for damages because of bodily injury occupational sickness or disease, or death of the Contractor's employees 3 claims for damages because of bodily injury sickness or disease, or death of any person other than the Contractor's employees 4 claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor or (2) by another person 5 claims for damages, other than to the Work itself because of injury to or destruction of tangible property including loss of use resulting therefrom, 6 claims for damages because of bodily injury death of a person or property damage arising out of ownership maintenance or use of a motor vehicle and 7 claims involving contractual liability insurance applicable to the Contractor's obligations 11 1.2 The Contractor shall name the Owner the Architect, their consultants, and their officers, agents and employees, as additional insured on the insurance policies, except the workers or workmen s compensation policy The Contractor shall obtain from the Owner and Architect the list of names to appear on the insurance policies. 11 1 3 The insurance required by Subparagraph 11 1 1 shall be written for not less than the following, or greater if required by law 1 Workers Compensation a. State Statutory b Applicable Federal (e g. Longshoremen, harbor Work, Work at or outside U S Boundaries): Statutory c. Employer's Liability $1 000 000 00 d Benefits Required by Union labor contracts. as applicable e. Include all- states endorsement Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 2. Comprehensive General Liability (Including Premises- Operations, Independent Contractor's Protective Products and Completed Operations Broad Form Property Damage) a. Bodily Injury $500 000 00 Single Limit Per Occurrence Full Contract Amount Aggregate, Products and Completed Operations b Property Damage: Course of Construction Insurance Full Contract Amount Each Occurrence Full Contract Amount Aggregate c. Products and Completed Operations Insurance shall be maintained until 30 days after final completion d Property Damage Liability Insurance shall include coverage for the following hazards. Vandalism Fire, Explosion, Collapse, and Underground e Contractual Liability 1 Bodily Injury $500 000 Each Occurrence 2. Property Damage. Full Contract Amount Each Occurrence Full Contract Amount Aggregate f Personal Injury with Employment Exclusion Deleted. $500 000 00 Aggregate 3 Comprehensive Automobile Liability (Owned, Non -owned Hired) a. Bodily Injury $500 000 00 Each Person $500 000 00 Each Occurrence b Property Damage. $100 000 00 Each Occurrence 4 If possible all of the above insurance coverage shall be carried with the same insurance company 11 1 4 Certificates of Insurance acceptable to the Owner shall be filed with the Owner and the Architect prior to commencement of the work. These Certificates shall contain a provision that coverage s afforded under the policies will not be canceled until at least thirty (30) days prior written notice has been given to the Owner the Architect, the Contractor and the Owner's insurer Certificates shall be furnished in duplicate and stipulate all coverage required and the Contractor shall furnish to the Owner and the Architect copies of all endorsements that area subsequently issued amending coverage or limits 11 1 5 The Contractor shall purchase and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located property insurance in the amount of the initial Contract sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance until final payment has been made. 11 1 6 Property insurance shall be on an all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief collapse false work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Architect's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. 11 1 7 The Contractor shall secure and pay for performance and payment bonds issued by a bonding company licensed to transact business in the locality of the project, on a Bond Form executed in pursuance to Chapter 39 08 Revised Code of Washington. The Bond Form must comply with all requirements of the Owner's attorney Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 The surety bond shall be in the following penal sums. Performance Bond 100% of agreement sum, including Washington State Sales Tax Labor and Material 100% of agreement sum, including Washington State Sales Tax Four copies of Bond Certification required. 11 1 8 The Contract Bond or an equivalent Maintenance Bond shall continue in for force until final acceptance of the Work by the Owner 11 1 9 The Contractor guarantees the excellence of both workmanship and material, and the payment of all obligations incurred until the Work is finally accepted and for (30) days thereafter and until the provisions of the Contract Documents are fulfilled 11 1 10 For the projects under $25,000.00 Contractor may agree to a 50% Retainage fund in lieu of providing a performance bond. The Retainage fund to be held by the County until work is complete, all paperwork is turned in and state releases signed and returned to County ARTICLE 12 WARRANTY 12.1 1 The Contractor shall warranty all labor materials and work performed for a period of 1 year from date of final completion. ARTICLE 13 LAW SUCCESSORS, TESTS 13 1 1 The contract shall be governed by law of the place where project is located. 13 1.2 The Owner and Contractor respectively bind themselves, their partners, successors assigns and legal representatives to the other party hereto and to partners, successors assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents. Neither party to the Contract shall assign the Contract as a whole without written consent of the other If either party attempts to make such as assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. 13 1 3 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law 13 1 4 No action or failure to act by the Owner Architect or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder except a may be specifically agreed in writing 13 1 5 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time Unless otherwise provided, the Contractor shall make arrangements for such tests inspections and approvals with an independent testing laboratory or entity acceptable to the Owner or with the appropriate public authority and shall bear all related costs of tests inspections and approvals. The contractor shall give the Owner timely notice of when and where tests and inspections are to be made so the Owner may observe such procedures. The Owner shall bear costs of tests, inspections or approvals which do not become requirements until after bids are received or negotiations concluded. Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 13 1 6 If the Owner or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection or approval, instruct the Contractor to make arrangements for such additional testing inspection or approval by an entity acceptable to the Owner and the Contractor shall give timely notice of when and where tests and inspections are to be made so the Owner may observe such procedures. 13 1 7 If such procedures for testing, inspection or approval reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, the Contractor shall bear all costs made necessary by such failure including those of repeated procedures 13 1 8 Required certificates of testing inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Owner ARTICLE 14 TERMINATION 14 1 1 The Owner may terminate the Contract if the Contractor 1 refuses or fails to supply enough properly skilled workers or proper materials, 2 fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors 3 disregards laws ordinances or rules, regulations, or orders of a public authority having jurisdiction or 4 otherwise is guilty of substantial breach of a provision of the Contract Documents ARTICLE 15 PREVAILING WAGES 15 1 1 REQUIRED' CONTRACTOR TO FILE STATEMENT OF INTENT TO PAY PREVAILING WAGES AND AFFIDAVIT OF WAGES PAID The prevailing rate of wage to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39 12 RCW as amended, and the rules and regulations of the Department of Labor and Industries of the State of Washington The prevailing wage rates for the locality or localities where this Contract will be performed shall be determined by the Industrial Statistician of the Department of Labor and Industries, and are, by reference made a part of this contract as though fully set forth herein Current prevailing wage data is furnished by the Industrial Statistician 15 1.2 Statement of Intent to Pay Prevailing Wages The Contractor on or before the date of commencement of work, shall complete file and pay for a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen or mechanics employed upon the work by the Contractor or Subcontractor which shall be not less than the prevailing rate of wage (State Form LI 700 -29) State of Washington Department of Labor and Industries, Statement of Intent to Pay Prevailing Wages on Public Contract' form. Such statement and any subsequent statements shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. Therefore the Contractor shall familiarize himself with this form and all its requirements The Owner will not distribute any payments until all required certified copies of such forms are received. 15 1 3 It is the responsibility of the Contractor to require all his Subcontractors to complete and pay for Statement of Intent to Pay Prevailing Wages forms submit these documents to the Department of Labor and Industries for certification and forward certified copies to the Owner as proof that the prevailing wage requirements of RCW 39 12.040 have been satisfied. Additional forms may be obtained from the Department of Labor and Industries, Industrial Relations Division General Administration Building Olympia, Washington 98504 and from all 15 service locations of the Department of Labor and Industries. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 15 1 4 Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre -filed statement or statements of intent on file with the Department of Labor and Industrial Statistician. 15 1 5 The Contractor and Subcontractors shall further certify that: a. He has not employed or retained any company or person (other than a full -time bona fide employee working solely for the offer or to solicit or receive this Contract and b He has not paid or agreed to pay any company or person (other than a full -time bona fide employee working solely for the offer or) any fee, commission, percentage or brokerage fee contingent upon or resulting from the award of this Contract; and c. He has not been asked or otherwise coerced either expressed or implied, into contributing funds, for any purpose as a condition to doing business with the Owner and d. He agrees to furnish information relating to items 1,2 and 3 as requested by the contracting officer 15 1 6 It is further agreed that in case any dispute arises as to what are the prevailing wages for the work of a similar nature and such dispute cannot be adjusted by the parties involved the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final binding and conclusive on all parties involved in the dispute 15 1 7 Upon completion of a Public Works Project, the Contractor for himself and on behalf of all Subcontractors, shall file Affidavit of Wages Paid' forms Forms properly executed by the Contractor and all Subcontractors shall be submitted with proper payment to Department of Labor and Industries, Industrial Insurance Division, Underwriting Section, General Administration Building, Olympia, WA 98504 Each Affidavit of Wages must be certified by the Industrial Statistician of the Department of Labor and Industries before it is submitted to the Owner Copies of all required statements must be on file with the Owner before the retained percentage is released. 15 1 8 Upon completion of a Public Works project, the Contractor shall file a 'Release for the Protection of Property Owner and General Contractor" form (LI 206 -83 release 1 -67) with the Department of Labor and Industries. The Owner will not disburse final payment or the Retainage to the Contractor until a release has been issued by the Department of Labor and Industries. Contractor shall pay for all costs of obtaining and filing all Labor and Industries forms. ARTICLE 16 OFFSHORE ITEMS 16 1 1 In compliance with RCW 39.25 the Contractor shall furnish the Owner a certified statement setting forth the nature and source to Offshore items in excess of $2,500 which have been utilized under each prime contract in the performance of the work. 'Offshore Items are those items procured from sources beyond the territorial boundaries of the United States including Alaska and Hawaii. This certified statement is mandatory and shall be received before final payment is made on the contract. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 ARTICLE 17 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 17 1 1 Pursuant to Chapter 62, Laws of 1973 1st Ex. Session those provisions of federal, state and local statutes, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources that affect, or are affected by the herein described project are to the extent they are reasonably obtainable, as follows RCW 43.21 030 RCW 90 58 140 RCW 90 58 320 and RCW 70 94 152. Conform with the provisions thereof ARTICLE 18 DISCRIMINATION 18 1 1 The Contractor by entering this contract, agrees that Discrimination in all phases of employment is prohibited by Title VII of the Civil Rights Act of 1964 Presidential Executive Order 11375 the Washington State Law Against Discrimination, Chapter 49 60 RCW and by Gubernatorial Executive Orders 66 -1 and 70 -01 among other laws and regulations. 18 1.2 During the performance of this Contract, the Contractor agrees as follows: 1 The Contractor will not discriminate against any employee or applicant for employment because of race creed, color national origin sex, sexual orientation age marital status, or the presence of any physical, sensory or mental handicap nor shall the Contractor commit any of the other unfair practices defined in RCW 79 60 the Washington State Law Against Discrimination. 2. The Contractor will, in all solicitation or advertisements for employees placed by on without regard to race creed, color national origin, sex, sexual orientation, age, marital status or the presence of any physical sensory or mental disability 3 The Contractor will send to each labor union, employment agency or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding a notice advising the labor union, employment agency or workers representative of the Contractor's commitments under this contract and RCW 49 60 the Washington State Law Against Discrimination. 4 The Contractor will permit access to its books, records and accounts and to its premises by the Owner or the Washington State Human Rights Commission for the purpose of investigation to ascertain compliance with these specifications 5 The Contractor will include the provisions of clauses, 1 through 4 above in every Subcontract or purchase order so that such provisions will be upon each Subcontractor or vendor ARTICLE 19 COUNTY /CONTRACTOR RELATIONSHIP 19 1 1 In the event that either the state or federal government determines that an employer employee relationship exists rather than an independent contractor relationship such that Clallam County is deemed responsible for federal withholding social security contributions and the like the Contractor agrees to reimburse Clallam County for any payments made or required to be made by Clallam County Should any payments be due to the Contractor pursuant to this agreement, the Contractor agrees that reimbursement may be made by deducting from such future payments a pro rata share of the amount to be reimbursed based upon the following formula: Total amount to be reimbursed Deduction from payment Number of payments remaining Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO General Conditions of the Contract Section 00600 Notwithstanding a determination by the state or federal government that employer employee relationship exists, the Contractor its officers, employees and agents, shall not be entitled to any benefits which Clallam County provides to its employees, including, but not limited to, vacation and medical benefits. 19 1.2 The status of the Contractor hereunder is that of an independent contractor and the Contractor shall not be construed to be an employee of Clallam County As an independent contractor the Contractor is not entitled to any benefits available to employees of Clallam County and the Contractor is responsible for withholding any moneys required to be withheld from the Contractor's employees pursuant to local, state or federal law including, but not limited to worker's compensation social security and taxes END OF SECTION 00600 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 00- General Conditions Clallam County Parks, Fair Facilities DIVISION ZERO List of Drawings Section 00860 LIST OF DRAWINGS SHEET NUMBER SHEET CONTENTS A0.1 COVER SHEET Al.! PHASING PLAN A2.1 PARTIAL LEVEL 1 FLOOR PLAN A2.2 DETAILS A4.1 PARTIAL LEVEL 1 REFLECTED CEILING PLAN END OF SECTION 00860 Clallam County Courthouse West Wing Level I Remodel March 2008 Division 00 General Conditions DIVISION ONE GENERAL REQUIREMENTS General Reauirements Section 01001 GENERAL REQUIREMENTS 1 SUMMARY OF WORK A. Contract Description. 1 Work includes, but is not limited to see Section 01100 Summary for Description B The Contractor is responsible for verifying all systems assemblies, and details of construction prepared by the Owner as being appropriate to and within the standard practices of the building trades involved. The Contractor and all of his subcontractors and sub subcontractors shall have reviewed all documents thoroughly and shall report all discrepancies irregularities and items that differ from standard practices during the bidding phase The Contractor shall also be responsible to ensure proper coordination between all trades and all the corresponding documentation directing those trades. The Contractor shall also be responsible for confirmation of all manufacturers instructions and special requirements of the use and application of their products. 2. WORK NOT IN CONTRACT A. 'NIC' (Not in Contract) items are as follows. 1 NONE. 3. CONTRACTOR USE OF PREMISES A. The Contractor shall have access only to the areas where the new work is to be executed The Contractor shall coordinate with the Owner for staging, construction and parking during construction which will be limited to the area of Work. Work times and dates shall be scheduled and approved by the Owner prior to start of work. 4 CUTTING AND PATCHING A. The Contractor shall execute all cutting and patching of existing conditions with the same skilled workmen with the same material supplies, and with the same equipment as required for new work of the same type 1 The cut and patched areas shall be left so that when the work of this Project is completed all evidence of the cutting and patching is removed. 2. Texture, finish and color of new or patched areas shall match that of the existing /adjacent construction 5. UNIT PRICING A. Provide unit pricing for the following items. 1 NONE. 6. ALTERNATES A. NONE. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 01 General Requirements Clallam County Parks, Fair Facilities DIVISION ONE GENERAL REQUIREMENTS General Reauirements Section 01001 7 COORDINATION A. Coordinate scheduling, submittals, and Work of the various sections of specification to ensure efficient and orderly sequence of installation of interdependent construction elements with a minimum of public service disruption. B Verify utility requirement characteristics of operating equipment are compatible with building utilities C Coordinate space requirements and installation of electrical work which is indicated diagrammatically on Drawings. Follow routing shown for conduit and wiring as closely as practicable. D In finished areas, conceal pipes and wiring within the construction 8. EXAMINATION A. Verify that existing conditions and substrate surfaces are acceptable for subsequent Work. Submission of Bid means acceptance of existing conditions. 9 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B Apply manufacturer required or recommended substrate primer sealer or conditioner prior to applying new material or substance in contact or bond 10. SUBMITTAL PROCEDURES A. See Section 01330 Submittal Procedures. B Submittal form to identify Project, Contractor Subcontractor or supplier and pertinent Contract Document references. C Apply Contractor's stamp signed or initialed, certifying that review 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, prior to submitting the submittal for review by the Owner or Owner's representative Architect. D Identify variations from Contract Documents and Product or system limitations, which may be detrimental to successful performance of the completed Work. E. Revise and submit submittals as required' identify all changes made since previous submittal. 11 QUALITY ASSURANCE CONTROL OF INSTALLATION A. See Section 01400 Quality Requirements. B Monitor quality control over suppliers manufacturers products, services, site conditions, and workmanship to produce Work of specified quality or when no level of quality is specified perform Work as would be standard for a custom installation. C Comply with manufacturers instructions. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 01 General Requirements Clallam County Parks, Fair Facilities DIVISION ONE GENERAL REQUIREMENTS General Reauirements Section 01001 D Comply with specified standards as minimum quality for the Work except when more stringent tolerances codes or specified requirements indicate higher standards or more precise workmanship. 12. TOLERANCES A. Monitor tolerance control of installed Products over suppliers, manufacturers, Products, site conditions, and workmanship to produce acceptable Work. Do not permit tolerances to accumulate. B Comply fully with manufacturers tolerances 13. REFERENCES A. Conform to reference standards applicable for each system, product, or assembly as commonly applied to each trade or discipline for this type of work and level of quality specified or implied by date of issue current as of date of Contract Documents. B Should specified reference standard conflict with Contract Documents request clarification from Owner before proceeding. 14. ELECTRICITY A. See Section 01500 Temporary Facilities and Controls B Cost: Contractor may use on -site power for equipment related to this contract. C Provide power outlets for construction operations, branch wiring distribution boxes, and flexible power cords as required utilizing the existing building's power source or adjacent sources D Contractor shall be responsible for Electrical Permit and inspections as required 15. LIGHTING FOR CONSTRUCTION PURPOSES A. See Section 01500 Temporary Facilities and Controls. B Provide and maintain lighting for construction operations. 16. WATER A. See Section 01500 Temporary Facilities and Controls. B Contractor may use on -site water 17 SANITARY FACILITIES A. See Section 01500 Temporary Facilities and Controls. B. The Contractor may use the on -site restroom facilities for the duration of the project. However it is expected that they will be kept clean and orderly 18. ENCLOSURES A. See Section 01500 Temporary Facilities and Controls. Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 01 General Requirements Clallam County Parks, Fair Facilities DIVISION ONE GENERAL REQUIREMENTS General Requirements Section 01001 B Provide temporary enclosures for protection of adjacent existing conditions and barriers to protect the adjacent room from construction dust and fumes. Provide adequate fencing to secure site from public users 19. PROTECTION OF INSTALLED WORK A. See Section 01500 Temporary Facilities and Controls. B Protect installed Work and provide special protection where specified in individual specification sections 20. SECURITY A. See Section 01500 Temporary Facilities and Controls. B Provide security and facilities to protect Work and Owner's operations from unauthorized entry vandalism, or theft. 21 PROGRESS CLEANING AND WASTE REMOVAL A. See Section 01500 Temporary Facilities and Controls. B Collect and maintain areas free of waste materials, debris, and rubbish. Maintain construction area in a clean and orderly condition Contractor responsible for all costs involved in waste removal. 22. REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. See Section 01770 Closeout Procedures. B Remove temporary utilities equipment, facilities, materials, prior to Final Completion review C Clean and repair damage caused by installation or use of temporary work. D Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 23. PRODUCTS A. See Section 01600 Product Requirements. B Products. means new material, machinery components, equipment, fixtures, and systems forming the Work, but does not include machinery and equipment used for preparation, fabrication conveying and erection of the work. Products may also include existing materials or components specifically identified for reuse C Do not use materials and equipment removed from existing premises except as specifically identified or allowed by the Contract Documents. D Provide interchangeable components of the same manufacture for components being replaced and /or added in addition to existing components, e.g lighting, switches receptacles etc. 24. TRANSPORTATION HANDLING, STORAGE AND PROTECTION A. Transport, handle store, and protect Products in accordance with manufacturer's instructions Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 01 General Requirements Clallam County Parks, Fair Facilities DIVISION ONE GENERAL REQUIREMENTS General Reauirements Section 01001 25. CONTRACT CLOSEOUT PROCEDURES A. See Section 01770 Closeout Procedures. B Submit written certification the Contract Documents have been reviewed Work has been inspected and that Work is complete in accordance with the General Conditions and the Contract Documents and ready for Owner inspection. C Submit final Application for Payment identifying total adjusted Contract Sum /Price previous payments, and amount remaining due. D Complete and submit all required documentation covered in this Project Manual, and the drawings. 26. FINAL CLEANING A. See Section 01770 Closeout Procedures. B Execute final cleaning prior to final inspection C Thoroughly clean interior and exterior surfaces exposed to view D Remove waste and surplus materials rubbish and construction facilities from the site 27 ADJUSTING A. See Section 01770 Closeout Procedures. B Adjust operating Products and equipment to ensure smooth and unhindered operation. 28. WARRANTIES A. See Section 01770 Closeout Procedures. B Provide duplicate notarized copies. C Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. D Submit prior to final Application for Payment. END OF SECTION 01001 Clallam County Courthouse West Wing Level 1 Remodel March 2008 Division 01 General Requirements Clallam County Parks, Fair Facilities CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01100 SUMMARY PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section 12 SUMMARY A. This Section includes the following 1 Work covered by the Contract Documents. 2 Type of the Contract. 3 Work phases 4 Use of premises 5 Owner's occupancy requirements 6 Work restrictions 7 Specification formats and conventions B Related Sections include the following 1 Division 1 Section 'Temporary Facilities and Controls' for limitations and procedures governing temporary use of Owner's facilities 1 3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification Clallam County Courthouse West Wing Level 1 Remodel 1 Project Location Port Angeles Washington B Owner Clallam County 223 East Fourth Street, Port Angeles Washington 98362 1 Owner's Representative Joel VVinborn Parks Fair and Facilities Division Manager 223 East Fourth Street, Suite 7 Port Angeles Washington 98362 C Architect: Beaman Architecture, Ltd PO Box 86038 Portland Oregon 97286 D The Work consists of the following 1 The Work includes renovation construction 1 4 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. SUMMARY 01100 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 5 USE OF PREMISES A. General. Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. B Use of Site. Limit use of premises to areas within the Contract limits indicated Do not disturb portions of Project site beyond areas in which the Work is indicated 1 Owner Occupancy Allow for Owner occupancy of Project site 2 Driveways and Entrances. Keep driveways loading areas, and entrances serving premises clear and available to Owner Owner's employees and emergency vehicles at all times Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. b Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site C Use of Existing Building Maintain Owner occupied existing building in a weather tight condition throughout construction period Repair damage caused by construction operations Protect building and its occupants during construction period 1 6 OWNER'S OCCUPANCY REQUIREMENTS A. Full Owner Occupancy Owner will occupy site and building during entire construction period with the exception of areas under construction Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage Perform the Work so as not to interfere with Owner's operations Maintain existing exits, unless otherwise indicated 1 Maintain access to existing walkways, corridors and other adjacent occupied or used facilities Do not close or obstruct walkways corridors or other occupied or used facilities without written permission from Owner and authorities having jurisdiction 2. Provide not less than 48 hours' notice to Owner of activities that will affect Owner's operations. B Owner Occupancy of Completed Areas of Construction Owner reserves the right to occupy and to place and install equipment in completed areas of building before Substantial Completion provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1 Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy 2 Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy 3 Before partial Owner occupancy mechanical and electrical systems shall be fully operational and required tests and inspections shall be successfully completed On occupancy Owner will operate and maintain mechanical and electrical systems serving occupied portions of building SUMMARY 01100 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 4 On occupancy Owner will assume responsibility for maintenance and custodial service for occupied portions of building 1 7 WORK RESTRICTIONS A. On -Site Work Hours Work shall be generally performed inside the existing building during normal business working hours of TOO a m. to 6 p m Monday through Friday except otherwise indicated 1 Weekend Hours. Same as hours noted for Monday through Friday 2 Hours for Work that may create noise levels above 90 decibels. 7 00 a.m. to 8 30 a.m and 5 00 p m to 6 p m unless otherwise agreed to with Owner B Existing Utility Interruptions Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated 1 Notify Owner not less than two days in advance of proposed utility interruptions. 2 Do not proceed with utility interruptions without Owner's written permission 1 8 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16- division format and the CSI /CSC 'Master Format' numbering system 1 Section Identification The Specifications use Section numbers and titles to help cross referencing in the Contract Documents Sections in the Project Manual are in numeric sequence however the sequence is incomplete because all available Section numbers are not used Consult the table of contents at the beginning of the Project Manual to determine numbers and names of Sections in the Contract Documents. 2. Division 1 Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words and phrases when used in particular situations These conventions are as follows 1 Abbreviated Language Language used in the Specifications and other Contract Documents is abbreviated Words and meanings shall be interpreted as appropriate Words implied, but not stated shall be inferred as the sense requires. Singular words shall be interpreted as plural and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates 2 Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor Occasionally the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted SUMMARY 01100 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a The words 'shall, 'shall be or 'shall comply with depending on the context, are implied where a colon is used within a sentence or phrase PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION SUMMARY 01100 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01250 CONTRACT MODIFICATION PROCEDURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B Related Sections include the following 1 Division 1 Section 'Product Requirements' for administrative procedures for handling requests for substitutions made after Contract award 1 3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time on Architect's Supplemental Instructions form included at end of Part 3 1 4 PROPOSAL REQUESTS A. Owner Initiated Proposal Requests Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time If necessary the description will include supplemental or revised Drawings and Specifications. 1 Proposal Requests issued by Architect are for information only Do not consider them instructions either to stop work in progress or to execute the proposed change 2 Within 20 days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change a. Include a list of quantities of products required or eliminated and unit costs with total amount of purchases and credits to be made If requested furnish survey data to substantiate quantities. b Indicate applicable taxes delivery charges, equipment rental and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change d Include an updated Contractor's Construction Schedule that indicates the effect of the change, including but not limited to changes in activity CONTRACT MODIFICATION PROCEDURES 01250 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL duration start and finish times, and activity relationship Use available total float before requesting an extension of the Contract Time B Contractor Initiated Proposals. If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to the Architect. 1 Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change Indicate the effect of the proposed change on the Contract Sum and the Contract Time 2 Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made If requested furnish survey data to substantiate quantities 3 Indicate applicable taxes, delivery charges, equipment rental and amounts of trade discounts 4 Include costs of labor and supervision directly attributable to the change. 5 Include an updated Contractor's Construction Schedule that indicates the effect of the change including but not limited to changes in activity duration start and finish times and activity relationship Use available total float before requesting an extension of the Contract Time 6 Comply with requirements in Division 1 Section 'Product Requirements' if the proposed change requires substitution of one product or system for product or system specified 7 Proposal Request Form Use form acceptable to Architect for Proposal Requests 1 5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on Architect's form included at end of Section PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION CONTRACT MODIFICATION PROCEDURES 01250 Page 2 BEAMAN ARCHITECTURE, LTD. P 0 BOX 86038 PORTLAND OR 97286 503.236 3300 FAX 503.239 9191 ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS PROJECT CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL CONTRACTOR: TO BE DETERMINED CONTRACT GENERAL DCVR /RFI REFERENCE DESCRIPTION OF WORK TO BE PERFORMED ASI NO X X MINOR CHANGE DESCRIPTION Referenced Drawings. Attached Drawings. As indicated above, Total sheets included including cover X If above work results in a change in cost or time to the Contract, advise Architect within 10 working days Reference Section 01250 `Contract Modification Procedures Part 1 4 B COPIES TO O OWNER CONTRACTOR Clallam County To be determined NO X DATE. X XX -XX COUNTY JOB NO Beaman Architecture, Ltd. A P R O F E S S I O N A L C O R P O R A T I O N P 0 Box 86038 PORTLAND OR 97286 503.236 3300 /FAX 503.239 9191 PROJECT NO CONTRACTOR. DATE. DATE OF CONTRACT ARCHITECTS JOB NO When approval has been obtained from all parties to the Contract and governing agencies, you are authorized to make the following changes without changing the terms of the Contract, except as herein stipulated and agreed. DESCRIPTION OF WORK TO BE PERFORMED REASON FOR CHANGE. REQUESTED BY The Contractor agrees to furnish all labor and materials and perform all work required to complete the above described change in accordance with the requirements for similar work covered by the Contract, except as otherwise stipulated herein, for the following consideration. Original Contract Previous Additions Previous Deductions This Change Order ADD DEDUCT Contract to Date. The Notice to Proceed date is The Contract Completion date for Substantial Completion is By reason of this modification the contract completion date is unchanged APPROVED 0 00 0 00 0 00 0.00 0.00 Architect Date General Contractor Date Owner Date CHANGE ORDER CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01290 PAYMENT PROCEDURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B Related Sections include the following 1 Division 1 Section 'Contract Modification Procedures' for administrative procedures for handling changes to the Contract. 2 Division 1 Section 'Construction Progress Documentation' for administrative requirements governing preparation and submittal of Contractor's Construction Schedule and Submittals Schedule 13 DEFINITIONS A. Schedule of Values A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1 4 SCHEDULE OF VALUES A. Coordination Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule 1 Correlate line items in the Schedule of Values with other required administrative forms and schedules including the following a. Application for Payment forms with Continuation Sheets b Submittals Schedule c Contractor's Construction Schedule 2 Submit the Schedule of Values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section PAYMENT PROCEDURES 01290 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Identification Include the following Project identification on the Schedule of Values a. Project name and location b Name of Architect. c County's project number d Contractor's name and address e Date of submittal 2 Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed a. Related Specification Section or Division b Description of the Work. c Name of subcontractor d Name of manufacturer or fabricator e Name of supplier f Change Orders (numbers) that affect value g Dollar value. 1) Percentage of the Contract Sum to nearest one hundredth percent, adjusted to total 100 percent. 3 Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents Provide several line items for principal subcontract amounts, where appropriate Include separate line items under required principal subcontracts for operation and maintenance manuals punch list activities Project Record Documents and demonstration and training in the amount of 5 percent of the Contract Sum 4 Round amounts to nearest whole dollar total shall equal the Contract Sum 5 Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored but not yet installed a Differentiate between items stored on -site and items stored off -site. Include evidence of insurance or bonded warehousing if required 6 Provide separate line items in the Schedule of Values for initial cost of materials for each subsequent stage of completion and for total installed value of that part of the Work. 7 Allowances Provide a separate line item in the Schedule of Values for each allowance. Show line -item value of unit -cost allowances as a product of the unit cost, multiplied by measured quantity Use information indicated in the Contract Documents to determine quantities 8 Each item in the Schedule of Values and Applications for Payment shall be complete Include total cost and proportionate share of general overhead and profit for each item a. Temporary facilities and other major cost items that are not direct cost of actual work -in -place may be shown either as separate line items in the PAYMENT PROCEDURES 01290 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Schedule of Values or distributed as general overhead expense at Contractor's option 9 Schedule Updating Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum 1 5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner 1 Initial Application for Payment, Application for Payment at time of Substantial Completion and final Application for Payment involve additional requirements B Payment Application Times The date for each progress payment is indicated in the Agreement between Owner and Contractor The period of construction Work, covered by each Application for Payment, is the period indicated in the Agreement. C Payment Application Times Progress payments shall be submitted to Architect, prior to the last day of each calendar month The period covered by each Application for Payment is one month ending on the last day of the month D Payment Application Forms. Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. E Application Preparation Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor Architect will return incomplete applications without action 1 Entries shall match data on the Schedule of Values and Contractor's Construction Schedule Use updated schedules if revisions were made 2 Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application F Transmittal Submit 3 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours One copy shall include waivers of lien and similar attachments if required. 1 Transmit each copy with a transmittal form listing attachments and recording appropriate information about application G Waivers of Mechanic's Lien With each Application for Payment, submit waivers of mechanic's liens from subcontractors sub subcontractors, and suppliers for construction period covered by the previous application 1 Submit partial waivers on each item for amount requested in previous application before deduction for retainage on each item 2. When an application shows completion of an item, submit final or full waivers. 3 Owner reserves the right to designate which entities involved in the Work must submit waivers. PAYMENT PROCEDURES 01290 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 4 Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application that is lawfully entitled to a lien 5 Waiver Forms. Submit waivers of lien on forms executed in a manner acceptable to Owner H Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following 1 List of subcontractors. 2 Schedule of Values. 3 Contractor's Construction Schedule (preliminary if not final) 4 Products list. 5 Schedule of unit prices 6 Submittals Schedule (preliminary if not final) 7 List of Contractor's staff assignments 8 Copies of building permits. 9 Initial progress report. 10 Report of pre- construction conference 11 Certificates of insurance and insurance policies 12. Performance and payment bonds. 13 Data needed to acquire Owner's insurance I Application for Payment at Substantial Completion After issuing the Certificate of Substantial Completion submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete 1 Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum 2 This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J Final Payment Application Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted including but not limited to the following 1 Evidence of completion of Project closeout requirements 2 Insurance certificates for products and completed operations where required and proof that taxes, fees and similar obligations were paid 3 Updated final statement, accounting for final changes to the Contract Sum 4 AIA Document G706 'Contractor's Affidavit of Payment of Debts and Claims. 5 AIA Document G706A, 'Contractor's Affidavit of Release of Liens 6 AIA Document G707 'Consent of Surety to Final Payment. 7 Evidence that claims have been settled 8 Final liquidated damages settlement statement. PAYMENT PROCEDURES 01290 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION PAYMENT PROCEDURES 01290 Page 5 APPLICATION AND CERTIFICATION FOR PAYMENT AIA DOCUMENT G702 TO OWNER. Clallam County PROJECT Clallam County Courthouse West Wing Level 1 Remodel FROM CONTRACTOR. ARCHITECT Beaman Architecture, Ltd. CONTRACT FOR. CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below in connection with the Contract. Continuation Sheet, AIA Document G703 is attached. 1 ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3 CONTRACT SUM TO DATE (Line 1 2) 4 TOTAL COMPLETED STORED TO DATE 4a. LESS TOTAL COMPLETED STORED TO DATE FROM PREVIOUS CERTIFICATE 4b. SUBTOTAL (Line 4 Less Line 4a) 4c. Washington State Sale Tax 0.08 5 RETAINAGE. a. 2 of Completed Work b. 2 of Stored Material Total Retainage (Lines 5a 5b) 6. TOTAL EARNED LESS RETAINAGE (Line 4 Less Line 5 Total) 7 LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE 8a. PLUS Washington State Sales Tax 8b. TOTAL DUE CONTRACTOR 9 BALANCE TO FINISH, INCLUDING RETAINAGE (Line 3 less Line 6) CHANGE ORDER SUMMARY Total changes approved in previous months by Owner Total approved this Month TOTALS NET CHANGES by Change Order 0.00 0.00 ADDITIONS 1 DEDUCTIONS $0.00 AIA DOCUMENT G702 APPLICATION AND CERTIFICATION FOR PAYMENT 1992 EDITION AIA 01992 0 00 By 0 00 0 00 0.00 0.00 0 00 0 00 0.00 11 0 00 APPLICATION NO PERIOD FROM TO PROJECT NOS. CONTRACT DATE. PAGE ONE 0 The undersigned Contractor certifies that to the best of the i information and belief the Work covered by this Applicatic completed in accordance with the Contract Documents, tha the Contractor for Work for which previous Certificates foi payments received from the Owner and that current paymc 0 00 000 CONTRACTOR. 000 ARCHITECT'S CERTIFICATE FO 0 00 In accordance with the Contract Documents, based on on -s comprising the application, the Architect certifies to the ON Architect's knowledge, information and belief the Work ha the quality of the Work is in accordance with the Contract) is entitled to payment of the AMOUNT CERTIFIED AMOUNT CERTIFIED 0.0( (Attach explanation if amount certified differs from the am( Application and on the Continuation Sheet that are change 50 00 ARCHITECT Michael L. Beaman, AIA $0 00 By $0 00 1 $0 00 This Certificate is not negotiable. The AMOUNT CERTIF Contractor named herein. Issuance, payment and acceptanc $0.00 $0 00 prejudice to any rights of the Owner or Contractor under th THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. N.W. Will MN MB MI w- w MI w OM I MI r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Beaman Architecture, Ltd. CONTRACTOR'S APPLICATION and CERTIFICATE FOR PAYMENT ON CONTRACT Project: CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Owner Clallam County Contractor Original Contract Amount Change Order Number Item Spec No Ref I I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 37 38 39 40 41 42 43 I I DETAIL Estimated Cost Total Earned I I$ I$ I$ I s I s I$ I$ I I$ I s I$ I$ I$ TOTAL CONTRACT I$ Page 1 of 2 Application for Payment No For Period From. To Adjusted Contract Amount 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% Previously Claimed This Estimate CHANGE ORDERS 11 I I 21 1 I 3 1 1 I 4 1 1 I 5 1 1 1 TOTAL CHANGE ORDERS 1 TOTALS Sales Tax 8% 1 TOTALS Less Retainage 5% NET Less Previous Payment By Page 2 of 2 AMOUNT DUE THIS ESTIMATE This certifies that, the term of the above mentioned contract having been complied with, there is due and payable to the contractor the amount set after 'Amount due this Estimate' Beaman Architecture Ltd. (Architect) By Date Michael L. Beaman, AIA CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01310 PROJECT MANAGEMENT AND COORDINATION PART1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including but not limited to the following 1 Coordination Drawings 2 Administrative and supervisory personnel 3 Project meetings 4 Requests for Interpretation (RFIs) B Each contractor shall participate in coordination requirements Certain areas of responsibility will be assigned to a specific contractor C Related Sections include the following 1 Division 1 Section 'Construction Progress Documentation for preparing and submitting Contractor's Construction Schedule 2 Division 1 Section 'Execution Requirements' for procedures for coordinating general installation and field- engineering services including establishment of benchmarks and control points 3 Division 1 Section 'Closeout Procedures for coordinating closeout of the Contract. 13 DEFINITIONS A. RFI Request from Contractor seeking interpretation or clarification of the Contract Documents. 14 COORDINATION A. Coordination Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations included in different Sections that depend on each other for proper installation connection and operation B Coordination Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations included in different Sections that depend on each other for proper installation, connection, and operation PROJECT MANAGEMENT AND COORDINATION 01310 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation 2 Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service and repair 3 Make adequate provisions to accommodate items scheduled for later installation 4 Where availability of space is limited coordinate installation of different components to ensure maximum performance and accessibility for required maintenance service and repair of all components including mechanical and electrical C Prepare memoranda for distribution to each party involved outlining special procedures required for coordination Include such items as required notices reports and list of attendees at meetings 1 Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required D Administrative Procedures. Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include but are not limited to the following 1 Preparation of Contractor's Construction Schedule 2 Preparation of the Schedule of Values 3 Installation and removal of temporary facilities and controls 4 Delivery and processing of submittals. 5 Progress meetings 6 Pre installation conferences 7 Project closeout activities 8 Startup and adjustment of systems 9 Project closeout activities. E. Conservation Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy water and materials 1 Salvage materials and equipment involved in performance of but not actually incorporated into the Work. Refer to other Sections for disposition of salvaged materials that are designated as Owner's property 15 SUBMITTALS A. Coordination Drawings. Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1 Content: Project specific information drawn accurately to scale Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information as applicable PROJECT MANAGEMENT AND COORDINATION 01310 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a Indicate functional and spatial relationships of components of architectural structural civil mechanical and electrical systems. b Indicate required installation sequences c. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements Provide alternate sketches to the Architect for resolution of such conflicts Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size At least 8 -1/2 by 11 inches but no larger than 30 by 40 inches 3 Number of Copies. Submit two opaque copies of each submittal Architect will return one copy a. Submit five copies where Coordination Drawings are required for operation and maintenance manuals. Architect will retain one copy remainder will be returned Mark up and retain one returned copy as a Project Record Drawing 4 Refer to individual Sections for Coordination Drawing requirements for Work in those Sections B Key Personnel Names. Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site Identify individuals and their duties and responsibilities list addresses and telephone numbers including home and office telephone numbers. Provide names addresses and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. 1 Post copies of list in Project meeting room in temporary field office and by each temporary telephone Keep list current at all times 1 6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1 Include special personnel required for coordination of operations with .other contractors 1 7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated 1 Attendees Inform participants and others involved and individuals whose presence is required of date and time of each meeting Notify Owner and Architect of scheduled meeting dates and times 2. Agenda. Prepare the meeting agenda Distribute the agenda to all invited attendees. PROJECT MANAGEMENT AND COORDINATION 01310 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 Minutes Record significant discussions and agreements achieved Distribute the meeting minutes to everyone concerned including Owner and Architect, within three days of the meeting B Pre construction Conference Schedule a pre- construction conference before starting construction at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1 Attendees Authorized representatives of Owner Architect, and their consultants Contractor and its superintendent; major subcontractors, suppliers and other concerned parties shall attend the conference All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda Discuss items of significance that could affect progress including the following a Tentative construction schedule b Phasing c. Critical work sequencing and Tong -lead items d Designation of key personnel and their duties e Procedures for processing field decisions and Change Orders f Procedures for RFIs g Procedures for testing and inspecting h Procedures for processing Applications for Payment. i Distribution of the Contract Documents j Submittal procedures k. Preparation of Record Documents. I Use of the premises m. Work restrictions n Owner's occupancy requirements o Responsibility for temporary facilities and controls. p Construction waste management and recycling. q Parking availability r Office work, and storage areas s Equipment deliveries and priorities t. First aid u Security Progress cleaning w Working hours 3 Minutes Record and distribute meeting minutes. C Pre installation Conferences Conduct a pre installation conference at Project site before each construction activity that requires coordination with other construction 1 Attendees. Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow shall attend the meeting Advise Architect of scheduled meeting dates. PROJECT MANAGEMENT AND COORDINATION 01310 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2. Agenda. Review progress of other construction activities and preparations for the particular activity under consideration including requirements for the following a. The Contract Documents. b Options c. Related RAs. d Related Change Orders e Purchases f Deliveries. g Submittals h Possible conflicts i Compatibility problems. Time schedules. k. Weather limitations. 1 Manufacturer's written recommendations. m Warranty requirements n Compatibility of materials o Acceptability of substrates p Temporary facilities and controls q Space and access limitations r Regulations of authorities having jurisdiction s Testing and inspecting requirements. t. Installation procedures u Coordination with other work. Required performance results w Protection of adjacent work. x. Protection of construction and personnel 3 Record significant conference discussions agreements and disagreements including required corrective measures and actions 4 Reporting Distribute minutes of the meeting to each party present and to parties who should have been present. 5 Do not proceed with installation if the conference cannot be successfully concluded Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date D Progress Meetings. Conduct progress meetings at bi- weekly intervals Coordinate dates of meetings with preparation of payment requests 1 Attendees In addition to representatives of Owner each contractor subcontractor supplier and other entity concerned with current progress or involved in planning coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda. Review and correct or approve minutes of previous progress meeting Review other items of significance that could affect progress Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule Review progress since the last meeting Determine whether each activity is on time ahead of schedule, or PROJECT MANAGEMENT AND COORDINATION 01310 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL behind schedule in relation to Contractor's Construction Schedule Determine how construction behind schedule will be expedited secure commitments from parties involved to do so Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time 1) Review schedule for next period b Review present and future needs of each entity present, including the following 1) Interface requirements 2) Sequence of operations. 3) Status of submittals 4) Deliveries 5) Off -site fabrication 6) Access 7) Site utilization 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks 11) Progress cleaning 12) Quality and work standards 13) Status of correction of deficient items 14) Field observations 15) RFIs. 16) Status of proposal requests. 17) Pending changes 18) Status of Change Orders 19) Pending claims and disputes 20) Documentation of information for payment requests 3 Minutes Record the meeting minutes 4 Reporting Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized Issue revised schedule concurrently with the report of each meeting 1 8 REQUESTS FOR INTERPRETATION (RFIs) A. Procedure Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting prepare and submit an RFI in the form specified 1 RFIs shall originate with Contractor RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. PROJECT MANAGEMENT AND COORDINATION 01310 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Content of the RFI Include a detailed legible description of item needing interpretation and the following 1 Project name 2 Date 3 Name of Contractor 4 Name of Architect. 5 RFI number numbered sequentially 6 Specification Section number and title and related paragraphs, as appropriate 7 Drawing number and detail references, as appropriate 8 Field dimensions and conditions as appropriate 9 Contractor's suggested solution(s) If Contractor's solution(s) impact the Contract Time or the Contract Sum Contractor shall state impact in the RFI 10 Contractor's signature. 11 Attachments Include drawings, descriptions, measurements photos Product Data Shop Drawings and other information necessary to fully describe items needing interpretation a. Supplementary drawings prepared by Contractor shall include dimensions thicknesses structural grid references and details of affected materials assemblies, and attachments C Hard -Copy RFIs. Hard -Copy RFIs are not allowed D Software- Generated RFIs Sample Form at End of this Section 1 Identify each page of attachments with the RFI number and sequential page number 2 Attachments shall be electronic files in Adobe Acrobat PDF format. 3 All RFIs are to be submitted electronically via email. E Architect's Action Architect will review each RFI determine action required and return it. Allow seven working days for Architect's response for each RFI RFIs received after 1 00 p m will be considered as received the following working day 1 The following RFIs will be returned without action a Requests for approval of submittals b Requests for approval of substitutions c. Requests for coordination information already indicated in the Contract Documents d Requests for adjustments in the Contract Time or the Contract Sum e. Requests for interpretation of Architect's actions on submittals. f Incomplete RFIs or RFIs with numerous errors 2 Architect's action may include a request for additional information in which case Architect's time for response will start again 3 Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 1 Section "Contract Modification Procedures. PROJECT MANAGEMENT AND COORDINATION 01310 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum notify Architect in writing within 10 days of receipt of the RFI response F On receipt of Architect's action update the RFI log and immediately distribute the RFI response to affected parties Review response and notify Architect within seven days if Contractor disagrees with response G RFI Log Prepare maintain, and submit a tabular log of RFIs organized by the RFI number Submit log weekly Software log with not Tess than the following 1 Project name 2 Name and address of Contractor 3 Name and address of Architect. 4 RFI number including RFIs that were dropped and not submitted 5 RFI description 6 Date the RFI was submitted 7 Date Architect's response was received 8 Identification of related Minor Change in the Work, Construction Change Directive and Proposal Request, as appropriate 9 Identification of related Field Order Work Change Directive and Proposal Request, as appropriate PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION PROJECT MANAGEMENT AND COORDINATION 01310 Page 8 DOCUMENT REFERENCE. DESCRIPTION: REQUEST REPLY CONTRACTOR NAME CONTRACTOR ADDRESS REQUEST FOR INTERPRETATION PROJECT Clallam County Courthouse West Wing RFI NO Level I Remodel CONTRACTOR. DATE. REPLY REQUIRED BY SIGNED' SIGNED DATE. CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01315 ELECTRONIC MEDIA PROVISIONS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemen- tary Conditions and other Division 1 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes administrative provisions for electronic media on the Project in- cluding but not limited to the following 1 Use of electronic communications 2. Electronic media. 1 3 USE OF ELECTRONIC COMMUNICATIONS A. Provide for electronic communications with the Architect utilizing computer hardware and software as approved by the Architect, including the following 1 Word Processing Microsoft Word (Latest Version) (MS Word) 2 Spread Sheets. Microsoft Excel (MS Excel) 3 E -Mail Any standard service provider offering transmittal of E -Mail messages and MS Word MS Excel, txt, bmp of pic, and similar files as attachments 4 Computer Aided Design (CAD) If used by the Contractor the software must, in some conventionally manageable way be compatible with AutoCad V2002 B Unless otherwise provided for communications between the Contractor and the Archi- tect should utilize electronic communications for the following 1 Request for Interpretation (RFI) 2 Modification Proposal Request. 3 Submittals. 4 Other as directed 1 4 ELECTRONIC MEDIA A. Standard forms. Standard forms required by the Contract Documents will be provided in electronic media to the Contractor B Construction Documents (Specifications and Drawings) 1 All requests for copies of the Construction Documents will be made through the Contractor requests by subcontractors or vendors will not be acknowledged The Contractor will be responsible for the distribution of electronic media to the Contractor's subcontractors and suppliers. 2 Copies of the Construction Documents will be made available to the Contractor subject to the following ELECTRONIC MEDIA PROVISIONS 01315 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PART 2 PRODUCTS a. Release The Contractor will sign and return to the Architect, the Electronic Media Release Form included as part of this Section and will reimburse the Architect the designated fee before any electronic media is released b Documents are AutoCad Version 2002 and will not be modified by the Ar- chitect for Contractor's use 2.1 RECORD DRAWINGS A. Electronic record drawings for all disciplines, except where specifically required in specifications (i e Control Systems, Fire Protection Systems, etc.) are to be completed by Contractor from Contractor's redline as -built drawings. Contractor is required to complete both as- built, and record drawings as defined in Section 01770 'Closeout Procedures PART 3 EXECUTION (Not Used) END OF SECTION ELECTRONIC MEDIA PROVISIONS 01315 Page 2 ELECTRONIC MEDIA RELEASE This release for electronic media is dated the between the Contractor and Beaman Architecture Ltd It is understood that the Contractor has requested to have Beaman Architecture, Ltd. supply to the Contractor electronic media containing information on the Clallam County Courthouse West Wing Level 1 Remodel (hereinafter referred to as the Project) for use by the Contractor or others as the Contractor deems appropriate. Therefore the Contractor and Beaman Architecture Ltd agree as follows The electronic files provided to the Contractor by Beaman Architecture, Ltd. for the Project may be used by the Contractor for the processing of submittals for the Project. If the Contractor chooses to use or alter in any way in whole or in part, the electronic files provided for the Project, the Contractor agrees that such use shall be without liability or legal exposure to Beaman Architecture Ltd. Because information and data provided electronically may be altered whether inadvertently or otherwise, the electronic files are provided solely as a convenience to the Contractor by Beaman Architecture Ltd and shall NOT be considered Drawings of Record' or as 'Construction Documents All documents considered "Drawings of Record' or Construction Documents shall be HARDCOPY and shall be accompanied by a professional's stamp and signature The HARDCOPY shall be referred to and shall govern in the event of any inconsistency between the HARDCOPY and the information provided electronically All identification (such as logo surveyor's seal, etc.) reflecting the involvement of Beaman Architecture, Ltd in their preparation shall be removed from the electronic data. The Contractor is advised to check all electronic media for computer viruses before loading the files. The Contractor is fully responsible for intercepting and disabling viruses if any that may be inadvertently transmitted with the electronic files and hereby agrees, to indemnify and hold Beaman Architecture Ltd harmless, from and against all claims of any type or nature asserted by the Contractor or any party as a result of viruses inadvertently transmitted with the electronic files. Files distributed electronically are subject to data erosion erasure, alteration and /or systems and software become obsolete in time. By accepting these electronic files the Contractor acknowledges these risks and agrees to waive all claims against Beaman Architecture Ltd should erosion erasure and or alteration of these electronic files occurs. Signed Signed Beaman Architecture, Ltd. Title Company Date Title Job No Date. ELECTRONIC MEDIA RELEASE 01315 (FORM) CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following 1 Preliminary Construction Schedule 2 Contractor's Construction Schedule 3 Submittals Schedule. 4 Construction reports. 5 Field condition reports 6 Special reports B Related Sections include the following 1 Division 1 Section 'Payment Procedures' for submitting the Schedule of Values 2 Division 1 Section 'Project Management and Coordination" for submitting and distributing meeting and conference minutes 3 Division 1 Section 'Submittal Procedures for submitting schedules and reports 4 Division 1 Section 'Quality Requirements' for submitting a schedule of tests and inspections 13 DEFINITIONS A. Activity A discrete part of a project that can be identified for planning scheduling monitoring and controlling the construction project. Activities included in a construction schedule consume time and resources. 1 Critical activities are activities on the critical path They must start and finish on the planned early start and finish times. 2 Predecessor Activity An activity that precedes another activity in the network. 3 Successor Activity' An activity that follows another activity in the network. B Cost Loading The allocation of the Schedule of Values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum unless otherwise approved by Architect. C CPM Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Network calculations determine when activities can be performed and the critical path of Project. D Critical Path The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. E. Event: The starting or ending point of an activity F Float: The measure of leeway in starting and completing an activity 1 Float time belongs to Owner 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity 3 Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date G Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail H Major Area. A story of construction a separate building or a similar significant construction element. Milestone A key or critical point in time for reference or measurement. J Network Diagram A graphic diagram of a network schedule showing activities and activity relationships K. Resource Loading The allocation of manpower and equipment necessary for the completion of an activity as scheduled 14 SUBMITTALS A. Qualification Data. For scheduling consultant. B Submittals Schedule Submit three copies of schedule Arrange the following information in a tabular format: 1 Scheduled date for first submittal. 2. Specification Section number and title 3 Submittal category (action or informational) 4 Name of subcontractor 5 Description of the Work covered 6 Scheduled date for Architect's final release or approval C Preliminary Construction Schedule Submit two opaque copies 1 Approval of cost loaded preliminary construction schedule will not constitute approval of Schedule of Values for cost loaded activities. D Contractor's Construction Schedule Submit two opaque copies of initial schedule large enough to show entire schedule for entire construction period CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Submit an electronic copy of schedule using software indicated on CD -R, and labeled to comply with requirements for submittals Include type of schedule (Initial or Updated) and date on label E Construction Reports Submit two copies at weekly intervals F Field Condition Reports Submit two copies at time of discovery of differing conditions. G Special Reports Submit two copies at time of unusual event. 1 5 QUALITY ASSURANCE A. Scheduling Consultant Qualifications An experienced specialist in CPM scheduling and reporting with capability of producing CPM reports and diagrams within 24 hours of Architect's request. 16 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors B Coordinate Contractor's Construction Schedule with the Schedule of Values list of subcontracts Submittals Schedule progress reports, payment requests, and other required schedules and reports. 1 Secure time commitments for performing critical elements of the Work from parties involved. 2 Coordinate each construction activity in the network with other activities and schedule them in proper sequence PART 2 PRODUCTS 2 1 SUBMITTALS SCHEDULE A. Preparation Submit a schedule of submittals arranged in chronological order by dates required by construction schedule Include time required for review re- submittal ordering manufacturing fabrication and delivery when establishing dates. 1 Coordinate Submittals Schedule with list of subcontracts the Schedule of Values and Contractor's Construction Schedule 2 Initial Submittal: Submit concurrently with preliminary bar -chart schedule Include submittals required during the first 60 days of construction List those required to maintain orderly progress of the Work and those required early because of long lead -time for manufacture or fabrication a. At Contractor's option show submittals on the Preliminary Construction Schedule instead of tabulating them separately 3 Final Submittal Submit concurrently with the first complete submittal of Contractor's Construction Schedule CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures. Comply with procedures contained in AGC's 'Construction Planning Scheduling B Time Frame Extend schedule from date established for the Notice to Proceed to date of Final Completion 1 Contract completion date shall not be changed by submission of a schedule that shows an early completion date unless specifically authorized by Change Order C Activities Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following. 1 Activity Duration Define activities so no activity is longer than 20 days unless specifically allowed by Architect. 2. Procurement Activities Include procurement process activities for the following long lead items and major items requiring a cycle of more than 60 days as separate activities in schedule Procurement cycle activities include but are not limited to submittals approvals purchasing fabrication and delivery 3 Submittal Review Time Include review and re- submittal times indicated in Division 1 Section 'Submittal Procedures' in schedule Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule 4 Startup and Testing Time Include not less than 21 days for startup and testing 5 Substantial Completion Indicate completion in advance of date established for Substantial Completion and allow time for Architect's administrative procedures necessary for certification of Substantial Completion D Constraints Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule and show how the sequence of the Work is affected 1 Phasing Arrange list of activities on schedule by phase 2. Work under More Than One Contract: Include a separate activity for each contract. 3 Work by Owner Include a separate activity for each portion of the Work performed by Owner 4 Products Ordered in Advance Include a separate activity for each product. Include delivery date indicated in Division 1 Section 'Summary Delivery dates indicated stipulate the earliest possible delivery date. 5 Owner Furnished Products Include a separate activity for each product. Include delivery date indicated in Division 1 Section 'Summary Delivery dates indicated stipulate the earliest possible delivery date 6 Work Restrictions. Show the effect of the following items on the schedule a Coordination with existing construction b Limitations of continued occupancies c. Uninterruptible services. d Partial occupancy before Substantial Completion e Use of premises restrictions. f Provisions for future construction CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL g Seasonal variations h Environmental control. 7 Work Stages. Indicate important stages of construction for each major portion of the Work, including but not limited to the following a. Subcontract awards. b Submittals c. Purchases. d Mockups. e Fabrication f Sample testing g. Deliveries. h Installation i Tests and inspections Adjusting k. Curing I Startup and placement into final use and operation 8 Area Separations Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following a. Structural completion b Permanent space enclosure c. Completion of mechanical installation d Completion of electrical installation e Substantial Completion E. Milestones Include milestones indicated in the Contract Documents in schedule including but not limited to the Notice to Proceed Substantial Completion and Final Completion F Contract Modifications For each proposed contract modification and concurrent with its submission prepare a time impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule G Computer Software Prepare schedules using a program that has been developed specifically to manage construction schedules 1 Microsoft Project. 2 3 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar -Chart Schedule Submit preliminary horizontal bar chart-type construction schedule within seven days of date established for the Notice to Proceed. B Preparation: Indicate each significant construction activity separately Identify first workday of each week with a continuous vertical line Outline significant construction CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL activities for first 60 days of construction Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 2 4 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. CPM Schedule. Prepare Contractor's Construction Schedule using a computerized time scaled CPM network analysis diagram for the Work. 1 Establish procedures for monitoring and updating CPM schedule and for reporting progress Coordinate procedures with progress meeting and payment request dates 2 Use one workday as the unit of time Include list of nonworking days and holidays incorporated into the schedule B CPM Schedule Preparation Prepare a list of all activities required to complete the Work. Using the preliminary network diagram prepare a skeleton network to identify probable critical paths 1 Activities Indicate the estimated time duration sequence requirements and relationship of each activity in relation to other activities Include estimated time frames for the following activities a Preparation and processing of submittals b Mobilization and demobilization. c Purchase of materials d Delivery e Fabrication f Utility interruptions g Installation h Testing 2 Critical Path Activities Identify critical path activities including those for interim completion dates Scheduled start and completion dates shall be consistent with Contract milestone dates. 3 Processing Process data to produce output data on a computer -drawn time scaled network. Revise data reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time 4 Format: Mark the critical path Locate the critical path near center of network; locate paths with most float near the edges C Schedule Updating Concurrent with making revisions to schedule prepare tabulated reports showing the following 1 Identification of activities that have changed 2 Changes in early and late start dates 3 Changes in early and late finish dates. 4 Changes in activity durations in workdays 5 Changes in the critical path 6 Changes in total float or slack time 7 Changes in the Contract Time CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2 5 REPORTS A. Construction Reports Prepare a weekly construction report recording the following information concerning events at Project site 1 List of subcontractors at Project site. 2. List of separate contractors at Project site 3 Approximate count of personnel at Project site 4 Equipment at Project site 5 Material deliveries. 6 High and low temperatures and general weather conditions 7 Accidents. 8 Meetings and significant decisions 9 Unusual events (refer to special reports) 10 Stoppages delays, shortages and losses 11 Emergency procedures 12 Orders and requests of authorities having jurisdiction 13 Change Orders received and implemented 14 Construction Change Directives received and implemented 15 Services connected and disconnected 16 Equipment or system tests and startups 17 Partial Completions and occupancies 18 Substantial Completions authorized B Field Condition Reports Immediately on discovery of a difference between field conditions and the Contract Documents prepare and submit a detailed report. Submit with a request for interpretation Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents 2 6 SPECIAL REPORTS A. General' Submit special reports directly to Owner within one day of an occurrence Distribute copies of report to parties affected by the occurrence B Reporting Unusual Events. When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events persons participating responses by Contractor's personnel evaluation of results or effects and similar pertinent information Advise Owner in advance when these events are known or predictable PART 3 EXECUTION 3 1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning evaluation and reporting using CPM scheduling 1 In -House Option Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques Submit qualifications. CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2 Meetings Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B Contractor's Construction Schedule Updating At monthly intervals update schedule to reflect actual construction progress and activities Issue schedule one week before each regularly scheduled progress meeting 1 Revise schedule immediately after each meeting or other activity where revisions have been recognized or made Issue updated schedule concurrently with the report of each such meeting 2 Include a report with updated schedule that indicates every change including but not limited to changes in logic durations actual starts and finishes and activity durations 3 As the Work progresses indicate Actual Completion percentage for each activity C Distribution Distribute copies of approved schedule to Architect, Owner separate contractors testing and inspecting agencies and other parties identified by Contractor with a need -to -know schedule responsibility 1 Post copies in Project meeting rooms and temporary field offices 2. When revisions are made distribute updated schedules to the same parties and post in the same locations Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities END OF SECTION CONSTRUCTION PROGRESS DOCUMENTATION 01320 Page 8 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01330 SUBMITTAL PROCEDURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples and other submittals B Related Sections include the following' 1 Division 1 Section 'Payment Procedures for submitting Applications for Payment and the Schedule of Values 2. Division 1 Section 'Project Management and Coordination' for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings 3 Division 1 Section 'Construction Progress Documentation for submitting schedules and reports including Contractor's Construction Schedule and the Submittals Schedule 4 Division 1 Section 'Quality Requirements' for submitting test and inspection reports and for mockup requirements 5 Division 1 Section 'Closeout Procedures for submitting warranties Project Record Documents and maintenance manuals 6 Divisions 2 through 16 Sections for specific requirements for submittals in those Sections 13 DEFINITIONS A. Action Submittals Written and graphic information that requires Architect's responsive action B Informational Submittals. Written information that does not require Architect's responsive action Submittals may be rejected for not complying with requirements 1 4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will be provided by the Architect for Contractor's use in preparing submittals Contractor is to reimburse Architect for all costs associated with handling processing delivery etc. of Contractor's request. B Coordination Coordinate preparation and processing of submittals with performance of construction activities SUBMITTAL PROCEDURES 01330 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Coordinate each submittal with fabrication purchasing testing delivery other submittals and related activities that require sequential activity 2 Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination C Submittals Schedule Comply with requirements in Division 1 Section "Construction Progress Documentation for list of submittals and time requirements for scheduled performance of related construction activities D Processing Time Allow enough time for submittal review including time for re- submittals as follows Time for review shall commence on Architect's receipt of submittal 1 Initial Review Allow 5 days for initial review of each submittal Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submittal being processed must be delayed for coordination 2 Concurrent Review Where concurrent review of submittals by Architect's consultants Owner or other parties is required allow 15 days for initial review of each submittal 3 Direct Transmittal to Consultant: Where the Contract Documents indicate that submittals may be transmitted directly to Architect's consultants provide duplicate copy of transmittal to Architect. Submittal will be returned to Architect before being returned to Contractor 4 Concurrent Consultant Review Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants allow 15 days for review of each submittal Submittal will be returned to Architect before being returned to Contractor 5 If intermediate submittal is necessary process it in the same manner as initial submittal 6 Allow 15 days for processing each re- submittal 7 No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing E Identification Place a permanent label or title block on each submittal for identification 1 Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3 Include the following information on label for processing and recording action taken a. Project name b Date c. Name and address of Architect. d Name and address of Contractor e Name and address of subcontractor f Name and address of supplier g Name of manufacturer h Unique identifier including revision number SUBMITTAL PROCEDURES 01330 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL i Number and title of appropriate Specification Section j Drawing number and detail references, as appropriate k. Location(s) where product is to be installed as appropriate I Other necessary identification F Deviations Highlight, encircle or otherwise specifically identify deviations from the Contract Documents on submittals G Transmittal Package each submittal individually and appropriately for transmittal and handling Transmit each submittal using a transmittal form. Architect will discard submittals received from sources other than Contractor 1 Transmittal Form Use facsimile of sample form at end of Section 2. Include the following information PART 2 PRODUCTS a. Project name b Date. c Destination (To d Source (From e Names of subcontractor manufacturer and supplier f Category and type of submittal g Submittal purpose and description h Specification Section number and title Drawing number and detail references, as appropriate Submittal and transmittal distribution record k. Remarks I Signature of transmitter H Distribution. Furnish copies of final submittals to manufacturers subcontractors suppliers fabricators installers authorities having jurisdiction and others as necessary for performance of construction activities Show distribution on transmittal forms I Use for Construction Use only final submittals with mark indicating action taken by Architect in connection with construction 1 5 CONTRACTOR'S USE OF ARCHITECTS CAD FILES A. General. At Contractor's written request, copies of Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the conditions listed in Section 01315 and 1 4.A. 2 1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. SUBMITTAL PROCEDURES 01330 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Number of Copies Submit three copies of each submittal unless otherwise indicated. Architect will return two copies Mark up and retain one returned copy as a Project Record Document. 2 Number of Copies Submit copies of each submittal as follows, unless otherwise indicated a. Initial Submittal. Submit a preliminary single copy of each submittal where selection of options color pattern texture or similar characteristics is required Architect will return submittal with options selected b Final Submittal: Submit three copies, unless copies are required for operation and maintenance manuals Submit five copies where copies are required for operation and maintenance manuals Architect will retain one copy remainder will be returned Mark up and retain one returned copy as a Project Record Document. B Product Data Collect information into a single submittal for each element of construction and type of product or equipment. 1 If information must be specially prepared for submittal because standard printed data are not suitable for use submit as Shop Drawings not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable 3 Include the following information as applicable a. Manufacturer's written recommendations b Manufacturer's product specifications c Manufacturer's installation instructions d Standard color charts e Manufacturer's catalog cuts f Wiring diagrams showing factory- installed wiring g Printed performance curves. h Operational range diagrams Mill reports. Standard product operation and maintenance manuals. k. Compliance with recognized trade association standards. I Compliance with recognized testing agency standards m Application of testing agency labels and seals n Notation of coordination requirements C Shop Drawings Prepare Project specific information drawn accurately to scale Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1 Preparation Include the following information as applicable a. Dimensions. b Identification of products. c. Fabrication and installation drawings. d Roughing -in and setting diagrams. e. Wiring diagrams showing field- installed wiring including power signal and control wiring SUBMITTAL PROCEDURES 01330 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL f Shop -work manufacturing instructions g Templates and patterns h Schedules. Design calculations Compliance with specified standards. k. Notation of coordination requirements. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n Seal and signature of professional engineer if specified o Wiring Diagrams. Differentiate between manufacturer installed and field installed wiring 2 Sheet Size Except for templates, patterns and similar full -size drawings, submit Shop Drawings on sheets at least 8 -1/2 by 11 inches but no larger than 24 by 36 inches. 3 Number of Copies. Submit copies of each submittal, as follows. a Initial Submittal Submit two blue- or black -line prints. Architect will return one print. b Final Submittal Submit three black -line prints, unless prints are required for operation and maintenance manuals. Submit five prints where prints are required for operation and maintenance manuals Architect will retain one print; remainder will be returned Mark up and retain one returned print as a Project Record Drawing D Coordination Drawings. Comply with requirements in Division 1 Section 'Project Management and Coordination E Samples. Prepare physical units of materials or products, including the following 1 Comply with requirements in Division 1 Section 'Quality Requirements for mockups. 2. Samples for Initial Selection Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 3 Samples for Verification Submit full -size units or Samples of size indicated prepared from the same material to be used for the Work, cured and finished in manner specified and physically identical with the product proposed for use and that show full range of color and texture variations expected Samples include but are not limited to the following partial sections of manufactured or fabricated components, small cuts or containers of materials, complete units of repetitively used materials; swatches showing color texture, and pattern, color range sets and components used for independent testing and inspection 4 Preparation Mount, display or package Samples in manner specified to facilitate review of qualities indicated Prepare Samples to match Architect's sample where so indicated Attach label on unexposed side that includes the following a Generic description of Sample b Product name or name of manufacturer c. Sample source SUBMITTAL PROCEDURES 01330 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 5 Additional Information On an attached separate sheet, prepared on Contractor's letterhead provide the following a Size limitations. b Compliance with recognized standards c Availability d Delivery time 6 Submit Samples for review of kind color pattern and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed a If variation in color pattern texture or other characteristic is inherent in the product represented by a Sample submit at least three sets of paired units that show approximate limits of the variations. b Refer to individual Specification Sections for requirements for Samples that illustrate workmanship fabrication techniques details of assembly connections operation and similar construction characteristics 7 Number of Samples for Initial Selection Submit one full set of available choices where color pattern texture or similar characteristics are required to be selected from manufacturer's product line Architect will return submittal with options selected 8 Number of Samples for Verification Submit three sets of Samples Architect will retain one Sample set; remainder will be returned Mark up and retain one returned Sample set as a Project Record Sample a. Submit a single Sample where assembly details workmanship fabrication techniques connections operation and other similar characteristics are to be demonstrated 9 Disposition Maintain sets of approved Samples at Project site available for quality control comparisons throughout the course of construction activity Sample sets may be used to determine final acceptance of construction associated with each set. a Samples not incorporated into the Work, or otherwise designated as Owner's property are the property of Contractor F Product Schedule or List: Prepare a written summary indicating types of products required for the Work and their intended location Include the following information in tabular form 1 Type of product. Include unique identifier for each product. 2 Number and name of room or space 3 Location within room or space G Contractor's Construction Schedule. Comply with requirements specified in Division 1 Section 'Construction Progress Documentation for Construction Manager's action SUBMITTAL PROCEDURES 01330 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL H Submittals Schedule Comply with requirements specified in Division 1 Section 'Construction Progress Documentation I Application for Payment: Comply with requirements specified in Division 1 Section 'Payment Procedures. J Schedule of Values. Comply with requirements specified in Division 1 Section 'Payment Procedures. K. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design Use form at end of Section. 1 Number of Copies Submit three copies of subcontractor list, unless otherwise indicated Architect will return two copies. a Mark up and retain one returned copy as a Project Record Document. 2.2 INFORMATIONAL SUBMITTALS A. General Prepare and submit Informational Submittals required by other Specification Sections 1 Number of Copies Submit two copies of each submittal unless otherwise indicated Architect will not return copies 2 Certificates and Certifications Provide a notarized statement that includes signature of Contractor testing agency or design professional responsible for preparing certification Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of the company 3 Test and Inspection Reports. Comply with requirements specified in Division 1 Section 'Quality Requirements B Contractor's Construction Schedule Comply with requirements specified in Division 1 Section 'Construction Progress Documentation C Qualification Data Prepare written information that demonstrates capabilities and experience of firm or person Include lists of completed projects with project names and addresses names and addresses of architects and owners, and other information specified D Welding Certificates Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified E. Installer Certificates Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and where required is authorized for this specific Project. SUBMITTAL PROCEDURES 01330 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL F Manufacturer Certificates Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements Include evidence of manufacturing experience where required G Product Certificates. Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. H Material Certificates. Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. I Material Test Reports Prepare reports written by a qualified testing agency on testing agency's standard form indicating and interpreting test results of material for compliance with requirements J Product Test Reports. Prepare written reports indicating current product produced by manufacturer complies with requirements Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency or on comprehensive tests performed by a qualified testing agency K. Maintenance Data Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section L. Manufacturer's Instructions Prepare written or published information that documents manufacturer's recommendations, guidelines and procedures for installing or operating a product or equipment. Include name of product and name address and telephone number of manufacturer Include the following as applicable 1 Preparation of substrates 2. Required substrate tolerances 3 Sequence of installation or erection 4 Required installation tolerances 5 Required adjustments 6 Recommendations for cleaning and protection M Manufacturer's Field Reports. Prepare written information documenting factory- authorized service representative's tests and inspections Include the following as applicable 1 Name address, and telephone number of factory- authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3 Statement that products at Project site comply with requirements. 4 Summary of installation procedures being followed whether they comply with requirements and if not, what corrective action was taken 5 Results of operational and other tests and a statement of whether observed performance complies with requirements. 6 Statement whether conditions products, and installation will affect warranty 7 Other required items indicated in individual Specification Sections. SUBMITTAL PROCEDURES 01330 Page 8 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL N Insurance Certificates and Bonds Prepare written information indicating current status of insurance or bonding coverage Include name of entity covered by insurance or bond limits of coverage, amounts of deductibles if any and term of the coverage 0 Material Safety Data Sheets (MSDS's) Submit information directly to Owner If submitted to Architect, Architect will not review this information and will return it with no action taken PART 3 EXECUTION 3 1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B Approval Stamp Stamp each submittal with a uniform approval stamp Include Project name and location submittal number Specification Section title and number name of reviewer date of Contractor's approval and statement certifying that submittal has been reviewed checked and approved for compliance with the Contract Documents 3.2 ARCHITECT'S ACTION A. General Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B Action Submittals Architect will review each submittal, make marks to indicate corrections or modifications required and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken as follows. NO EXCEPTIONS NOTED IMPLEMENT EXCEPTIONS NOTED REVISE AND RESUBMIT REJECTED This conditional review is limited in scope and not detailed and is only for conformance with design concept and general compliance with the information given in the Contract Documents. The Contractor is responsible for confirming quantities, verifying dimensions selecting fabrication procedures, construction techniques, coordinating and safely performing the Work. The Architect has not reviewed and is not responsible for substitutions to or deviations from the Contract Documents not clearly noted by the Contractor and specifically accepted by the Architect in writing or by the Architect's issuance of a Field Order By Date. BEAMAN ARCHITECTURE, LTD SUBMITTAL PROCEDURES 01330 Page 9 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Informational Submittals Architect will review each submittal and will not return it, or will reject and return it if it does not comply with requirements Architect will forward each submittal to appropriate party D Partial submittals are not acceptable will be considered non responsive, and will be returned without review E. Submittals not required by the Contract Documents may not be reviewed and may be discarded END OF SECTION SUBMITTAL PROCEDURES 01330 Page 10 PROJECT (Name and address). TO (Name and address): FROM (Name and address): WE TRANSMIT 0 Attached 0 Under separate cover VIA. 0 Overnight delivery 0 Mail 0 E -mail 0 Courier 0 Fax FOR. 0 Approval I Action 0 Information 0 Use as requested 0 Comment 0 Distribution 0 Other THE FOLLOWING. 0 Drawings 0 Specifications 0 Digital files 0 Submittals 0 Other NO OF COPIES DATE FORMAT DESCRIPTION REMARKS BY Contract Administration Transmittal Letter COPIES TO 0 Other Contract Administration List of Subcontractors PROJECT (Name and address) TO (Architect). ARCHITECTS PROJECT NUMBER: FROM (Contractor). CONTRACTORS PROJECT NUMBER: (List Subcontractors and others proposed to be employed on the above Project as required by the bidding documents) Page of Date Work /Firm Name Address /Phone Superintendent CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B Testing and inspecting services are required to verify compliance with requirements specified or indicated These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1 Specific quality- assurance and control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2 Specified tests inspections and related actions do not limit Contractor's other quality- assurance and control procedures that facilitate compliance with the Contract Document requirements 3 Requirements for Contractor to provide quality- assurance and control services required by Architect, Owner or authorities having jurisdiction are not limited by provisions of this Section C Related Sections include the following 1 Division 1 Section 'Construction Progress Documentation for developing a schedule of required tests and inspections 2 Division 1 Section 'Cutting and Patching' for repair and restoration of construction disturbed by testing and inspecting activities 3 Divisions 2 through 16 Sections for specific test and inspection requirements. 13 DEFINITIONS A. Quality- Assurance Services. Activities actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements B Quality- Control Services Tests, inspections procedures and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements Services do not include contract enforcement activities performed by Architect. QUALITY REQUIREMENTS 01400 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Pre construction Testing Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria D Product Testing Tests and inspections that are performed by an NRTL, an NVLAP or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction to establish product performance and compliance with industry standards. E Source Quality Control Testing Tests and inspections that are performed at the source i e. plant, mill, factory or shop F Field Quality- Control Testing Tests and inspections that are performed on -site for installation of the Work and for completed Work. G Testing Agency An entity engaged to perform specific tests inspections or both Testing laboratory shall mean the same as testing agency H Installer /Applicator /Erector Contractor or another entity engaged by Contractor as an employee Subcontractor or Sub subcontractor to perform a particular construction operation including installation erection application and similar operations 1 Using a term such as carpentry' does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name such as carpenter It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name Experienced. When used with an entity experienced' means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated and having complied with requirements of authorities having jurisdiction 1 4 CONFLICTING REQUIREMENTS A. General If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding B Minimum Quantity or Quality Levels The quantity or quality level shown or specified shall be the minimum provided or performed The actual installation may comply exactly with the minimum quantity or quality specified or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum as appropriate for the context of requirements Refer uncertainties to Architect for a decision before proceeding 1 5 QUALITY ASSURANCE A. General Qualifications paragraphs in this Article establish the minimum qualification levels required individual Specification Sections specify additional requirements. QUALITY REQUIREMENTS 01400 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Installer Qualifications. A firm or individual experienced in installing erecting or assembling work similar in material design and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in- service performance C Manufacturer Qualifications A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in- service performance as well as sufficient production capacity to produce required units. D Fabricator Qualifications A firm experienced in producing products similar to those indicated for this Project and with a record of successful in- service performance, as well as sufficient production capacity to produce required units E. Professional Engineer Qualifications. A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated Engineering services are defined as those performed for installations of the system assembly or product that are similar to those indicated for this Project in material design and extent. F Specialists. Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated 1 Requirement for specialists shall not supersede building codes and regulations governing the Work. G Testing Agency Qualifications An NRTL, an NVLAP or an independent agency with the experience and capability to conduct testing and inspecting indicated as documented according to ASTM E 548 and with additional qualifications specified in individual Sections, and where required by authorities having jurisdiction that is acceptable to authorities 1 NRTL. A nationally recognized testing laboratory according to 29 CFR 1910 7 2. NVLAP A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H Factory- Authorized Service Representative Qualifications An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material design and extent to those indicated for this Project. I Preconstruction Testing Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods comply with the following 1 Contractor responsibilities include the following a. Provide test specimens representative of proposed products and construction QUALITY REQUIREMENTS 01400 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL b Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c Provide sizes and configurations of test assemblies mockups and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements d Build site assembled test assemblies and mockups using installers who will perform same tasks for Project. e. Build laboratory mockups at testing facility using personnel, products and methods of construction indicated for the completed Work. f When testing is complete remove test specimens assemblies, mockups and laboratory mockups* do not reuse products on Project. 2 Testing Agency Responsibilities* Submit a certified written report of each test, inspection, and similar quality- assurance service to Architect, with copy to Contractor Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents 1 6 QUALITY CONTROL A. Owner Responsibilities Where quality control services are indicated as Owner's responsibility Owner will engage a qualified testing agency to perform these services 1 Owner will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform 2. Payment for these services will be made from testing and inspecting allowances as authorized by Change Orders. 3 Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor and the Contract Sum will be adjusted by Change Order B Tests and inspections not explicitly assigned to Owner are Contractor's responsibility Unless otherwise indicated provide quality control services specified and those required by authorities having jurisdiction Perform quality control services required of Contractor by authorities having jurisdiction whether specified or not. 1 Where services are indicated as Contractor's responsibility engage a qualified testing agency to perform these quality- control services a. Contractor shall not employ same entity engaged by Owner unless agreed to in writing by Owner 2 Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed 3 Where quality- control services are indicated as Contractor's responsibility submit a certified written report, in duplicate of each quality control service 4 Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility 5 Submit additional copies of each written report directly to authorities having jurisdiction when they so direct. QUALITY REQUIREMENTS 01400 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Manufacturer's Field Services Where indicated engage a factory- authorized service representative to inspect field- assembled components and equipment installation including service connections Report results in writing as specified in Division 1 Section 'Submittal Procedures D Retesting /Reinspecting Regardless of whether original tests or inspections were Contractor's responsibility provide quality control services, including retesting and reinspecting for construction that replaced Work that failed to comply with the Contract Documents. E Testing Agency Responsibilities. Cooperate with Architect and Contractor in pefformance of duties. Provide qualified personnel to perform required tests and inspections. 1 Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in -situ tests are conducted 3 Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements 4 Submit a certified written report, in duplicate of each test, inspection and similar quality control service through Contractor 5 Do not release revoke alter or increase the Contract Document requirements or approve or accept any portion of the Work. 6 Do not perform any duties of Contractor F Associated Services. Cooperate with agencies performing required tests inspections and similar quality control services and provide reasonable auxiliary services as requested Notify agency sufficiently in advance of operations to permit assignment of personnel Provide the following 1 Access to the Work. 2 Incidental labor and facilities necessary to facilitate tests and inspections 3 Adequate quantities of representative samples of materials that require testing and inspecting Assist agency in obtaining samples 4 Facilities for storage and field curing of test samples 5 Delivery of samples to testing agencies. 6 Preliminary design mix proposed for use for material mixes that require control by testing agency 7 Security and protection for samples and for testing and inspecting equipment at Project site G Coordination Coordinate sequence of activities to accommodate required quality assurance and control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1 Schedule times for tests, inspections, obtaining samples and similar activities H Schedule of Tests and Inspections. Prepare a schedule of tests inspections and similar quality control services required by the Contract Documents Submit schedule within 30 days of date established for the Notice to Proceed QUALITY REQUIREMENTS 01400 Page 5 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Distribution Distribute schedule to Owner Architect, testing agencies and each party involved in performance of portions of the Work where tests and inspections are required 1 7 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections. Owner will engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner and as follows 1 Verifying that manufacturer maintains detailed fabrication and quality control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2 Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services 3 Submitting a certified written report of each test, inspection and similar quality control service to the Architect with copy to Contractor and to authorities having jurisdiction 4 Submitting a final report of special tests and inspections at Substantial Completion which includes a list of unresolved deficiencies 5 Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents 6 Retesting and reinspecting corrected work. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3 1 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections Include the following 1 Date test or inspection was conducted 2. Description of the Work tested or inspected 3 Date test or inspection results were transmitted to Architect. 4 Identification of testing agency or special inspector conducting test or inspection B Maintain log at Project site Post changes and modifications as they occur Provide access to test and inspection log for Architect's reference during normal working hours 3 2 REPAIR AND PROTECTION A. General On completion of testing inspecting sample taking and similar services, repair damaged construction and restore substrates and finishes. 1 Provide materials and comply with installation requirements specified in other Specification Sections. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible QUALITY REQUIREMENTS 01400 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2. Comply with the Contract Document requirements for Division 1 Section "Cutting and Patching B Protect construction exposed by or for quality- control service activities. C Repair and protection are Contractor's responsibility regardless of the assignment of responsibility for quality control services END OF SECTION QUALITY REQUIREMENTS 01400 Page 7 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01420 REFERENCES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 DEFINITIONS A. General Basic Contract definitions are included in the Conditions of the Contract. B Approved' When used to convey Architect's action on Contractor's submittals applications and requests approved' is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C 'Directed' A command or instruction by Architect. Other terms including 'requested 'authorized, 'selected approved 'required and 'permitted' have the same meaning as 'directed D 'Indicated' Requirements expressed by graphic representations or in written form on Drawings in Specifications and in other Contract Documents Other terms including 'shown 'noted scheduled and specified' have the same meaning as 'indicated E 'Regulations Laws, ordinances statutes and lawful orders issued by authorities having jurisdiction and rules conventions and agreements within the construction industry that control performance of the Work. F 'Furnish Supply and deliver to Project site ready for unloading unpacking assembly installation, and similar operations G 'Install' Operations at Project site including unloading temporarily storing unpacking assembling erecting placing anchoring applying working to dimension finishing curing protecting cleaning and similar operations H 'Provide Furnish and install complete and ready for the intended use 'Project Site Space available for performing construction activities The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1 3 INDUSTRY STANDARDS A. Applicability of Standards Unless the Contract Documents include more stringent requirements applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced Such standards are made a part of the Contract Documents by reference. REFERENCES 01420 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Publication Dates Comply with standards in effect as of date of the Contract Documents unless otherwise indicated C Copies of Standards. Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity Copies of applicable standards are not bound with the Contract Documents 1 Where copies of standards are needed to perform a required construction activity obtain copies directly from publication source D Abbreviations and Acronyms for Standards and Regulations. Where abbreviations and acronyms are used in Specifications or other Contract Documents they shall mean the recognized name of the standards and regulations in the following list. Names telephone numbers and Web -site addresses are subject to change and are believed to be accurate and up -to -date as of the date of the Contract Documents ADAAG Americans with Disabilities Act (ADA) Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities Available from Access Board www access -board gov FED -STD Federal Standard (See FS) NES (Formerly National Evaluation Service) (See ICC -ES) 1 4 ABBREVIATIONS AND ACRONYMS (800) 872 2253 (202) 272 -0080 UFAS Uniform Federal Accessibility Standards (800) 872 2253 Available from Access Board (202) 272 -0080 www access -board gov A. Industry Organizations Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names telephone numbers, and Web -site addresses are subject to change and are believed to be accurate and up -to -date as of the date of the Contract Documents AA Aluminum Association Inc. (The) (202) 862 -5100 www aluminum org AAADM American Association of Automatic Door Manufacturers (216) 241 7333 www aaadm com AABC Associated Air Balance Council (202) 737 -0202 www.aabchq com AAMA American Architectural Manufacturers Association (847) 303 -5664 www aamanet.org REFERENCES 01420 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL AASHTO American Association of State Highway and Transportation Officials www transportation org ACI ACI International (American Concrete Institute) www aci- int.org (202) 624 -5800 AATCC American Association of Textile Chemists and Colorists (The) (919) 549 -8141 www aatcc.org (248) 848 -3700 ACPA American Concrete Pipe Association (972) 506 -7216 www concrete -pipe org AEIC Association of Edison Illuminating Companies Inc (The) (205) 257 -2530 www aeic.org AF &PA American Forest Paper Association (800) 878 -8878 www afandpa.org (202) 463 -2700 AGC Associated General Contractors of America (The) (703) 548 -3118 www agc.org Al Asphalt Institute (859) 288 -4960 www asphaltinstitute org AIA American Institute of Architects (The) (800) 242 -3837 www aia org (202) 626 -7300 AISC American Institute of Steel Construction (800) 644 -2400 www aisc.org (312) 670 -2400 AISI American Iron and Steel Institute (202) 452 -7100 www steel org AITC American Institute of Timber Construction (303) 792 -9559 www aitc- glulam org ALSC American Lumber Standard Committee Incorporated (301) 972 -1700 www alsc.org AMCA Air Movement and Control Association International Inc. (847) 394 -0150 www amca.org ANSI American National Standards Institute (202) 293 -8020 www ansi org APA APA The Engineered Wood Association (253) 565 -6600 www.apawood org REFERENCES 01420 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL ARI Air Conditioning Refrigeration Institute (703) 524 -8800 www ari.org ASCE American Society of Civil Engineers (800) 548 -2723 www asce org (703) 295 -6300 ASHRAE American Society of Heating Refrigerating and (800) 527 -4723 Air Conditioning Engineers www.ashrae org (404) 636 -8400 ASME ASME International (800) 843 -2763 (The American Society of Mechanical Engineers (212) 591 -7722 International) www asme.org ASSE American Society of Sanitary Engineering (440) 835 -3040 www asse- plumbing org ASTM ASTM International (610) 832 9585 (American Society for Testing and Materials International) www astm.org AWCI AWCI International (703) 534 -8300 (Association of the Wall and Ceiling Industries International) www awci org AWCMA American Window Covering Manufacturers Association (Now WCSC) AWI Architectural Woodwork Institute (800) 449 -8811 www awinet.org (703) 733 -0600 AWPA American Wood Preservers' Association (334) 874 -9800 www awpa com AWS American Welding Society (800) 443 -9353 www aws org (305) 443 -9353 AWWA American Water Works Association (800) 926 -7337 www awwa.org (303) 794 -7711 BHMA Builders Hardware Manufacturers Association (212) 297 -2122 www buildershardware com CCC Carpet Cushion Council (203) 637 -1312 www carpetcushion org w3 pwgsc.gc.ca /cgsb (819) 956 -0425 CISCA Ceilings Interior Systems Construction Association (630) 584 -1919 www cisca.org REFERENCES 01420 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL CISPI Cast Iron Soil Pipe Institute (423) 892 -0137 www cispi.org CLFMI Chain Link Fence Manufacturers Institute (301) 596 -2583 www chainlinkinfo org CRI Carpet Rug Institute (The) www carpet -rug com (800) 882 -8846 (706) 278 -3176 CRSI Concrete Reinforcing Steel Institute (847) 517 -1200 www crsi org CSA CSA International (800) 463 -6727 (Formerly IAS International Approval Services) (416) 747 -4000 www csa- international org CSI Construction Specifications Institute (The) (800) 689 -2900 www csinet.org (703) 684 -0300 CTI Cooling Technology Institute (281) 583 -4087 (Formerly Cooling Tower Institute) www cti org DHI Door and Hardware Institute (703) 222 -2010 www dhi org EIA Electronic Industries Alliance (703) 907 7500 www eia.org EJCDC Engineers Joint Contract Documents Committee (800) 548 -2723 www asce org (703) 295 -6300 EJMA Expansion Joint Manufacturers Association Inc (914) 332 -0040 www ejma org ESD ESD Association (315) 339 -6937 www esda.org FM Factory Mutual System (Now FMG) FMG FM Global (Formerly FM Factory Mutual System) www fmglobal com (401) 275 -3000 GA Gypsum Association (202) 289 -5440 www gypsum.org GANA Glass Association of North America (785) 271 -0208 www glasswebsite com REFERENCES 01420 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL GRI (Now GSI) GS Green Seal (202) 872 -6400 www greenseal org GSI Geosynthetic Institute (610) 522 -8440 www geosynthetic- institute org HMMA Hollow Metal Manufacturers Association (Part of NAAMM) HPVA Hardwood Plywood Veneer Association (703) 435 -2900 www hpva.org HPW H P White Laboratory Inc (410) 838 -6550 www hpwhite com IAS International Approval Services (Now CSA International) ICEA Insulated Cable Engineers Association Inc. (770) 830 -0369 www icea net ICRI International Concrete Repair Institute Inc (847) 827 -0830 www icri org IEC International Electrotechnical Commission 41 22 919 02 11 www iec.ch IEEE Institute of Electrical and Electronics Engineers Inc. (The) (212) 419 -7900 www ieee org IESNA Illuminating Engineering Society of North America (212) 248 -5000 www iesna.org IGCC Insulating Glass Certification Council (315) 646 -2234 www igcc.org IGMA Insulating Glass Manufacturers Alliance (The) (613) 233 -1510 www igmaonline org ISO International Organization for Standardization 41 22 749 01 11 www iso ch ISSFA International Solid Surface Fabricators Association (702) 567 -8150 www issfa net ITU International Telecommunication Union 41 22 730 51 11 www itu.int/home REFERENCES 01420 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL LMA Laminating Materials Association (Now part of CPA) LPI Lightning Protection Institute (800) 488 -6864 www lightning org (847) 577 -7200 MBMA Metal Building Manufacturers Association (216) 241 7333 www mbma.com MFMA Metal Framing Manufacturers Association (312) 644 -6610 www metalframingmfg org MH Material Handling (Now MHIA) MHIA Material Handling Industry of America (800) 345 -1815 www mhia org (704) 676 -1190 MPI Master Painters Institute (888) 674 -8937 www paintinfo com MSS Manufacturers Standardization Society of The Valve and (703) 281 -6613 Fittings Industry Inc www mss -hq com NAAMM National Association of Architectural Metal Manufacturers (312) 332 -0405 www naamm org NACE NACE International (281) 228 -6200 (National Association of Corrosion Engineers International) www nace org NADCA National Air Duct Cleaners Association (202) 737 2926 www nadca com NAIMA North American Insulation Manufacturers Association (The) (703) 684 -0084 www naima org NCMA National Concrete Masonry Association (703) 713 -1900 www ncma org NCTA National Cable Telecommunications Association (202) 775 -3550 www ncta.com NEBB National Environmental Balancing Bureau (301) 977 -3698 www nebb org NECA National Electrical Contractors Association (301) 657 -3110 www necanet.org NEMA National Electrical Manufacturers Association (703) 841 3200 REFERENCES 01420 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL www nema.org NETA I nterNational Electrical Testing Association (303) 697 -8441 www netaworld org NFPA NFPA (800) 344 -3555 (National Fire Protection Association) (617) 770 -3000 www nfpa org NFRC National Fenestration Rating Council (301) 589 -1776 www nfrc.org NGA National Glass Association (703) 442 -4890 www glass org NHLA National Hardwood Lumber Association (800) 933 -0318 www natlhardwood org (901) 377 1818 NLGA National Lumber Grades Authority (604) 524 -2393 www nlga org NRCA National Roofing Contractors Association (800) 323 -9545 www nrca net (847) 299 -9070 NRMCA National Ready Mixed Concrete Association (888) 846 -7622 www nrmca org (301) 587 1400 NSF NSF International (800) 673 -6275 (National Sanitation Foundation International) (734) 769 -8010 www nsf org NSSGA National Stone Sand Gravel Association (800) 342 1415 www nssga.org (703) 525 -8788 OPL Omega Point Laboratories Inc. (800) 966 -5253 www opl.com (210) 635 -8100 PDCA Painting Decorating Contractors of America (800) 332 7322 www pdca.com (314) 514 -7322 PDI Plumbing Drainage Institute (800) 589 -8956 www pdionline.org (978) 557 -0720 PGI PVC Geomembrane Institute (217) 333 -3929 http. /pgi -tp ce uiuc.edu RCSC Research Council on Structural Connections (800) 644 -2400 www boltcouncil org (312) 670 -2400 RFCI Resilient Floor Covering Institute www rfci com (301) 340 -8580 REFERENCES 01420 Page 8 1 1 1 SAE SAE International (724) 776 -4841 www sae.org 1 SDI Steel Deck Institute (847) 462 -1930 www sdi.org I SDI Steel Door Institute (440) 899 -0010 www steeldoor org 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SEI Structural Engineering Institute (800) 548 -2723 www seinstitute com (703) 295 -6195 SGCC Safety Glazing Certification Council (315) 646 -2234 www sgcc.org SIA Security Industry Association (703) 683 -2075 www siaonline org SIGMA Sealed Insulating Glass Manufacturers Association (Now IGMA) SJI Steel Joist Institute (843) 626 -1995 www steeljoist.org SMACNA Sheet Metal and Air Conditioning Contractors' National Association www smacna org SPRI SPRI (Single Ply Roofing Institute) www spri.org (703) 803 -2980 (781) 647 7026 SSINA Specialty Steel Industry of North America (800) 982 -0355 www ssina.com (202) 342 -8630 SSPC SSPC The Society for Protective Coatings (877) 281 7772 www sspc org (412) 281 2331 SWI Steel Window Institute (216) 241 7333 www steelwindows.com SWRI Sealant, Waterproofing Restoration Institute (816) 472 7974 www swrionline org TCA Tile Council of America Inc (864) 646 -8453 www tileusa com TIA/EIA Telecommunications Industry Association /Electronic (703) 907 -7700 Industries Alliance www tiaonline org REFERENCES 01420 Page 9 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL TMS The Masonry Society (303) 939 -9700 www masonrysociety org UL Underwriters Laboratories Inc (800) 285 -4476 www ul.com (847) 272 -8800 UNI Uni -Bell PVC Pipe Association (972) 243 -3902 www uni -bell org WASTEC Waste Equipment Technology Association (800) 424 -2869 www wastec.org (202) 244 -4700 WCLIB West Coast Lumber Inspection Bureau (800) 283 -1486 www wclib org (503) 639 -0651 WMMPA Wood Molding Millwork Producers Association (800) 550 -7889 www wmmpa.com (530) 661 9591 WSRCA Western States Roofing Contractors Association www wsrca com WWPA Western Wood Products Association www wwpa org B Code Agencies. Where abbreviations and acronyms are used in Specifications or other Contract Documents they shall mean the recognized name of the entities in the following list. Names telephone numbers and Web -site addresses are subject to change and are believed to be accurate and up -to -date as of the date of the Contract Documents BOCA BOCA International Inc (See ICC) CABO Council of American Building Officials (See ICC) ICBO International Conference of Building Officials (See ICC) ICBO ICBO Evaluation Service Inc. ES (See ICC -ES) ICC International Code Council (Formerly* CABO Council of American Building Officials) www iccsafe org (800) 725 -0333 (650) 548 -0112 (503) 224 -3930 IAPMO International Association of Plumbing and Mechanical Officials (909) 472 -4100 www iapmo org (703) 931 -4533 REFERENCES 01420 Page 10 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL ICC -ES ICC Evaluation Service Inc. (800) 423 -6587 www icc -es org (562) 699 -0543 C Federal Government Agencies. Where abbreviations and acronyms are used in Specifications or other Contract Documents they shall mean the recognized name of the entities in the following list. Names telephone numbers, and Web -site addresses are subject to change and are believed to be accurate and up -to -date as of the date of the Contract Documents. CE Army Corps of Engineers www usace army mil CPSC Consumer Product Safety Commission (800) 638 -2772 www cpsc.gov (301) 504 -6816 DOC Department of Commerce (202) 482 -2000 www commerce gov DOD Department of Defense (215) 697 -6257 www dodssp daps mil DOE Department of Energy (202) 586 -9220 www eren doe gov EPA Environmental Protection Agency (202) 272 -0167 www epa.gov FAA Federal Aviation Administration (202) 366 -4000 www faa.gov FCC Federal Communications Commission (888) 225 -5322 www fcc.gov FDA Food and Drug Administration (888) 463 -6332 www fda gov GSA General Services Administration (800) 488 -3111 www gsa.gov (202) 501 1888 HUD Department of Housing and Urban Development (202) 708 -1112 www hud gov LBL Lawrence Berkeley National Laboratory (510) 486 -4000 www Ibl gov NCHR National Cooperative Highway Research Program P (See TRB) NIST National Institute of Standards and Technology (301) 975 -6478 www nist.gov REFERENCES 01420 Page 11 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL OSHA Occupational Safety Health Administration (800) 321 -6742 www osha.gov (202) 693 -1999 PBS Public Building Service (See GSA) PHS Office of Public Health and Science (202) 690 -7694 http. /phs os dhhs.gov RUS Rural Utilities Service (202) 720 -9540 (See USDA) SD State Department (202) 647 -4000 www state gov TRB Transportation Research Board (202) 334 -2934 www nas.edu /trb USDA Department of Agriculture (202) 720 -2791 www usda.gov USPS Postal Service (202) 268 -2000 www usps com PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION REFERENCES 01420 Page 12 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section 12 SUMMARY A. This Section includes requirements for temporary utilities support facilities and security and protection facilities B Related Sections include the following 1 Division 1 Section 'Summary' for limitations on utility interruptions and other work restrictions 2 Division 1 Section 'Submittal Procedures' for procedures for submitting copies of implementation and termination schedule and utility reports 3 Division 1 Section 'Execution Requirements for progress cleaning requirements. 4 Divisions 2 through 16 Sections for temporary heat, ventilation and humidity requirements for products in those Sections 1 3 USE CHARGES A. General Cost or use charges for temporary facilities shall be included in the Contract Sum Allow other entities to use temporary services and facilities without cost, including but not limited to testing agencies and authorities having jurisdiction B Water Service Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C Electric Power Service Electric power from Owner's existing system is available for use without metering and without payment of use charges Provide connections and extensions of services as required for construction operations 14 SUBMITTALS A. Site Plan Show temporary facilities staging areas, and parking areas for construction personnel 1 5 QUALITY ASSURANCE A. Standards Comply with ANSI A10 6 the NECA 'Temporary Electrical Facilities and NFPA 241 TEMPORARY FACILITIES AND CONTROLS 01500 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Trade Jurisdictions Assigned responsibilities for installation and operation of temporary utilities are not intended to interfere with trade regulations and union jurisdictions 1 6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities Installer of each permanent service shall assume responsibility for operation maintenance and protection of each permanent service during its use as a construction facility before Owner's acceptance regardless of previously assigned responsibilities. PART 2 PRODUCTS 21 MATERIALS A. Visqueen 6 -mil clear taped in place to prevent spread of dust and fumes to occupied areas 2.2 TEMPORARY FACILITIES A. Field Offices Use of a section of the construction area is acceptable 1 All meetings are to be held in the County Courthouse Facility verify all required dates and times with the Owner 2 3 EQUIPMENT A. Fire Extinguishers. Portable UL rated with class and extinguishing agent as required by locations and classes of fire exposures PART 3 EXECUTION 3 1 TEMPORARY UTILITY INSTALLATION A. Water Service Use of Owner's existing water service facilities will be permitted as long as facilities are cleaned and maintained in a condition acceptable to Owner At Substantial Completion restore these facilities to condition existing before initial use 1 Where installations below an outlet might be damaged by spillage or leakage provide a drip pan of suitable size to minimize water damage Drain accumulated water promptly from pans. B Sanitary Facilities: Provide drinking water for use of construction personnel 1 Toilets Use of Owner's existing toilet and wash facilities will be permitted C Heating and Cooling Use of Owner's heating and cooling system will be permitted D Ventilation and Humidity Control. Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting TEMPORARY FACILITIES AND CONTROLS 01500 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL installed construction from adverse effects of high humidity Select equipment that will not have a harmful effect on completed installations or elements being installed Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption E Electric Power Service. Use of Owner's existing electric power service will be permitted as long as equipment is maintained in a condition acceptable to Owner F Electric Power Distribution Provide electric power distribution system of sufficient size, capacity and power characteristics required for construction operations 1 Install electric power distribution overhead unless otherwise indicated 2. Connect temporary service to Owner's existing power source as directed by Owner G Lighting Provide temporary lighting with local switching that provides adequate illumination for construction operations observations and inspections as required H Telephone Service Provide superintendent with cellular telephone for Project use I Electronic Communication Service Provide temporary electronic communication service, including electronic mail 3.2 SUPPORT FACILITIES INSTALLATION A. Parking Use designated areas of Owner's existing parking areas for construction personnel as indicated in the Drawings B Waste Disposal Facilities. Provide waste collection containers in sizes adequate to handle waste from construction operations Comply with requirements of authorities having jurisdiction Comply with Division 1 Section 'Execution Requirements for progress cleaning requirements C Lifts and Hoists Provide facilities necessary for hoisting materials and personnel D Existing Elevator Use Use of Owner's existing elevators will not be permitted 3 3 OPERATION TERMINATION AND REMOVAL A. Supervision Enforce strict discipline in use of temporary facilities To minimize waste and abuse limit availability of temporary facilities to essential and intended uses B Maintenance Maintain facilities in good operating condition until removal C Termination and Removal Remove each temporary facility when need for its service has ended when it has been replaced by authorized use of a permanent facility or no later than Substantial Completion Complete or if necessary restore permanent construction that may have been delayed because of interference with temporary facility Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired TEMPORARY FACILITIES AND CONTROLS 01500 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Materials and facilities that constitute temporary facilities are property of Contractor 2 At Substantial Completion clean and renovate permanent facilities used during construction period Comply with final cleaning requirements specified in Division 1 Section 'Closeout Procedures. END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01500 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01600 PRODUCT REQUIREMENTS PART1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery storage and handling manufacturers' standard warranties on products special warranties, product substitutions and comparable products B Related Sections include the following 1 Division 1 Section 'References for applicable industry standards for products specified 2 Division 1 Section 'Closeout Procedures for submitting warranties for Contract closeout. 3 Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted 13 DEFINITIONS A. Products. Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term 'product' includes the terms 'material equipment, 'system and terms of similar intent. 1 Named Products. Items identified by manufacturer's product name including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents 2 New Products. Items that have not previously been incorporated into another project or facility except that products consisting of recycled- content materials are allowed unless explicitly stated otherwise Products salvaged or recycled from other projects are not considered new products 3 Comparable Product: Product that is demonstrated and approved through submittal- process or where indicated as a product substitution to have the indicated qualities related to type function dimension in- service performance physical properties appearance and other characteristics that equal or exceed those of specified product. B Substitutions. Changes in products materials equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor PRODUCT REQUIREMENTS 01600 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Basis -of- Design Product Specification Where a specific manufacturer's product is named and accompanied by the words basis of design including make or model number or other designation to establish the significant qualities related to type function dimension in- service performance physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers 14 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products Include generic names of products required Include manufacturer's name and proprietary product names for each product. 1 Coordinate product list with Contractor's Construction Schedule and the Submittals Schedule 2 Form Tabulate information for each product under the following column headings. a. Specification Section number and title b Generic name used in the Contract Documents c. Proprietary name model number and similar designations d Manufacturer's name and address e Supplier's name and address f Installer's name and address g Projected delivery date or time span of delivery period h Identification of items that require early submittal approval for scheduled delivery date 3 Initial Submittal Within 15 days after date of commencement of the Work, submit 3 copies of initial product list. Include a written explanation for omissions of data and for variations from Contract requirements a. At Contractor's option initial submittal may be limited to product selections and designations that must be established early in Contract period 4 Completed List: Within 30 days after date of commencement of the Work, submit 3 copies of completed product list. Include a written explanation for omissions of data and for variations from Contract requirements 5 Architect's Action Architect will respond in writing to Contractor within 5 days of receipt of completed product list. Architect's response will include a list of unacceptable product selections and a brief explanation of reasons for this action Architect's response or lack of response does not constitute a waiver of requirement to comply with the Contract Documents B Substitution Requests. Submit three copies of each request for consideration Identify product or fabrication or installation method to be replaced Include Specification Section number and title and Drawing numbers and titles 1 Substitution Request Form Use Form 01600 following this Section 2 Documentation Show compliance with requirements for substitutions and the following as applicable PRODUCT REQUIREMENTS 01600 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a. Statement indicating why specified material or product cannot be provided b Coordination information including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified Significant qualities may include attributes such as performance weight, size durability visual effect, and specific features and requirements indicated d Product Data, including drawings and descriptions of products and fabrication and installation procedures e Samples where applicable or requested f List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners g Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated h Research /evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction i Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer on manufacturer's letterhead stating lack of availability or delays in delivery Cost information including a proposal of change if any in the Contract Sum k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated I Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results 3 Architect's Action If necessary Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation whichever is later a Form of Acceptance Addenda (prior to Bid) or Change Order (post Award) b Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated C Comparable Product Requests Submit three copies of each request for consideration Identify product or fabrication or installation method to be replaced Include Specification Section number and title and Drawing numbers and titles 1 Architect's Action If necessary Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product PRODUCT REQUIREMENTS 01600 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation whichever is later a. Form of Approval As specified in Division 1 Section 'Submittal Procedures b Use product specified if Architect cannot make a decision on use of a comparable product request within time allocated D Basis -of- Design Product Specification Submittal Comply with requirements in Division 1 Section 'Submittal Procedures. Show compliance with requirements 1 5 QUALITY ASSURANCE A. Compatibility of Options. If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected even if previously selected products were also options. 1 6 PRODUCT DELIVERY STORAGE AND HANDLING A. Deliver store and handle products using means and methods that will prevent damage deterioration and loss including theft. Comply with manufacturers written instructions B Delivery and Handling 1 Schedule delivery to minimize long -term storage at Project site and to prevent overcrowding of construction spaces 2 Coordinate delivery with installation time to ensure minimum holding time for items that are flammable hazardous, easily damaged or sensitive to deterioration theft, and other losses 3 Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system complete with labels and instructions for handling storing unpacking protecting and installing 4 Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected C Storage 1 Store products to allow for inspection and measurement of quantity or counting of units. 2 Store materials in a manner that will not endanger Project structure 3 Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground with ventilation adequate to prevent condensation 4 Store cementitious products and materials on elevated platforms 5 Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6 Comply with product manufacturers written instructions for temperature humidity ventilation, and weather protection requirements for storage 7 Protect stored products from damage and liquids from freezing PRODUCT REQUIREMENTS 01600 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 8 Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner 1 7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to and run concurrent with other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents 1 Manufacturer's Warranty Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner 2 Special Warranty Written warranty required by or incorporated into the Contract Documents either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner B Special Warranties Prepare a written document that contains appropriate terms and identification, ready for execution Submit a draft for approval before final execution 1 Manufacturer's Standard Form Modified to include Project specific information and properly executed 2 Specified Form When specified forms are included with the Specifications prepare a written document using appropriate form properly executed 3 Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties C Submittal Time Comply with requirements in Division 1 Section 'Closeout Procedures PART 2 PRODUCTS 2 1 PRODUCT SELECTION PROCEDURES A. General Product Requirements Provide products that comply with the Contract Documents that are undamaged and unless otherwise indicated that are new at time of installation 1 Provide products complete with accessories, trim finish fasteners and other items needed for a complete installation and indicated use and effect. 2 Standard Products If available and unless custom products or nonstandard options are specified provide standard products of types that have been produced and used successfully in similar situations on other projects 3 Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents 4 Where products are accompanied by the term 'as selected Architect will make selection 5 Where products are accompanied by the term 'match sample, sample to be matched is Architect's. PRODUCT REQUIREMENTS 01600 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 6 Descriptive performance and reference standard requirements in the Specifications establish 'salient characteristics' of products. 7 Or Equal Where products are specified by name and accompanied by the term "or equal' or or approved equal' or or approved comply with provisions in Part 2 'Comparable Products' Article to obtain approval for use of an unnamed product. B Product Selection Procedures. 1 Product: Where Specifications name a single product and manufacturer provide the named product that complies with requirements 2. Manufacturer /Source Where Specifications name a single manufacturer or source provide a product by the named manufacturer or source that complies with requirements. 3 Products Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that comply with requirements 4 Manufacturers Where Specifications include a list of manufacturers names provide a product by one of the manufacturers listed that complies with requirements 5 Available Products Where Specifications include a list of names of both products and manufacturers provide one of the products listed or an unnamed product, that complies with requirements. Comply with provisions in Part 2 'Comparable Products' Article for consideration of an unnamed product. 6 Available Manufacturers. Where Specifications include a list of manufacturers provide a product by one of the manufacturers listed or an unnamed manufacturer that complies with requirements Comply with provisions in Part 2 'Comparable Products' Article for consideration of an unnamed product. 7 Product Options. Where Specifications indicate that sizes, profiles and dimensional requirements on Drawings are based on a specific product or system provide the specified product or system Comply with provisions in Part 2 'Product Substitutions Article for consideration of an unnamed product or system. 8 Basis -of- Design Product: Where Specifications name a product and include a list of manufacturers provide the specified product or a comparable product by one of the other named manufacturers Drawings and Specifications indicate sizes profiles dimensions, and other characteristics that are based on the product named Comply with provisions in Part 2 'Comparable Products' Article for consideration of an unnamed product by the other named manufacturers 9 Visual Matching Specification Where Specifications require matching an established Sample, select a product that complies with requirements and matches Architect's sample Architect's decision will be final on whether a proposed product matches a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 'Product Substitutions' Article for proposal of product. 10 Visual Selection Specification Where Specifications include the phrase 'as selected from manufacturer's colors, patterns textures' or a similar phrase select a product that complies with other specified requirements PRODUCT REQUIREMENTS 01600 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a. Standard Range Where Specifications include the phrase 'standard range of colors, patterns, textures' or similar phrase Architect will select color pattern density or texture from manufacturer's product line that does not include premium items b Full Range Where Specifications include the phrase 'full range of colors patterns textures' or similar phrase, Architect will select color pattern density or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing Architect will consider requests for substitution if received within 10 days after the Notice to Proceed Requests received after that time may be considered or rejected at discretion of Architect. B Conditions Architect will consider Contractor's request for substitution when the following conditions are satisfied If the following conditions are not satisfied Architect will return requests without action except to record noncompliance with these requirements 1 Requested substitution offers Owner a substantial advantage in cost, time energy conservation or other considerations after deducting additional responsibilities Owner must assume Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services increased cost of other construction by Owner and similar considerations 2. Requested substitution does not require extensive revisions to the Contract Documents 3 Requested substitution is consistent with the Contract Documents and will produce indicated results 4 Substitution request is fully documented and properly submitted 5 Requested substitution will not adversely affect Contractor's Construction Schedule 6 Requested substitution has received necessary approvals of authorities having jurisdiction 7 Requested substitution is compatible with other portions of the Work. 8 Requested substitution has been coordinated with other portions of the Work. 9 Requested substitution provides specified warranty 10 If requested substitution involves more than one contractor requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products and is acceptable to all contractors involved 2 3 COMPARABLE PRODUCTS A. Conditions Architect will consider Contractor's request for comparable product when the following conditions are satisfied If the following conditions are not satisfied Architect will return requests without action except to record noncompliance with these requirements 1 Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will PRODUCT REQUIREMENTS 01600 Page 7 r CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance weight, size durability visual effect, and specific features and requirements indicated 3 Evidence that proposed product provides specified warranty 4 List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested 5 Samples if requested PART 3 EXECUTION (Not Used) END OF SECTION PRODUCT REQUIREMENTS 01600 Page 8 SUBSTITUTION REQUEST FORM 01600 TO Beaman Architecture Ltd PROJECT Clallam County Courthouse West Wing Level 1 Remodel SPECIFIED ITEM. Section Page Paragraph Description PROPOSED SUBSTITUTION Attach data that includes product description specifications drawings photographs, performance and test data that is adequate for evaluation of request including identification of applicable data portions Identify all changes or modifications to Contract Documents that will result in installation of proposed substitutions, if any Undersigned certifies the following items are correct, unless clearly identified by attachments. 1 Proposed substitution does not affect dimensions shown on drawings. 2. Undersigned will pay for any changes to building design, including engineering design, detailing and construction costs caused by proposed substitution. 3 Proposed substitution has no adverse effect on other trades, construction schedule or specified warranty requirements 4 Maintenance and service parts are available locally or readily obtainable for proposed substitution. Undersigned further certifies function appearance and quality of proposed substitution are equivalent or superior to specified item Undersigned agrees to all terms and conditions that substitutions found in Contract Documents apply to this proposed substitution Submitted by Name Signature Firm Name Street Address City State, Zip Code Date General Contractor (if after award of Contract) For use by NE Accepted Accepted as noted Not Accepted Received too late By Date CLALLAM COUNTYCOURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01700 EXECUTION REQUIREMENTS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including but not limited to the following 1 Construction layout. 2 General installation of products. 3 Progress cleaning 4 Starting and adjusting 5 Protection of installed construction 6 Correction of the Work. B Related Sections include the following 1 Division 1 Section 'Project Management and Coordination' for procedures for coordinating field engineering with other construction activities 2. Division 1 Section 'Submittal Procedures' for submitting surveys 3 Division 1 Section 'Cutting and Patching' for procedural requirements for cutting and patching necessary for the installation or performance of other components of the Work. 4 Division 1 Section 'Closeout Procedures' for submitting final property survey with Project Record Documents recording of Owner- accepted deviations from indicated lines and levels and final cleaning PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 31 EXAMINATION A. Existing Conditions. The existence and location of construction indicated as existing is not guaranteed Before beginning work, investigate and verify the existence and location of systems and other construction affecting the Work. B Acceptance of Conditions. Examine substrates areas and conditions, with Installer or Applicator present where indicated for compliance with requirements for installation tolerances and other conditions affecting performance Record observations. EXECUTION REQUIREMENTS 01700 Page 1 CLALLAM COUNTYCOURTHOUSE WEST WING LEVEL 1 REMODEL 1 Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections include the following 3.2 PREPARATION a Description of the Work. b List of detrimental conditions including substrates c. List of unacceptable installation tolerances d Recommended corrections. 2 Verify compatibility with and suitability of substrates including compatibility with existing finishes or primers. 3 Examine walls floors and roofs for suitable conditions where products and systems are to be installed 4 Proceed with installation only after unsatisfactory conditions have been corrected Proceeding with the Work indicates acceptance of surfaces and conditions. A. Field Measurements. Take field measurements as required to fit the Work properly Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction verify dimensions of other construction by field measurements before fabrication Coordinate fabrication schedule with construction progress to avoid delaying the Work. B Space Requirements Verify space requirements and dimensions of items shown diagrammatically on Drawings C Review of Contract Documents and Field Conditions Immediately on discovery of the need for clarification of the Contract Documents, submit a request for interpretation to Architect. Include a detailed description of problem encountered together with recommendations for changing the Contract Documents See Section 01310 for form 3 3 CONSTRUCTION LAYOUT A. Verification Before proceeding to layout the Work, verify layout information shown on Drawings If discrepancies are discovered notify Architect promptly 3 4 INSTALLATION General Locate the Work and components of the Work accurately in correct alignment and elevation as indicated 1 Make vertical work plumb and make horizontal work level 2. Where space is limited install components to maximize space available for maintenance and ease of removal for replacement. 3 Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated 4 Maintain minimum headroom clearance of 8 feet in spaces without a suspended ceiling B Comply with manufacturer's written instructions and recommendations for installing products in applications indicated EXECUTION REQUIREMENTS 01700 Page 2 CLALLAM COUNTYCOURTHOUSE WEST WING LEVEL 1 REMODEL C Install products at the time and under conditions that will ensure the best possible results Maintain conditions required for product performance until Substantial Completion D Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F Templates. Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements G Anchors and Fasteners Provide anchors and fasteners as required to anchor each component securely in place accurately located and aligned with other portions of the Work. 1 Mounting Heights. Where mounting heights are not indicated mount components at heights directed by Architect. 2 Allow for building movement, including thermal expansion and contraction 3 Coordinate installation of anchorages Furnish setting drawings templates and directions for installing anchorages including sleeves concrete inserts anchor bolts and items with integral anchors that are to be embedded in concrete or masonry Deliver such items to Project site in time for installation H Joints. Make joints of uniform width Where joint locations in exposed work are not indicated arrange joints for the best visual effect. Fit exposed connections together to form hairline joints 1 Hazardous Materials Use products cleaners and installation materials that are not considered hazardous 3 5 PROGRESS CLEANING A. General Clean Project site and work areas daily including common areas Coordinate progress cleaning for joint -use areas where more than one installer has worked Enforce requirements strictly Dispose of materials lawfully 1 Comply with requirements in NFPA 241 for removal of combustible waste materials and debris 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F 3 Containerize hazardous and unsanitary waste materials separately from other waste Mark containers appropriately and dispose of legally according to regulations. B Site Maintain Project site free of waste materials and debris. EXECUTION REQUIREMENTS 01700 Page 3 CLALLAM COUNTYCOURTHOUSE WEST WING LEVEL 1 REMODEL C Work Areas Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1 Remove liquid spills promptly 2 Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate D Installed Work: Keep installed work clean Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed using only cleaning materials specifically recommended If specific cleaning materials are not recommended use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E Concealed Spaces Remove debris from concealed spaces before enclosing the space F Exposed Surfaces in Finished Areas Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion G Waste Disposal Burying or burning waste materials on -site will not be permitted Washing waste materials down sewers or into waterways will not be permitted H During handling and installation clean and protect construction in progress and adjoining materials already in place Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion I Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period Adjust and lubricate operable components to ensure operability without damaging effects J Limiting Exposures Supervise construction operations to assure that no part of the construction completed or in progress is subject to harmful, dangerous damaging or otherwise deleterious exposure during the construction period 3 6 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation Remove malfunctioning units, replace with new units and retest. B Adjust operating components for proper operation without binding Adjust equipment for proper operation C Test each piece of equipment to verify proper operation Test and adjust controls and safeties Replace damaged and malfunctioning controls and equipment. D Manufacturer's Field Service If a factory- authorized service representative is required to inspect field assembled components and equipment installation comply with qualification requirements in Division 1 Section 'Quality Requirements EXECUTION REQUIREMENTS 01700 Page 4 CLALLAM COUNTYCOURTHOUSE WEST WING LEVEL 1 REMODEL 3 7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B Comply with manufacturers written instructions for temperature and relative humidity 3 8 CORRECTION OF THE WORK A. Repair or remove and replace defective construction Restore damaged substrates and finishes Comply with requirements in Division 1 Section 'Cutting and Patching 1 Repairing includes replacing defective parts refinishing damaged surfaces touching up with matching materials and properly adjusting operating equipment. B Restore permanent facilities used during construction to their specified condition C Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair D Repair components that do not operate properly Remove and replace operating components that cannot be repaired E Remove and replace chipped scratched and broken glass or reflective surfaces. END OF SECTION EXECUTION REQUIREMENTS 01700 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01731 CUTTING AND PATCHING PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section 12 SUMMARY A. This Section includes procedural requirements for cutting and patching B Related Sections include the following 1 Divisions 2 through 16 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 13 DEFINITIONS A. Cutting. Removal of in -place construction necessary to permit installation or performance of other Work. B Patching Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 14 SUBMITTALS A. Cutting and Patching Proposal. Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed Include the following information 1 Extent: Describe cutting and patching show how they will be performed and indicate why they cannot be avoided 2 Changes to In -Place Construction Describe anticipated results Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3 Products List products to be used and firms or entities that will perform the Work. 4 Dates Indicate when cutting and patching will be performed 5 Utility Services and Mechanical /Electrical Systems List services /systems that cutting and patching procedures will disturb or affect. List services /systems that will be relocated and those that will be temporarily out of service. Indicate how long services /systems will be disrupted 6 Structural Elements Where cutting and patching involve adding reinforcement to structural elements submit details and engineering calculations showing integration of reinforcement with original structure CUTTING AND PATCHING 01731 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 7 Architect's Approval Obtain approval of cutting and patching proposal before cutting and patching Approval does not waive right to later require removal and replacement of unsatisfactory work. 1 5 QUALITY ASSURANCE A. Structural Elements. Do not cut and patch structural elements in a manner that could change their Toad- carrying capacity or load- deflection ratio B Operational Elements. Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety C Miscellaneous Elements. Do not cut and patch the following elements or related components in a manner that could change their Toad- carrying capacity that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety 1 Water moisture or vapor barriers 2. Membranes and flashings 3 Equipment supports 4 Piping ductwork, vessels and equipment. 5 Noise- and vibration control elements and systems. 6 Integral security systems, not approved by Owner D Visual Requirements. Do not cut and patch construction in a manner that results in visual evidence of cutting and patching Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would in Architect's opinion reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner 16 WARRANTY A. Existing Warranties. Remove replace patch and repair materials and surfaces cut or damaged during cutting and patching operations by methods and with materials so as not to void existing warranties. PART 2 PRODUCTS 21 MATERIALS A. General: Comply with requirements specified in other Sections. B In -Place Materials. Use materials identical to in -place materials. For exposed surfaces use materials that visually match in -place adjacent surfaces to the fullest extent possible 1 If identical materials are unavailable or cannot be used use materials that, when installed will match the visual and functional performance of in -place materials. CUTTING AND PATCHING 01731 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PART 3 EXECUTION 31 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed 1 Compatibility* Before patching verify compatibility with and suitability of substrates including compatibility with in -place finishes or primers 2 Proceed with installation only after unsafe or unsatisfactory conditions have been corrected 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B Protection Protect in -place construction during cutting and patching to prevent damage Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations C Adjoining Areas. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas D Existing Utility Services and Mechanical /Electrical Systems Where existing services /systems are required to be removed relocated or abandoned bypass such services /systems before cutting to prevent interruption to occupied areas 33 PERFORMANCE A. General Employ skilled workers to perform cutting and patching Proceed with cutting and patching at the earliest feasible time and complete without delay 1 Cut in -place construction to provide for installation of other components or performance of other construction and subsequently patch as required to restore surfaces to their original condition B Cutting Cut in -place construction by sawing drilling breaking chipping grinding and similar operations including excavation using methods least likely to damage elements retained or adjoining construction If possible review proposed procedures with original Installer comply with original Installer's written recommendations 1 In general use hand or small power tools designed for sawing and grinding not hammering and chopping Cut holes and slots as small as possible neatly to size required and with minimum disturbance of adjacent surfaces Temporarily cover openings when not in use 2 Finished Surfaces Cut or drill from the exposed or finished side into concealed surfaces. 3 Concrete and Masonry* Cut using a cutting machine such as an abrasive saw or a diamond -core drill 4 Excavating and Backfilling Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations CUTTING AND PATCHING 01731 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 5 Mechanical and Electrical Services Cut off pipe or conduit in walls or partitions to be removed Cap valve or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting 6 Proceed with patching after construction operations requiring cutting are complete C Patching Patch construction by filling repairing refinishing, closing up and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections 1 Inspection Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation 2. Exposed Finishes. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing 3 Floors and Walls. Where walls or partitions that are removed extend one finished area into another patch and repair floor and wall surfaces in the new space Provide an even surface of uniform finish color texture and appearance Remove in -place floor and wall coverings and replace with new materials if necessary to achieve uniform color and appearance a. Where patching occurs in a painted surface apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch Provide additional coats until patch blends with adjacent surfaces. 4 Ceilings Patch repair or re -hang in -place ceilings as necessary to provide an even -plane surface of uniform appearance 5 Exterior Building Enclosure Patch components in a manner that restores enclosure to a weather -tight condition D Cleaning Clean areas and spaces where cutting and patching are performed Completely remove paint, mortar oils putty and similar materials END OF SECTION CUTTING AND PATCHING 01731 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 01770 CLOSEOUT PROCEDURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including but not limited to the following 1 Inspection procedures 2. Project Record Documents 3 Operation and Maintenance Manuals 4 Warranties. 5 Final cleaning B Related Sections include the following 1 Division 1 Section 'Payment Procedures' for requirements for Applications for Payment for Substantial and Final Completion 2 Division 1 Section 'Execution Requirements for progress cleaning of Project site 3 Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections 1 3 SUBSTANTIAL COMPLETION A. Preliminary Procedures Before requesting inspection for determining date of Substantial Completion complete the following List items below that are incomplete in request. 1 Prepare a list of items to be completed and corrected (punch list) the value of items on the list, and reasons why the Work is not complete and submit to the Architect. 2. Advise Owner of pending insurance changeover requirements. 3 Submit specific warranties, workmanship bonds maintenance service agreements final certifications and similar documents 4 Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits operating certificates, and similar releases. 5 Prepare and submit Project Record Documents operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys and similar final record information CLOSEOUT PROCEDURES 01770 Page 1 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 6 Deliver tools, spare parts extra materials and similar items to location designated by Owner Label with manufacturer's name and model number where applicable 7 Make final changeover of permanent locks and deliver keys to Owner Advise Owner's personnel of changeover in security provisions 8 Complete startup testing of systems 9 Submit test/adjust/balance records. 10 Terminate and remove temporary facilities from Project site along with mockups construction tools, and similar elements. 11 Advise Owner of changeover in heat and other utilities 12 Submit changeover information related to Owner's occupancy use operation and maintenance 13 Complete final cleaning requirements including touchup painting. 14 Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects B Inspection Submit a written request for inspection for Substantial Completion On receipt of request, Architect, will either proceed with inspection or notify Contractor of 1 unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items either on Contractor's list or additional items identified by Architect that must be completed or corrected before certificate will be issued. 1 Re- inspection Request re- inspection when the Work identified in previous inspections as incomplete is completed or corrected 2 Results of completed inspection will form the basis of requirements for Final Completion 1 4 FINAL COMPLETION A. Preliminary Procedures. Before requesting final inspection for determining date of Final Completion complete the following 1 Submit a final Application for Payment according to Division 1 Section 'Payment Procedures 2 Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list) endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance 3 Submit evidence of final continuing insurance coverage complying with insurance requirements. 4 Instruct Owner's personnel in operation adjustment, and maintenance of products equipment, and systems. B Inspection Submit a written request for final inspection for acceptance On receipt of 1 request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued 1 CLOSEOUT PROCEDURES 01770 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Re- inspection Request re- inspection when the Work identified in previous inspections as incomplete is completed or corrected 1 5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation Submit three copies of list. include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including if necessary areas disturbed by Contractor that are outside the limits of construction Use form at end of Section 1 Organize list of spaces in sequential order 2. Organize items applying to each space by major element, including categories for ceiling individual walls, floors, equipment, and building systems. 3 Include the following information at the top of each page a Project name b Date. c. Name of Architect. d Name of Contractor e Page number 1 6 PROJECT RECORD DOCUMENTS A. General Do not use Project Record Documents for construction purposes Protect Project Record Documents from deterioration and Toss Provide access to Project Record Documents for Architect's reference during normal working hours. B Record Drawings Maintain and submit one set of blue- or black -line white prints of Contract Drawings and Shop Drawings 1 Mark Record Prints to show the actual installation where installation varies from that shown originally Require individual or entity that obtained record data, whether individual or entity is Installer subcontractor or similar entity to prepare the marked -up Record Prints. a Give particular attention to information on concealed elements that cannot be readily identified and recorded later b Accurately record information in an understandable drawing technique c Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations d Mark Contract Drawings or Shop Drawings whichever is most capable of showing actual physical conditions completely and accurately Where Shop Drawings are marked show cross reference on Contract Drawings 2 Mark record sets with erasable red colored pencil Use other colors to distinguish between changes for different categories of the Work at the same location 3 Mark important additional information that was either shown schematically or omitted from original Drawings. 4 Note Construction Change Directive numbers, Change Order numbers alternate numbers, and similar identification where applicable CLOSEOUT PROCEDURES 01770 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 5 Identify and date each Record Drawing include the designation 'PROJECT RECORD DRAWING' in a prominent location Organize into manageable sets bind each set with durable paper cover sheets Include identification on cover sheets. 6 Contractor to hire a professional drafting firm to complete electronic record drawings of all changes noted on record prints. Record drawings are to be completed in AutoCAD V.2000 format based on backgrounds of Contract Documents provided by the Architect. Deliver (1) CD and (1) hardcopy to Architect, for review C Record Specifications. Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda and contract modifications. 1 Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later 2 Mark copy with the proprietary name and model number of products materials and equipment furnished including substitutions and product options selected 3 Note related Change Orders Record Drawings where applicable D Record Product Data. Submit one copy of each Product Data submittal Mark one set to indicate the actual product installation where installation varies substantially from that indicated in Product Data 1 Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later 2 Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation 3 Note related Change Orders Record Drawings where applicable E Miscellaneous Record Submittals Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each ready for continued use and reference 1 7 OPERATION AND MAINTENANCE MANUALS A. Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system subsystem and piece of equipment not part of a system Include operation and maintenance data required in individual Specification Sections and as follows 1 Operation Data a. Emergency instructions and procedures. b System subsystem, and equipment descriptions including operating standards c. Operating procedures, including startup shutdown seasonal and weekend operations. d Description of controls and sequence of operations. CLOSEOUT PROCEDURES 01770 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL e Piping diagrams 2. Maintenance Data. B Organize operation and maintenance manuals into suitable sets of manageable size Bind and index data in heavy -duty 3 -ring vinyl- covered loose -leaf binders in thickness necessary to accommodate contents with pocket inside the covers to receive folded oversized sheets Identify each binder on front and spine with the printed title 'OPERATION AND MAINTENANCE MANUAL, Project name and subject matter of contents. 18 WARRANTIES A. Submittal Time Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated B Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual 1 Bind warranties and bonds in heavy -duty 3 -ring vinyl- covered loose -leaf binders thickness as necessary to accommodate contents and sized to receive 8 -1 12- by -11- inchpaper 2 Provide heavy paper dividers with plastic- covered tabs for each separate warranty Mark tab to identify the product or installation Provide a typed description of the product or installation including the name of the product and the name address and telephone number of Installer 3 Identify each binder on the front and spine with the typed or printed title WARRANTIES Project name and name of Contractor C Provide additional copies of each warranty to include in operation and maintenance manuals PART2 PRODUCTS 21 MATERIALS a. Manufacturer's information including list of spare parts. b Name address and telephone number of Installer or supplier c. Maintenance procedures d Maintenance and service schedules for preventive and routine maintenance e Maintenance record forms f Sources of spare parts and maintenance materials g Copies of maintenance service agreements h Copies of warranties and bonds A. Cleaning Agents. Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces CLOSEOUT PROCEDURES 01770 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PART 3 EXECUTION 3 1 FINAL CLEANING A. General: Provide final cleaning Conduct cleaning and waste removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations B Cleaning Employ experienced workers or professional cleaners for final cleaning Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program Comply with manufacturer's written instructions 1 Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site yard and grounds, in areas disturbed by construction activities including landscape development areas of rubbish waste material litter and other foreign substances b Sweep paved areas broom clean Remove petrochemical spills stains and other foreign deposits c Rake grounds that are neither planted nor paved to a smooth even textured surface d Remove tools construction equipment, machinery and surplus material from Project site e Remove snow and ice to provide safe access to building f Clean exposed exterior and interior hard surfaced finishes to a dirt-free condition free of stains films, and similar foreign substances Avoid disturbing natural weathering of exterior surfaces Restore reflective surfaces to their original condition g Remove debris and surface dust from limited access spaces including roofs plenums shafts trenches equipment vaults manholes attics and similar spaces. h Sweep concrete floors broom clean in unoccupied spaces i Vacuum carpet and similar soft surfaces removing debris and excess nap shampoo if visible soil or stains remain Clean transparent materials including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable vision obscuring materials. Replace chipped or broken glass and other damaged transparent materials Polish mirrors and glass taking care not to scratch surfaces. k. Remove labels that are not permanent. I Touch up and otherwise repair and restore marred exposed finishes and surfaces Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over 'UL and similar labels including mechanical and electrical nameplates m Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication paint and mortar droppings and other foreign substances CLOSEOUT PROCEDURES 01770 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL n Replace parts subject to unusual operating conditions. o Clean plumbing fixtures to a sanitary condition free of stains including stains resulting from water exposure p Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers registers, and grills q Clean ducts blowers and coils if units were operated without filters during construction r Clean Tight fixtures lamps globes and reflectors to function with full efficiency Replace burned -out bulbs, and those noticeably dimmed by hours of use and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures s Leave Project clean and ready for occupancy C Comply with safety standards for cleaning Do not burn waste materials. Do not bury debris or excess materials on Owner's property Do not discharge volatile harmful or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully END OF SECTION CLOSEOUT PROCEDURES 01770 Page 7 WALLS ITEM ROOM ROOM NAME ITEM FLOOR BASE CEILING NORTH EAST SOUTH WEST REMARKS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 CONTRACTOR'S PUNCH LIST 1 DATE MN MIN 1111111 IIIIII MI MN NMI NMI IIIII OM MI IMO MI II•1 MI NMI OM CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 06100 ROUGH CARPENTRY PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes the following 1 Wood blocking and nailers 13 DEFINITIONS A. Dimension Lumber Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension B Lumber grading agencies, and the abbreviations used to reference them, include the following 1 WWPA. Western Wood Products Association 1 4 DELIVERY STORAGE, AND HANDLING A. Stack lumber flat with spacers between each bundle to provide air circulation Provide for air circulation around stacks and under coverings PART2 PRODUCTS 2 1 WOOD PRODUCTS GENERAL A. Lumber DOC PS 20 and applicable rules of grading agencies indicated If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules writing agency certified by the ALSC Board of Review Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated 1 Factory mark each piece of lumber with grade stamp of grading agency 2. Where nominal sizes are indicated provide actual sizes required by DOC PS 20 for moisture content specified Where actual sizes are indicated they are minimum dressed sizes for dry lumber 3 Provide dressed lumber S4S unless otherwise indicated ROUGH CARPENTRY 06100 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2.2 FIRE RETARDANT TREATED MATERIALS A. General Comply with performance requirements in AWPA C20 (lumber) and AWPA C27 (plywood) 1 Use Interior Type A, High Temperature (HT) for enclosed roof framing framing in attic spaces and where indicated 2 Use Interior Type A, unless otherwise indicated B Identify fire- retardant treated wood with appropriate classification marking of testing and inspecting agency acceptable to authorities having jurisdiction C Application Treat all rough carpentry unless otherwise indicated 2 3 MISCELLANEOUS LUMBER A. General Provide miscellaneous lumber indicated and lumber for support or attachment of other construction including the following 1 Blocking 2 Nailers B For items of dimension lumber size, provide Standard Stud or No 3 grade lumber with 15 percent maximum moisture content of any species C For concealed boards provide lumber with 15 percent maximum moisture content and any of the following species and grades 1 Hem -fir or hem -fir (north) Construction or 2 Common grade NLGA, WCLIB or WWPA. 2 Western woods Construction or No 2 Common grade WCLIB or WWPA. D For blocking not used for attachment of other construction Utility Stud or No 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose E For blocking and nailers used for attachment of other construction select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. 2 4 FASTENERS A. General. Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture B Nails Brads, and Staples. ASTM F 1667 C Power Driven Fasteners. NES NER 272. D Wood Screws. ASME B18 6 1 E. Lag Bolts ASME B18 2.1 ROUGH CARPENTRY 06100 Page 2 1 1 1 1 1 1 1 1 1 1 1 I C Provide fire blocking in furred spaces stud spaces and other concealed cavities as indicated and as follows. 1 1 1 1 1 1 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL F Bolts Steel bolts complying with ASTM A 307 Grade A, with ASTM A 563 hex nuts and where indicated flat washers. G Expansion Anchors. Anchor bolt and sleeve assembly of material indicated below with capability to sustain without failure a load equal to 6 times the Toad imposed when installed in unit masonry assemblies and equal to 4 times the Toad imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency 1 Material Carbon -steel components zinc plated to comply with ASTM B 633 Class Fe /Zn 5 2 5 MISCELLANEOUS MATERIALS A. Water Repellent Preservative NWWDA- tested and accepted formulation containing 3- iodo -2- propynyl butyl carbamate combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 EXECUTION 3 1 INSTALLATION GENERAL A. Set rough carpentry to required levels and lines with members plumb true to line cut, and fitted Fit rough carpentry to other construction scribe and cope as needed for accurate fit. Locate nailers blocking and similar supports to comply with requirements for attaching other construction B Provide blocking and framing as indicated and as required to support facing materials fixtures, specialty items, and trim 1 Fire block furred spaces of walls at each floor level at ceiling and at not more than 96 inches o c with solid wood blocking or noncombustible materials accurately fitted to close furred spaces D Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. E Securely attach rough carpentry work to substrate by anchoring and fastening as indicated complying with the following 1 Table 2304 9 1 'Fastening Schedule, in the IBC International Building Code F Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials Make tight connections between members. Install fasteners without splitting wood ROUGH CARPENTRY 06100 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL G For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced and with adjacent rows staggered 3.2 WOOD BLOCKING AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved B Attach items to substrates to support applied loading Recess bolts and nuts flush with surfaces, unless otherwise indicated C Provide permanent grounds of dressed pressure preservative- treated, key beveled lumber not Tess than 1 -1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material Remove temporary grounds when no longer required. 3 3 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather If despite protection inorganic boron treated wood becomes wet, apply EPA registered borate treatment. Apply borate solution by spraying to comply with EPA registered label B Protect rough carpentry from weather If despite protection rough carpentry becomes wet, apply EPA registered borate treatment. Apply borate solution by spraying to comply with EPA registered label END OF SECTION ROUGH CARPENTRY 06100 Page 4 ow EN NM r— r OM NO MB MI I r— INN NM NM MI ABBREVIATIONS GENERAL NOTES KEY NOTES EFTR EXISTING FINISH TO REMAIN 1 SEE DRAWINGS FOR SPECIFIC FINISH 1 PROVIDE SEMI -GLOSS PAINT FINISH ON ALL WALL SURFACES TO BE PAINTED FAC FACTORY FINISH LOCATIONS 2. PAINT NEW PATCHED WALLS TO MATCH EXISTING ADJACENT WALL SURFACES LIN LINOLEUM TILE FLOORING 3 INSTALL RESILIENT WALL BASE AND PAINT ON NOTED WALLS WITHIN ROOM, EXCEPT AT P -X PAINT COLOR PRE- FINISHED MANUFACTURED WALL PANEL AND FURNITURE WALL PANEL LOCATIONS RB RESILIENT WALL BASE SAT SUSPENDED ACOUSTICAL CEILING TILE ROOM FINISH SCHEDULE CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL WALLS ROOM ROOM NAME FLOOR BASE CEILING 1 NORTH 1 EAST 1 SOUTH 1 WEST 1 NOTES 100 MULTI -MEDIA EFTR EFTR EFTR EFTR EFTR EFTR EFTR 101 WORK ROOM LIN RB -1 EFTR P 1 P 1 P 1 P 1 1 EFTR FAC EFTR 102 ASSOCIATE PLANNERS LIN RB -1 SAT P 1 P 1 EFTR P 1 2, 3 103 SENIOR PLANNER LIN RB -1 EFTR EFTR P 1 P 1 EFTR 3 104 PLANNING BIOLOGIST LIN RB -1 EFTR EFTR EFTR P 1 EFTR 3 105 ASSOCIATE PLANNERS LIN RB -1 EFTR EFTR EFTR P 1 P 1 3 106 GIS LIN RB -1 EFTR P 1 EFTR EFTR P 1 2, 3 EFTR 107 SENIOR PLANNER LIN RB -1 EFTR P 1 P 1 EFTR EFTR 3 HHS ADMINISTRATIVE FAC 108 SECRETARY LIN RB -1 EFTR P 1 EFTR EFTR EFTR 3 HHS PREVENTION EFTR 109 SPECIALISTS LIN RB -1 EFTR EFTR FAC P 1 P 1 3 FAC EFTR 110 HHS JAIL MEDICAL LIN RB -1 EFTR P 1 P 1 FAC EFTR 3 ROOM FINISH SCHEDULE 09000 1 ABBREVIATIONS GENERAL NOTES KEY NOTES EFTR EXISTING FINISH TO REMAIN 1 SEE DRAWINGS FOR SPECIFIC FINISH 1 PROVIDE SEMI -GLOSS PAINT FINISH ON ALL WALL SURFACES TO BE PAINTED FAC FACTORY FINISH LOCATIONS 2. PAINT NEW PATCHED WALLS TO MATCH EXISTING ADJACENT WALL SURFACES LIN LINOLEUM TILE FLOORING 3 INSTALL RESILIENT WALL BASE AND PAINT ON NOTED WALLS WITHIN ROOM, EXCEPT AT P -X PAINT COLOR PRE FINISHED MANUFACTURED WALL PANEL AND FURNITURE WALL PANEL LOCATIONS RB RESILIENT WALL BASE SAT SUSPENDED ACOUSTICAL CEILING TILE ROOM FINISH SCHEDULE CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL WALLS ROOM ROOM NAME FLOOR BASE CEILING NORTH 1 EAST 1 SOUTH 1 WEST 1 NOTES EFTR EFTR 111 HHS PLANNER MANAGER LIN RB -1 EFTR FAC P 1 P 1 FAC 3 FAC FAC 112 HHS STAFF ASSISTANT LIN RB -1 EFTR P -1 EFTR EFTR P 1 2, 3 FAC 113 HHS WORK AREA LIN RB -1 EFTR P 1 EFTR EFTR EFTR 3 114 HHS FUTURE STAFF EFTR EFTR EFTR EFTR EFTR EFTR EFTR HHS 115 ADMINISTRATIVE MANAGER EFTR EFTR EFTR EFTR EFTR EFTR EFTR 116 HHS DIRECTOR EFTR EFTR EFTR EFTR EFTR EFTR EFTR HHS DEVELOPMENTAL 117 DISABILITY CASE MANAGER LIN RB -1 EFTR EFTR EFTR P 1 EFTR 3 118 HHS ACCOUNTING LIN RB -1 EFTR EFTR EFTR P 1 P 1 2, 3 HHS DISABILITY 119 PROGRAM COORDINATOR LIN RB -1 EFTR EFTR EFTR EFTR P 1 3 FAC 120 EH DIRECTOR LIN RB -1 EFTR P 1 P 1 P 1 P 1 EH SPECIALIST FAC 121 HYDRO GEOLOGIST LIN RB -1 EFTR P 1 P 1 P 1 P 1 ROOM FINISH SCHEDULE 09000 2 r- r Mr r r MO MN NM MB r• r• i MI In NM N OM B UM r MI MI MI r MI NS 1 N NM r MB ABBREVIATIONS GENERAL NOTES KEY NOTES EFTR EXISTING FINISH TO REMAIN 1 SEE DRAWINGS FOR SPECIFIC FINISH 1 PROVIDE SEMI -GLOSS PAINT FINISH ON ALL WALL SURFACES TO BE PAINTED FAC FACTORY FINISH LOCATIONS 2. PAINT NEW/ PATCHED WALLS TO MATCH EXISTING ADJACENT WALL SURFACES LIN LINOLEUM TILE FLOORING 3. INSTALL RESILIENT WALL BASE AND PAINT ON NOTED WALLS WITHIN ROOM, EXCEPT AT P -X PAINT COLOR PRE FINISHED MANUFACTURED WALL PANEL AND FURNITURE WALL PANEL LOCATIONS RB RESILIENT WALL BASE SAT SUSPENDED ACOUSTICAL CEILING TILE ROOM FINISH SCHEDULE CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL WALLS ROOM ROOM NAME FLOOR BASE CEILING 1 NORTH 1 EAST 1 SOUTH 1 WEST NOTES 122 EH FUTURE STAFF LIN RB -1 EFTR P 1 P 1 P 1 P 1 FAC FAC 123 STAFF BREAKROOM EFTR EFTR EFTR FAC P 1 P 1 P 1 1, 3 124 PERSONNEL LIN RB -1 EFTR EFTR FAC FAC EFTR 3 ROOM FINISH SCHEDULE 09000 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 09111 NON LOAD BEARING STEEL FRAMING PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes non -load- bearing steel framing members for the following applications 1 Interior framing systems (e g supports for partition walls framed soffits, furring etc 2 Interior suspension systems (e g supports for ceilings, suspended soffits etc 13 SUBMITTALS A. Product Data For each type of product indicated 1 4 QUALITY ASSURANCE A. Fire Test Response Characteristics For fire- resistance -rated assemblies that incorporate non -load- bearing steel framing provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency PART 2 PRODUCTS 2 1 NON LOAD BEARING STEEL FRAMING GENERAL A. Framing Members General Comply with ASTM C 754 for conditions indicated 1 Steel Sheet Components Comply with ASTM C 645 requirements for metal unless otherwise indicated 2.2 SUSPENSION SYSTEM COMPONENTS A. Tie Wire ASTM A 641/A 641 M Class 1 zinc coating soft temper 0 0625 -inch- diameter wire or double strand of 0 0475 inch diameter wire B Hanger Attachments to Concrete 1 Anchors Fabricated from corrosion- resistant materials with holes or loops for attaching wire hangers and capable of sustaining without failure a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency NON LOAD BEARING STEEL FRAMING 09111 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a Type Post installed chemical anchor 2. Powder Actuated Fasteners Suitable for application indicated fabricated from corrosion resistant materials with clips or other devices for attaching hangers of type indicated and capable of sustaining without failure a Toad equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency C Wire Hangers ASTM A 641 /A 641M Class 1 zinc coating soft temper 0 162 -inch diameter D Carrying Channels Cold- rolled commercial -steel sheet with a base -metal thickness of 0 0538 inch and minimum 1/2- inch -wide flanges. 1 Depth. 1 1/2 inches. E. Furring Channels (Furring Members) 1 Cold Rolled Channels. 0 0538 -inch bare -steel thickness with minimum 1/2 -inch- wide flanges 3/4 inch deep 2. Steel Studs ASTM C 645 a. Minimum Base -Metal Thickness. 0 0179 inch b Depth 1 -5/8 inches 3 Hat Shaped Rigid Furring Channels ASTM C 645 7/8 inch deep a. Minimum Base Metal Thickness. 0 0179 inch F Grid Suspension System for Ceilings. ASTM C 645 direct -hung system composed of main beams and cross furring members that interlock. 1 Available Products Subject to compliance with requirements products that may be incorporated into the Work include but are not limited to the following a. Armstrong World Industries, Inc. Drywall Grid Systems. b Chicago Metallic Corporation 640 -C Drywall Furring System c. USG Corporation Drywall Suspension System 2 3 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners. ASTM C 645 1 Minimum Base -Metal Thickness 0 0312 inch 2 Depth As indicated on Drawings. B Slip -Type Head Joints Where indicated provide one of the following 1 Deflection Track: Steel sheet top runner manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above in thickness not less than indicated for studs and in width to accommodate depth of studs. NON LOAD BEARING STEEL FRAMING 09111 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL a. Available Products Subject to compliance with requirements, products that may be incorporated into the Work include but are not limited to the following 1) Steel Network Inc. (The) VertiTrack VTD Series 2) Superior Metal Trim Superior Flex Track System (SFT) C Fire -stop Tracks Top runner manufactured to allow partition heads to expand and contract with movement of the structure while maintaining continuity of fire- resistance- rated assembly indicated in thickness not less than indicated for studs and in width to accommodate depth of studs. 1 Available Products. Subject to compliance with requirements products that may be incorporated into the Work include but are not limited to the following a. Fire Trak Corp Fire Trak attached to studs with Fire Trak Slip Clip b Metal -Lite Inc The System. D Flat Strap and Backing Plate Steel sheet for blocking and bracing in length and width indicated 1 Minimum Base -Metal Thickness 0 0312 inch E. Cold Rolled Channel Bridging 0 0538 -inch bare -steel thickness with minimum 1/2 inch -wide flanges 1 Depth 1 1/2 inches. 2 Clip Angle Not less than 1 1/2 inches by 1 1/2 inches 0 068 inch thick, galvanized steel F Hat Shaped Rigid Furring Channels ASTM C 645 1 Minimum Base Metal Thickness. 0 0312 inch 2 Depth. 7/8 inch G Cold- Rolled Furring Channels 0 0538 -inch bare -steel thickness with minimum 1/2 inch -wide flanges 1 Depth As indicated on Drawings. 2 Furring Brackets Adjustable corrugated -edge type of steel sheet with minimum bare -steel thickness of 0 0312 inch 3 Tie Wire ASTM A 641/A 641 M Class 1 zinc coating soft temper 0 0625 -inch- diameter wire or double strand of 0 0475 inch diameter wire H Z- Shaped Furring With slotted or non slotted web face flange of 1 1/4 inches, wall attachment flange of 7/8 inch, minimum bare -metal thickness of 0 0179 inch and depth required to fit insulation thickness indicated 2 4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards NON LOAD BEARING STEEL FRAMING 09111 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Fasteners for Metal Framing Of type, material size corrosion resistance holding power and other properties required to fasten steel members to substrates. B Isolation Strip at Exterior Walls Provide the following 1 Foam Gasket:) Adhesive backed closed -cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size PART 3 EXECUTION 31 EXAMINATION A. Examine areas and substrates with Installer present, and including welded hollow metal frames cast -in anchors and structural framing for compliance with requirements and other conditions affecting performance. 1 Proceed with installation only after unsatisfactory conditions have been corrected 3 2 PREPARATION A. Suspended Assemblies. Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will develop their full strength 1 Furnish concrete inserts and other devices indicated to other trades for installation in advance of time needed for coordination and construction. 3 3 INSTALLATION GENERAL A. Installation Standard ASTM C 754 except comply with framing sizes and spacing indicated 1 Gypsum Board Assemblies. Also comply with requirements in ASTM C 840 that apply to framing installation B Install supplementary framing and blocking to support fixtures equipment services heavy trim, grab bars, toilet accessories, furnishings or similar construction C Install bracing at terminations in assemblies. D Do not bridge building control and expansion joints with non -load- bearing steel framing members Frame both sides of joints independently NON LOAD BEARING STEEL FRAMING 09111 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 4 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components in sizes and spacing indicated on Drawings, but not less than those required by referenced installation standards for assembly types and other assembly components indicated B Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. C Suspend hangers from building structure as follows. 1 Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system a Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing counter splaying or other equally effective means. 2 Where width of ducts and other construction within ceiling plenum produces hanger spacing that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a Size supplemental suspension members and hangers to support ceiling Toads within L/360 3 Wire Hangers Secure by looping and wire tying either directly to structures or to inserts, eye screws or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4 Do not connect or suspend steel framing from ducts pipes or conduit. D Seismic Bracing Sway -brace suspension systems with hangers used for support. E. Grid Suspension Systems. Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross furring members to each other and butt -cut to fit into wall track. F Installation Tolerances Install suspension systems that are level to within 1/8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes 3 5 INSTALLING FRAMED ASSEMBLIES A. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. B Install studs so flanges within framing system point in same direction 1 Space studs as follows. a. Single -Layer Application 16 inches o c. unless otherwise indicated. NON LOAD BEARING STEEL FRAMING 09111 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Install tracks (runners) at floors and overhead supports Extend framing full height to structural supports or substrates above suspended ceilings except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling 1 Slip -Type Head Joints. Where framing extends to overhead structural supports install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2 Other Framed Openings Frame openings other than door openings the same as required for door openings, unless otherwise indicated Install framing below sills of openings to match framing required above door heads D Direct Furring 1 Attach to concrete or masonry with stub nails screws designed for masonry attachment, or powder- driven fasteners spaced 24 inches o c. E Installation Tolerance Install each framing member so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing END OF SECTION NON LOAD BEARING STEEL FRAMING 09111 Page 60 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 09511 ACOUSTICAL PANEL CEILINGS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes acoustical panels and exposed suspension systems for ceilings. B Products furnished but not installed under this Section include anchors clips and other ceiling attachment devices to be cast in concrete at ceilings 13 DEFINITIONS A. AC Articulation Class B CAC Ceiling Attenuation Class C LR Light Reflectance coefficient. B NRC Noise Reduction Coefficient. 14 SUBMITTALS A. Product Data. For each type of product indicated B Maintenance Data. For finishes to include in maintenance manuals. 1 5 QUALITY ASSURANCE A. Source Limitations 1 Acoustical Ceiling Panel Obtain each type through one source from a single manufacturer To match existing 2. Suspension System Obtain each type through one source from a single manufacturer To match existing 1 6 DELIVERY STORAGE, AND HANDLING A. Deliver acoustical panels suspension system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed conditioned space where they will be protected against damage from moisture humidity temperature extremes direct sunlight, surface contamination and other causes B Before installing acoustical panels, permit them to reach room temperature and a stabilized, moisture content. ACOUSTICAL PANEL CEILINGS 09511 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Handle acoustical panels carefully to avoid chipping edges or damaging units in any way 1 7 PROJECT CONDITIONS A. Environmental Limitations. Do not install acoustical panel ceilings until spaces are enclosed and weatherproof wet work in spaces is complete and dry work above ceilings is complete and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 18 COORDINATION A. Coordinate layout and installation of acoustical panels and suspension system with other construction that penetrates ceilings or is supported by them including light fixtures HVAC equipment, fire- suppression system and partition assemblies. PART 2 PRODUCTS 2 1 ACOUSTICAL PANELS GENERAL A. Acoustical Panel Standard Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings and light reflectance unless otherwise indicated 1 Mounting Method for Measuring NRC Type E -400 plenum mounting in which face of test specimen is 15 -3/4 inches away from test surface per ASTM E 795 B Acoustical Panel Colors and Patterns Match appearance characteristics indicated for each product type 1 Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers proprietary product designations provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type pattern color light reflectance acoustical performance edge detail, and size C Broad Spectrum Anti microbial Fungicide and Bactericide Treatment: Provide acoustical panels treated with manufacturer's standard anti microbial formulation that inhibits fungus mold mildew and gram positive and gram- negative bacteria and showing no mold, mildew or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21 2 2 ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING A. Basis -of- Design Products Subject to compliance with requirements, provide materials that match existing system and manufacturer verify with Owner ACOUSTICAL PANEL CEILINGS 09511 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2 3 METAL SUSPENSION SYSTEMS GENERAL A. Metal Suspension System Standard Provide manufacturer's standard direct -hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635 B Finishes and Colors, General: Comply with the NAAMM 'Metal Finishes Manual for Architectural and Metal Products' for recommendations for applying and designating finishes Provide manufacturer's standard factory- applied finish for type of system indicated C Attachment Devices Size for five times the design load indicated in ASTM C 635 Table 1 'Direct Hung unless otherwise indicated Comply with seismic design requirements 1 Power Actuated Fasteners in Concrete Fastener system of type suitable for application indicated fabricated from corrosion resistant materials with clips or other accessory devices for attaching hangers of type indicated and with capability to sustain, without failure a Toad equal to 10 times that imposed by ceiling construction as determined by testing per ASTM E 1190 conducted by a qualified testing and inspecting agency D Wire Hangers, Braces and Ties Provide wires complying with the following requirements 1 Zinc Coated Carbon -Steel Wire ASTM A 641/A 641M Class 1 zinc coating soft temper 2 Size Select wire diameter so its stress at 3 times hanger design Toad (ASTM C 635 Table 1 'Direct Hung will be less than yield stress of wire but provide not less than 0 135- inch diameter wire E Angle Hangers Angles with legs not less than 7/8 inch wide formed with 0 04 -inch- thick, galvanized steel sheet complying with ASTM A 653/A 653M G90 coating designation with bolted connections and 5/16- inch diameter bolts 2 4 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING A. Basis -of- Design Products. Subject to compliance with requirements, provide materials that match existing system and manufacturer verify with Owner 2 5 ACOUSTICAL SEALANT A. Available Products Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to the following: 1 Acoustical Sealant for Exposed and Concealed Joints a. Pecora Corporation AC -20 FTR Acoustical and Insulation Sealant. b USG Corporation SHEETROCK Acoustical Sealant. ACOUSTICAL PANEL CEILINGS 09511 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Acoustical Sealant for Exposed and Concealed Joints Manufacturer's standard non sag paintable non staining latex sealant, with a VOC content of 250 g/L or Tess when calculated according to 40 CFR 59 Subpart D (EPA Method 24) complying with ASTM C 834 and effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90 PART 3 EXECUTION 31 EXAMINATION A. Examine substrates areas, and conditions including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. 1 Proceed with installation only after unsatisfactory conditions have been corrected 3.2 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling Avoid using Tess- than half -width panels at borders and comply with layout shown on reflected ceiling plans 3 3 INSTALLATION A. General Install acoustical panel ceilings to comply with ASTM C 636 and seismic design requirements indicated per manufacturer's written instructions and The CISCA 'Ceiling Systems Handbook. B Suspend ceiling hangers from building's structural members and as follows 1 Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2 Splay hangers only where required to miss obstructions offset resulting horizontal forces by bracing counter splaying or other equally effective means. 3 Where width of ducts and other construction within ceiling plenum produces hanger spacing that interferes with location of hangers at spacing required to support standard suspension system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4 Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns Connect hangers directly either to structures or to inserts, eye screws or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age corrosion or elevated temperatures. 5 Secure flat, angle channel and rod hangers to structure including intermediate framing members by attaching to inserts eye screws, or other devices that are ACOUSTICAL PANEL CEILINGS 09511 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL secure and appropriate for both structure to which hangers are attached and type of hanger involved Install hangers in a manner that will not cause them to deteriorate or fail due to age corrosion or elevated temperatures. 6 When steel framing does not permit installation of hanger wires at spacing required install carrying channels or other supplemental support for attachment of hanger wires. 7 Do not attach hangers to steel roof deck. Attach hangers to structural members. 8 Space hangers not more than 48 inches o c. along each member supported directly from hangers, unless otherwise indicated, provide hangers not more than 8 inches from ends of each member 9 Size supplemental suspension members and hangers to support ceiling Toads within performance limits established by referenced standards and publications C Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns Suspend bracing from building's structural members as required for hangers, without attaching to permanent metal forms, steel deck, or steel deck tabs Fasten bracing wires into concrete with cast -in -place or post installed anchors D Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels 1 Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of moldings before they are installed 2. Screw attach moldings to substrate at intervals not more than 16 inches o c and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely 3 Do not use exposed fasteners including pop rivets on moldings and trim. E. Install suspension system runners so they are square and securely interlocked with one another Remove and replace dented bent, or kinked members F Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1 Arrange directionally patterned acoustical panels as follows 2 Paint cut edges of panel remaining exposed after installation match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer 3 4 CLEANING a. As indicated on reflected ceiling plans b Install panels with pattern running in one direction parallel to long axis of space A. Clean exposed surfaces of acoustical panel ceilings, including trim edge moldings, and suspension system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage Remove and replace ceiling ACOUSTICAL PANEL CEILINGS 09511 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage END OF SECTION ACOUSTICAL PANEL CEILINGS 09511 Page 6 1 CLALLAM COUNTY COURTHOUSE WEST WING I LEVEL 1 REMODEL SECTION 09653 RESILIENT WALL BASE AND ACCESSORIES 1 PART1 GENERAL I 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and 1 Supplementary Conditions and Division 1 Specification Sections apply to this Section 12 SUMMARY 1 A. Section Includes. 1 Resilient base I 2 Resilient molding accessories. B Related Sections 1 Division 9 Section 'Linoleum Floor Coverings' for linoleum floor tile 13 SUBMITTALS I A. Product Data For each type of product indicated I B Samples for Verification For each type of product indicated in manufacturer's standard -size Samples but not less than 6 inches long of each resilient product color I texture and pattern required 1 4 QUALITY ASSURANCE A. Fire Test Response Characteristics As determined by testing identical products I according to ASTM E 648 or NFPA 253 by a qualified testing agency 1 Critical Radiant Flux Classification. Class I not less than 0 45 W /sq cm 1 1 5 DELIVERY STORAGE AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather with ambient temperatures maintained within range recommended by manufacturer but not less than 50 deg F or more than 90 deg F 1 1 6 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer but not 1 less than 70 deg F or more than 95 deg F in spaces to receive resilient products during the following time periods. 1 48 hours before installation 1 2. During installation 3 48 hours after installation RESILIENT WALL BASE AND ACCESSORIES 09653 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Until Substantial Completion maintain ambient temperatures within range recommended by manufacturer but not less than 55 deg F or more than 95 deg F C Install resilient products after other finishing operations, including painting have been completed 1 7 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents 1 Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof of each type color pattern, and size of resilient product installed PART 2 PRODUCTS 2.1 RESILIENT BASE A. Resilient Base. 1 Manufacturers Subject to compliance with requirements, provide products by one of the following a Burke Mercer Flooring Products Division of Burke Industries Inc. b Flexco Inc c. Roppe Corporation USA. B Resilient Base Standard ASTM F 1861 1 Material Requirement: Type TS (rubber vulcanized thermoset) 2. Manufacturing Method Group I (solid homogeneous) 3 Style Cove (base with toe) C Minimum Thickness 0 125 inch D Height: 4 inches E Lengths Coils in manufacturer's standard length F Outside Corners Job formed or preformed G Inside Corners. Job formed or preformed H Finish As selected by Architect from manufacturer's full range I Colors and Patterns To match Marley Flexco Wallflowers Series #01 `Black Dahlia 2.2 RESILIENT MOLDING ACCESSORY A. Resilient Molding Accessory RESILIENT WALL BASE AND ACCESSORIES 09653 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Manufacturers Subject to compliance with requirements provide products by one of the following a Burke Mercer Flooring Products; Division of Burke Industries Inc. b Marley Flexco Inc. c. Roppe Corporation USA. B Description Reducer strip for resilient floor covering and Transition strips. C Material Rubber B Profile and Dimensions As indicated E. Colors and Patterns. To match Marley Flexco Flextones #01 'Black Dahlia 2 3 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds. Latex modified Portland cement based or blended hydraulic- cement -based formulation provided or approved by manufacturer for applications indicated B Adhesives. Water- resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated 1 Use adhesives that comply with the following limits for VOC content when calculated according to 40 CFR 59 Subpart D (EPA Method 24) PART 3 EXECUTION 31 EXAMINATION 3.2 PREPARATION a. Cove Base Adhesives Not more than 50 g /L. A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks ridges, depressions scale and foreign deposits that might interfere with adhesion of resilient products C Proceed with installation only after unsatisfactory conditions have been corrected A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B Fill cracks holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate RESILIENT WALL BASE AND ACCESSORIES 09653 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Do not install resilient products until they are same temperature as the space where they are to be installed 1 Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation D Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. 3 3 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base B Apply resilient base to walls, columns pilasters and other permanent fixtures in rooms and areas where base is required C Install resilient base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned D Tightly adhere resilient base to substrate throughout length of each piece with base in continuous contact with horizontal and vertical substrates E Do not stretch resilient base during installation F On masonry surfaces or other similar irregular substrates fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material G Preformed Corners Install preformed corners before installing straight pieces H Job Formed Corners 1 Outside Corners Use straight pieces of maximum lengths possible Form without producing discoloration (whitening) at bends 2 Inside Corners Use straight pieces of maximum lengths possible 3 4 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories B Resilient Molding Accessories Butt to adjacent materials and tightly adhere to substrates throughout length of each piece Install reducer strips at edges of resilient floor covering that would otherwise be exposed 3 5 CLEANING AND PROTECTION A. Comply with manufacturers written instructions for cleaning and protection of resilient products. B Perform the following operations immediately after completing resilient product installation 1 Remove adhesive and other blemishes from exposed surfaces. RESILIENT WALL BASE AND ACCESSORIES 09653 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2. Sweep and vacuum surfaces thoroughly 3 Damp -mop surfaces to remove marks and soil C Protect resilient products from mars marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period D Cover resilient products until Substantial Completion END OF SECTION RESILIENT WALL BASE AND ACCESSORIES 09653 Page 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 09654 LINOLEUM FLOOR COVERINGS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section 12 SUMMARY A. This Section includes linoleum floor tile B Related Sections include the following 1 Division 9 Section 'Resilient Wall Base and Accessories' for resilient wall base reducer strips and other accessories installed with linoleum floor coverings 13 SUBMITTALS A. Product Data. For each type of product indicated B Shop Drawings 1 Show locations of seams edges columns doorways enclosing partitions built in furniture, cabinets and cutouts 2. Show details of special patterns. C Samples for Verification In manufacturer's standard size but not Tess than 6 -by -9 inch sections of each color and pattern of linoleum floor covering required D Qualification Data For Installer E Maintenance Data. For linoleum floor coverings to include in maintenance manuals 1 4 QUALITY ASSURANCE A. Installer Qualifications A qualified installer who employs workers for this Project that are competent in techniques required by manufacturer for floor covering installation indicated 1 Engage an installer who employs workers for this Project that are certified by floor covering manufacturer for installation techniques required B Fire Test Response Characteristics Provide products identical to those tested for fire exposure behavior per test method indicated by a testing and inspecting agency acceptable to authorities having jurisdiction LINOLEUM FLOOR COVERINGS 09654 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 5 DELIVERY STORAGE AND HANDLING A. Store floor coverings and installation materials in dry spaces protected from the weather with ambient temperatures maintained within range recommended by manufacturer but not less than 50 deg For more than 90 deg. F 1 Floor Tile Store on flat surfaces 1 6 PROJECT CONDITIONS A. Maintain temperatures within range recommended by manufacturer but not less than 70 deg F or more than 95 deg F in spaces to receive floor tile during the following time periods 1 72 hours before installation 2. During installation 3 72 hours after installation B After post installation period maintain temperatures within range recommended by manufacturer but not less than 55 deg F or more than 95 deg F C Close spaces to traffic during floor covering installation D Close spaces to traffic for 72 hours after floor covering installation E Install floor coverings after other finishing operations including painting have been completed. 1 7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents 1 Floor Tile. Furnish one box for every 50 boxes or fraction thereof of each type color and pattern of floor tile installed PART 2 PRODUCTS 2.1 LINOLEUM FLOOR COVERING A. Available Products. Subject to compliance with requirements, products that may be incorporated into the Work include but are not limited to the following 1 Forbo Flooring Systems Marmoleum Composition Tile MCT' 2 Architect accepted equal B Color and Pattern As indicated by manufacturer's designation, in the Linoleum Floor Tile Color Schedule at the End of Part 3 LINOLEUM FLOOR COVERINGS 09654 Page 2 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL C Tile Solidified mixture of linoleum cement binder (linseed oil and pine rosin or other resins or rosins or equivalent oxidized oleoresinous binder) and ground cork, wood flour mineral fillers and pigments bonded to a polyester backing so that backing is partially embedded in mixture Patterns and colors extend through entire wear -layer 1 thickness 1 Nominal Tile Size 13 by 13 inches 1 D Seaming Method Standard E. Thickness 0 08 inch F Fire -Test- Response Characteristics 1 Critical Radiant Flux Classification Class I not less than 0 45 W /sq cm per ASTM E 648 2.2 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds ounds Latex modified Portland cement based or blended hydraulic cement based formulation provided or approved by floor 1 covering manufacturer for applications indicated B Adhesives Water- resistant type recommended by floor covering manufacturer for 1 products and substrate conditions indicated Forbo T940 or equal C Metal Edge Strips Extruded aluminum with mill finish, of width shown of height 1 required to protect exposed edge of floor covering and in maximum available lengths to minimize running joints 1 PART 3 EXECUTION 31 EXAMINATION 1 A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance 1 Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks ridges, depressions, scale and foreign deposits that might interfere with adhesion of floor coverings 2. Proceed with installation only after unsatisfactory conditions have been corrected 3 2 PREPARATION A. Prepare substrates according to manufacturer's written recommendations to ensure 1 adhesion of floor coverings. B Concrete Substrates. Prepare according to ASTM F 710 LINOLEUM FLOOR COVERINGS 09654 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Verify that substrates are dry and free of curing compounds, sealers and hardeners. 2. Alkalinity and Adhesion Testing Perform tests recommended by manufacturer Proceed with installation only after substrates pass testing 3 Moisture Testing a. Perform anhydrous calcium chloride test, ASTM F 1869 Proceed with installation only after substrates have maximum moisture vapor- emission rate of 3 lb of water /1000 sq ft. in 24 hours b Perform tests recommended by manufacturer Proceed with installation only after substrates pass testing C Remove substrate coatings and other substances that are incompatible with floor covering adhesives and that contain soap wax, oil or silicone using mechanical methods recommended by manufacturer Do not use solvents. D Use trowelable leveling and patching compound to fill cracks holes and depressions in substrates. E. Move floor coverings and installation materials into spaces where they will be installed at least 72 hours in advance of installation 1 Do not install floor coverings until they are same temperature as space where they are to be installed F Sweep and vacuum clean substrates to be covered by floor coverings immediately before installation After cleaning examine substrates for moisture alkaline salts carbonation and dust. Proceed with installation only after unsatisfactory conditions have been corrected 3 3 INSTALLATION GENERAL A. Scribe and cut floor coverings to butt neatly and tightly to vertical surfaces permanent fixtures and built -in furniture including cabinets, pipes outlets edgings thresholds and nosings. B Extend floor coverings into toe spaces, door reveals closets and similar openings. C Maintain reference markers, holes, or openings that are in place or marked for future cutting by repeating on floor coverings as marked on sub -floor Use chalk or other non permanent marking device D Install floor coverings on covers for telephone and electrical ducts and similar items in finished floor areas Maintain overall continuity of color and pattern with pieces of floor coverings installed on covers Tightly adhere floorcovering edges to substrates that abut covers and to cover perimeters. E. Adhere floor coverings to substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints telegraphing of adhesive spreader marks, and other surface imperfections. LINOLEUM FLOOR COVERINGS 09654 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 4 TILE INSTALLATION A. Lay out tiles from center marks established with principal walls, discounting minor offsets so tiles at opposite edges of room are of equal width Adjust as necessary to avoid using cut widths that equal less than one -half tile at perimeter 1 Lay tiles square with room axis B Match tiles for color and pattern by selecting tiles from cartons in same sequence as manufactured and packaged if so numbered Discard broken cracked chipped or deformed tiles 1 Lay tiles with grain direction alternating in adjacent tiles (basket -weave pattern) C Do not install resilient flooring over expansion joints Use expansion joint covers manufactured for use with resilient flooring 3 5 CLEANING AND PROTECTION A. Perform the following operations immediately after installing floor coverings 1 Remove adhesive and other surface blemishes from floor covering surfaces. 2. Sweep and vacuum floor coverings thoroughly 3 Damp -mop floor coverings to remove marks and soil a. Do not wash floor coverings until a minimum of five days after installation has been completed to allow adhesive proper time to set. B Protect floor coverings against mars, marks indentations and other damage from construction operations and placement of equipment and fixtures during remainder of construction period Use protection methods indicated or recommended in writing by manufacturer 1 Apply protective floor polish to surfaces that are free of soil visible adhesive and surface blemishes. a. Seal linoleum as recommended by manufacturer b Use commercially available product acceptable to manufacturer c Coordinate selection of floor polish with Owner's maintenance service 2. Cover linoleum floor coverings with un -dyed untreated building paper until inspection for Substantial Completion. a. Allow ambering (yellow film caused by linseed oil oxidation) to disappear before Substantial Completion 3 Do not move heavy and sharp objects directly over floor covering surfaces. Place plywood or hardboard panels over floor coverings and under objects while they are being moved Slide or roll objects over panels without moving panels LINOLEUM FLOOR COVERINGS 09654 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 6 LINOLEUM FLOOR TILE COLOR SCHEDULE A. Linoleum floor tile colors are to match as follows. 1 Lin. Forbo Marmoleum Composition Tile (MCT) with Topshield #793 'Cotswold' END OF SECTION LINOLEUM FLOOR COVERINGS 09654 Page 6 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 SECTION 09900 PAINTING 1 PART 1 GENERAL 1 1 RELATED DOCUMENTS 1 A. Drawings and general provisions of the Contract, including General and Supplemen- tary Conditions and Division 1 Specification Sections apply to this Section 12 SUMMARY A. This Section includes surface preparation and field painting of the following 1 1 Exposed interior items and surfaces. 2. Surface preparation priming and finish coats specified in this Section are in ad- dition to shop priming and surface treatment specified in other Sections B Paint exposed surfaces except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural If the paint schedules do not spe- cifically mention an item or a surface paint the item or surface the same as similar ad- jacent materials or surfaces whether or not schedules indicate colors If the schedules do not indicate color or finish the Architect will select from standard colors and finishes available 1 Painting includes field painting of exposed bare and covered pipes and ducts (in- cluding color coding) hangers, exposed steel and ironwork, and primed metal 1 surfaces of mechanical and electrical equipment. C Do not paint pre finished items, concealed surfaces, finished metal surfaces, operating 1 parts and labels 13 DEFINITIONS 1 A. General Standard coating terms defined in ASTM D 16 apply to this Section 1 Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85- degree meter 2 Eggshell refers to low -sheen finish with a gloss range between 5 and 20 when measured at a 60- degree meter 3 Satin refers to low -sheen finish with a gloss range between 15 and 35 when measured at a 60- degree meter 4 Semi -gloss refers to medium -sheen finish with a gloss range between 30 and 65 when measured at a 60- degree meter 5 Full gloss refers to high -sheen finish with a gloss range more than 65 when measured at a 60- degree meter 14 SUBMITTALS A. Product Data. For each paint system specified Include block fillers and primers PAINTING 09900 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Material List: Provide an inclusive list of required coating materials Indicate each material and cross reference specific coating finish system and applica- tion Identify each material by manufacturer's catalog number and general classi- fication 2. Manufacturer's Information Provide manufacturer's technical information includ- ing label analysis and instructions for handling, storing and applying each coat- ing material proposed for use 3 Certification by the manufacturer that products supplied comply with local regu- lations controlling use of volatile organic compounds (VOC) B Samples for Verification Of each color and material to be applied with texture to simu- late actual conditions, on representative Samples of the actual substrate 1 Provide stepped Samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing Samples for review Re- submit until required sheen color and texture are achieved 2 Provide a list of materials and applications for each coat of each sample Label each sample for location and application C Qualification Data For firms and persons specified in the 'Quality Assurance Article to demonstrate their capabilities and experience Include lists of completed projects with project names and addresses names and addresses of Architects and Owners and other information specified 1 5 QUALITY ASSURANCE A. Applicator Qualifications. Engage an experienced applicator that has completed paint ing system applications similar in material and extent to that indicated for this Project with a record of successful in- service performance B Source Limitations Obtain block fillers, primers and undercoat materials for each coat ing system from the same manufacturer as the finish coats. 1 6 DELIVERY STORAGE AND HANDLING A. Deliver materials to the Project Site in manufacturer's original unopened packages and containers bearing manufacturer's name and label, and the following information 1 Product name or title of material. 2. Product description (generic classification or binder type) 3 Manufacturer's stock number and date of manufacture 4 Contents by volume for pigment and vehicle constituents. 5 Thinning instructions 6 Application instructions. 7 Color name and number 8 VOC content. B Store materials not in use in tightly covered containers in a well ventilated area at a minimum ambient temperature of 45 deg F Maintain containers used in storage in a clean condition free of foreign materials and residue. PAINTING 09900 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Protect from freezing Keep storage area neat and orderly Remove oily rags and waste daily Take necessary measures to ensure that workers and work ar eas are protected from fire and health hazards resulting from handling mixing and application 1 7 PROJECT CONDITIONS A. Apply water -based paints only when the temperature of surfaces to be painted and sur rounding air temperatures are between 50 and 90 deg F B Apply solvent- thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F C Do not apply paint when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces 1 8 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied in the quantities described below Package paint materials in un- opened factory- sealed containers for storage and identify with labels describing contents Deliver extra mate- rials to the Owner 1 Quantity Furnish the Owner with an additional 5 percent, but not less than 1 gal of each material and color applied PART 2 PRODUCTS 21 MANUFACTURERS A. Available Products Subject to compliance with requirements products that may be in- corporated into the Work include but are not limited to products listed in the paint schedules B Manufacturers Names The following manufacturers are referred to in the paint sched- ules by use of shortened versions of their names which are shown in parentheses 1 Miller Paint Company (Miller) 2 PPG Industries Inc. (PPG) 3 Pratt Lambert, Inc (P L) 2.2 PAINT MATERIALS GENERAL A. Material Compatibility Provide block fillers primers undercoats, and finish -coat mate- rials that are compatible with one another and the substrates indicated under condi- tions of service and application as demonstrated by manufacturer based on testing and field experience B Material Quality Provide manufacturer's best quality paint material of the various coat- ing types specified Paint material containers not displaying manufacturer's product identification will not be acceptable PAINTING 09900 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Proprietary Names Use of manufacturer's proprietary product names to desig- nate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers Fur nish manufacturer's material data and certificates of performance for proposed substitutions C Colors Provide color selections made by the Architect, listed in the Paint Color Schedule at the End of Part 3 PART 3 EXECUTION 31 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements 1 Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry 2 Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area B Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates On request, furnish information on characteristics of finish materials to ensure use of compatible primers 1 Notify the Architect about anticipated problems using the materials specified over substrates primed by others 3 2 PREPARATION A. General: Remove hardware and hardware accessories plates, machined surfaces, lighting fixtures and similar items already installed that are not to be painted If re- moval is impractical or impossible because of the size or weight of the item provide surface applied protection before surface preparation and painting 1 After completing painting operations in each space or area, reinstall items re- moved using workers skilled in the trades involved B Cleaning Before applying paint or other surface treatments clean the substrates of substances that could impair the bond of the various coatings Remove oil and grease before cleaning 1 Schedule cleaning and painting so dust and other contaminants from the clean- ing process will not fall on wet, newly painted surfaces C Surface Preparation Clean and prepare surfaces to be painted according to manufac- turers written instructions for each particular substrate condition and as specified 1 Provide barrier coats over incompatible primers or remove and re -prime PAINTING 09900 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL D Materials Preparation Mix and prepare paint materials according to manufacturer's written instructions. 1 Maintain containers used in mixing and applying paint in a clean condition free of foreign materials and residue 2. Stir material before application to produce a mixture of uniform density Stir as required during application Do not stir surface film into material If necessary remove surface film and strain material before using 3 Use only thinners approved by paint manufacturer and only within recommended limits 3 3 APPLICATION A. General: Apply paint according to manufacturer's written instructions Use applicators and techniques best suited for substrate and type of material being applied 1 Paint colors surface treatments and finishes are indicated in the schedules. 2 Do not paint over dirt, rust, scale, grease moisture scuffed surfaces, or condi- tions detrimental to formation of a durable paint film. 3 Provide finish coats that are compatible with primers used 4 The term exposed surfaces includes areas visible when permanent or built -in fixtures convector covers covers for finned -tube radiation grilles and similar components are in place Extend coatings in these areas, as required to main- tain the system integrity and provide desired protection 5 Paint surfaces behind movable equipment and furniture the same as similar ex posed surfaces Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only 6 Sand lightly between each succeeding enamel or varnish coat. B Scheduling Painting Apply first coat to surfaces that have been cleaned pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration 1 The number of coats and the film thickness required are the same regardless of application method Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer If sanding is required to produce a smooth even surface according to manufacturer's written instructions and sand between applications 2. Omit primer on metal surfaces that have been shop primed and touchup painted 3 If undercoats stains or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish color and appearance Give special attention to ensure edges, corners, crevices welds and exposed fasten- ers receive a dry film thickness equivalent to that of flat surfaces. 4 Allow sufficient time between successive coats to permit proper drying Do not re -coat surfaces until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure and where application of another coat of paint does not cause the undercoat to lift or lose adhesion C Application Procedures. Apply paints and coatings by brush roller spray or other ap- plicators according to manufacturer's written instructions. PAINTING 09900 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 Brushes Use brushes best suited for the type of material applied Use brush of appropriate size for the surface or item being painted 2 Rollers Use rollers of carpet, velvet back, or high -pile sheep's wool as recom- mended by the manufacturer for the material and texture required 3 Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required D Minimum Coating Thickness Apply paint materials no thinner than manufacturer's rec- ommended spreading rate Provide the total dry film thickness of the entire system as recommended by the manufacturer E Prime Coats Before applying finish coats, apply a prime coat of material as recom- mended by the manufacturer to material that is required to be painted or finished and that has not been prime coated by others. Re -coat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears to ensure a finish coat with no burn through or other defects due to insufficient sealing F Pigmented (Opaque) Finishes Completely cover surfaces as necessary to provide a smooth opaque surface of uniform finish color appearance and coverage Cloudi- ness spotting holidays laps brush marks, runs sags, ropiness or other surface im- perfections will not be acceptable G Completed Work: Match approved samples for color texture and coverage. Remove refinish or repaint work not complying with requirements 3 4 FIELD QUALITY CONTROL A. The Owner reserves the right to invoke the following test procedure at any time and as often as the Owner deems necessary during the period when paint is being applied 1 The Owner will engage the services of an independent testing agency to sample the paint material being used Samples of material delivered to the Project will be taken identified sealed and certified in the presence of the Contractor 2 The testing agency will perform appropriate tests for the following characteristics as required by the Owner a. Quantitative material analysis. b Abrasion resistance. c. Apparent reflectivity d Flexibility e Washability f Absorption g Accelerated weathering h Dry opacity i Accelerated yellowness Re- coating k. Skinning I Color retention m. Alkali and mildew resistance PAINTING 09900 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 The Owner may direct the Contractor to stop painting if test results show material being used does not comply with specified requirements The Contractor shall remove non complying paint from the site pay for testing and repaint surfaces previously coated with the rejected paint. If necessary the Contractor may be required to remove rejected paint from previously painted surfaces if on repaint- ing with specified paint, the 2 coatings are incompatible 3 5 CLEANING A. Cleanup At the end of each workday remove empty cans, rags rubbish and other discarded paint materials from the site 1 After completing painting clean glass and paint spattered surfaces Remove spattered paint by washing and scraping Be careful not to scratch or damage adjacent finished surfaces 3 6 PROTECTION A. Protect work of other trades whether being painted or not, against damage by painting Correct damage by cleaning repairing or replacing and repainting as approved by Ar ch itect. B Provide 'Wet Paint' signs to protect newly painted finishes Remove temporary protec- tive wrappings provided by others to protect their work after completing painting opera- tions 1 At completion of construction activities of other trades touch up and restore damaged or defaced painted surfaces Comply with procedures specified in PDCA P1 3 7 INTERIOR PAINT SCHEDULE A. Gypsum Board Provide the following finish systems over new and existing interior gypsum board surfaces 1 Low Luster Acrylic Enamel Finish 2 finish coats over a primer a Primer Alkali- resistant, alkyd- or latex -based interior primer as recom- mended by the manufacturer for this substrate applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. 1) Miller 6060 Stain Blocking Primer 2) PPG 6 -603 Speedhide Interior /Exterior Acrylic Latex Alkali Resistant Primer 3) P L. Z/F 1001 Suprime 1 100 Percent Acrylic Multi- Purpose Primer b First and Second Coats. Low luster (eggshell or satin) acrylic latex, interior enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.8 mils. PAINTING 09900 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1) Miller 6200 Acrylic Satin Interior Latex Enamel 2) PPG 89 Line Manor Hall Eggshell Latex Wall and Trim Enamel 3) P L. ZJF 4000 Series Accolade Interior Velvet. 2. Semi gloss, Acrylic Enamel Finish 2 finish coats over a primer a. Primer Latex -based interior primer applied at spreading rate recom- mended by the manufacturer to achieve a total dry film thickness of not less than 1 2 mils. 1) Miller 6020 High Solids PVA Primer Sealer 2) PPG 17 -10 Quick -Drying Interior Latex Primer Sealer 3) P L. Z/F 1001 Suprime 1 100 Percent Acrylic Multi- Purpose Primer b First and Second Coats Semi -gloss acrylic latex, interior enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2 6 mils. 1) Miller 6150 Semi -Gloss Latex Enamel 2) PPG 88 -110 Satinhide Interior Enamel Wall Trim Lo- Lustre Semi Gloss Latex. 3) P L. Z/F 4100 Series Accolade Interior Semi -Gloss 3 8 PAINT COLOR SCHEDULE A. Paint colors are to match as follows 1 P -1 Color Guild #3857 'Linen White END OF SECTION PAINTING 09900 Page 8 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 12500 FURNITURE Basis -of- Design Product: Subject to compliance with requirements provide Teknion Altos or a comparable product by one of the following 1 Herman Miller Ethospace Systems Furniture 2. Steelcase Pathways Privacy Wall PANEL WALL SPECIFICATION Description Manufacturer Manufacturer's Designation Dimensions Finishes Installation Requirements Source QUANTITY Quantity by Location HARDWARE GROUP 1 DOOR 123A HES 1 Electric Strike Best Norton Hirsch 1 Lock 1 Closer 1 -1/2 Pr Butts Hinges 1 Proximity Reader* *Provided and installed by Owner Item Code PD1 Swing Door Panel Teknion Altos FDH Segmented Series 95' high x 42' wide. Laminate Both sides of door panel, #ST370054 'Penny Stria Glazing Insert in door panel Frosted Paint: #ST320007 'Espresso Install per manufacturer's instructions. Include all trim and connector pieces required for complete installation including hardware as specified in Hardware Schedule below One Source Office Interiors Inc (Mary Barr) Address 2950 NW Yeon Ave Portland Oregon 97210 Phone Number 503.227 3148 Facsimile Phone Number 503 227 3149 E -Mail Address marv( aotoOneSource.com To be determined by Vendor /Supplier As shown on Sheets A2.1 and A2 2 5000 -24V -A -501 (Fail Safe) 93K 7- R- 14 -C -S3 PS8505- ST -H -MA furniture manufacturer standard DS47L -SPX ScrambleProx 626 626 626 626 FURNITURE 12500 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PANEL WALL SPECIFICATION Item Code PW1 Description. Manufacturer Manufacturer's Dimensions: Finishes. Installation Requirements Source QUANTITY Quantity by Location PANEL WALL SPECIFICATION Item Code PW2 Description Manufacturer Manufacturer's Designation Dimensions. Finishes. Installation Requirements Source QUANTITY Quantity by Location PANEL WALL SPECIFICATION Item Code PW3 Description Manufacturer Manufacturer's Designation Dimensions. Finishes. Installation Requirements. Source QUANTITY Quantity by Location Powered Wall Panel. Teknion. Designation. Altos Series. 95' high x 12' wide. Laminate (2 panels (bottom)) Both sides of panel #ST370054 'Penny Stria Glazing (1 panel (top)) Center of panel Clear Paint: #ST320007 'Espresso Install per manufacturer's instructions. Include all trim and connector pieces required for complete installation One Source Office Interiors Inc (Mary Barr) Address. 2950 NW Yeon Ave Portland Oregon 97210 Phone Number 503.227 3148 Facsimile Phone Number* 503 227 3149 E -Mail Address marvlahaotoOneSource.com. To be determined by Vendor /Supplier As shown on Sheets A2.1 and A2 2. Non Powered Wall Panel Teknion Altos Series. 95' high x 36' wide Laminate (1 panel (bottom)) Both sides of panel, #ST370054 'Penny Stria Glazing (2 panels (top)) Center of panel 48' high panel frost, 6' high panel clear Paint: #ST320007 'Espresso Same as PW1 Same as PW1 To be determined by Vendor /Supplier As shown on Sheets A2.1 and A2 2 Non Powered Wall Panel Teknion. Altos Series. 95' high x 36' wide Laminate (2 panels (bottom)) Both sides of panel #ST370054 'Penny Stria Glazing (1 panel (top)) Center of panel Clear Paint: #ST320007 'Espresso Same as PW1 Same as PW1 To be determined by Vendor /Supplier As shown on Sheets A2.1 and A2.2. FURNITURE 12500 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL PANEL WALL SPECIFICATION Item Code PW4 Description Manufacturer Manufacturer's Designation Dimensions. Finishes. Installation Requirements Source QUANTITY Quantity by Location PANEL WALL SPECIFICATION Description Manufacturer Manufacturer's Designation Dimensions Finishes. Installation Requirements. Source QUANTITY Quantity by Location Non Powered Wall Panel Teknion Altos Series 95' high x 45' wide Laminate (2 panels (bottom)) Both sides of panel #ST370054 'Penny Stria Glazing (1 panel (top)) Center of panel Clear Paint: #ST320007 'Espresso Same as PW1 Same as PW1 To be determined by Vendor /Supplier As shown on Sheets A2.1 and A2.2 END OF SECTION Item Code PW5 Non Powered Wall Panel Teknion Altos Series. 95' high x 48' wide Laminate (2 panels (bottom)) Both sides of panel #ST370054 'Penny Stria Glazing (1 panel (top)) Center of panel Clear Paint: #ST320007 'Espresso Same as PW1 Same as PW1 To be determined by Vendor /Supplier As shown on Sheet A2 1 and A2.2 FURNITURE 12500 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 15000 GENERAL MECHANICAL PROVISIONS (Performance Specification) PART 1 GENERAL 1 1 SECTION INCLUDES A. This Section is specifically applicable to the Basic Mechanical Requirements in addition to Division 1 General Requirements. B The General Conditions and General Requirements (Division 1) apply to this Section 15 Work. 1.2 DESCRIPTION A. A completed operating installation of all mechanical systems specified and required shall be provided All installations shall be in strict compliance with the specifications drawings, general conditions and contract terms all applicable current State and Local Codes and Ordinances In case of conflicts, the quality deemed best by the Owners Representative will govern B This Work is Design /Build 1 3 SCOPE OF WORK A. HVAC 1 Contractor to coordinate design fabricate and install the complete Heating Ventilating and Air Conditioning system per governing authorities requirements as specified and as approved by the Owners Representative. 2 Contractor to provide detailed shop drawings submitted to and approved by governing jurisdiction 3 Contractor to comply with all State Energy Code requirements and complete State Energy Code forms 4 Refer to Architectural Drawings for some required equipment, fixtures etc 14 REFERENCES A. ASME American Society of Mechanical Engineers. B ANSI American National Standards Institute C ASTM American Society for Testing and Materials D UL Underwriters' Laboratories Inc. E IBC International Building Code F IMC International Mechanical Code Including Oregon Mechanical Specialty Code GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL G NFPA National Fire Protection Association H NEMA National Electrical Manufacturer's Association I ASHRAE American Society of Heating Refrigeration and Air Conditioning Engineers J UFC Uniform Fire Code K. SMACNA Sheet Metal and Air Conditioning Contractors. L. NBS National Bureau of Standards M AGA American Gas Association 15 SUBMITTALS A. Submit (3) sets of shop drawings energy calculations and other required information to local jurisdiction for approval B Submit four bound HVAC shop drawings and product data grouped to include complete submittals of project, products and accessories in a single submittal Each product data to be labeled and cross referenced to the drawings Each bound shop drawings and product data shall be indexed as follows 1 HVAC a Equipment. b Controls c Detailed drawings and equipment schedules d Copy of energy calculations C Proposed Mechanical Products List: Include products to indicate the following 1 Manufacturer's name and address 2. Catalog designation or model number 3 Equipment Schedule Number corresponding to the drawings mark numbers 4 Rough -in data and dimensions 5 Performance curves and rated capacities 6 Motor characteristics and wiring diagrams 7 Operation characteristics. 8 Airborne noise levels. D Proposed Drawings. Include drawings to indicate the following 1 Detailed HVAC layout to include detailed sheet metal duct layout (location) inlets and outlets material sizes and type automatic and manual dampers hangers and supports thermostat locations components and accessories. 2 Detailed HVAC layout will be coordinated with all building features such as Electrical Plumbing Structural etc. Provide drawing sections to clarify equipment/material locations. 3 Details of seismic restraints and seismic calculations as required to meet code GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 1 6 REGULATORY REQUIREMENTS A. The Contractor is required to comply with all applicable National State and Local Codes Standards and Ordinances in performing this work. Contractor shall pay for all permits and tests. B All work and materials shall be governed by the recommended practices of AGA, ANSI ASHRAE, ASME, ASTM American Welding Society American Water Works Association (AWWA) Hydraulic Institute NBS NEC NEMA, NFPA, SMACNA, UBC UL, UMC UFC and latest adopted editions. 1 7 RECORD DRAWINGS A. In addition to Division 1 General Requirements the following work shall apply 1 As installed drawings Maintain a set of black line prints of the building plans for the duration of the contract and mark a Record of the Work as installation progresses Dimensions shall be referenced from Visible Building structural features such as bearing walls or columns 2 Include one set of record drawings with documents required at Completion Requirements. 3 See Section 01770 for other requirements. 1 8 QUALITY ASSURANCE A. HVAC 1 Design and installation to conform to IMC IBC ASHRAE SMACNA, local authorities having jurisdiction and as directed by the Owners Representative 2 Specialist Firm. Company regularly engaged and specializing in Commercial Heating Ventilating and Air Conditioning systems 3 Provide all calculations (Obtain lighting equipment loads etc. from Owners Representative) Load calculations to be clearly marked and include at minimum the following information and calculated data. a. Input (per zone) 1) Materials and associated R and U factors 2) People loads number of people and associated btu /hr per person (cooling) 3) Lighting loads total watts or watt/sq ft. (cooling) 4) Equipment loads, description of equipment and associated watts /hr or btu /hr (cooling) 5) Minimum outside air for ventilation per code and ASHRAE standards. b Output (per zone) 1) Square feet. 2) Heating btu /hr 4 Provide complete energy code compliance forms. GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 19 WARRANTY A. All equipment, apparatus and work shall be free from all defects shall be fabricated built and installed to deliver its full rated capacity and efficiency for which it was specifically designed B Without additional charge replace any work or new material which develops defects except from abuse within one year from Owners Representative acceptance 110 SAFETY A. The contractor will be solely and completely responsible for conditions of the job site including safety of all persons and property during performance at the Work. B This requirement will apply continuously and not be limited to normal working hours 1 11 OPERATION AND MAINTENANCE MANUALS A. At least five copies of the Operation and Maintenance (O &M) Manuals shall be submitted and shall contain all manufacturer's data and a complete list of repair and replacement parts necessary for the maintenance of equipment. All recommended oiling methods, filter changes gasket replacement, preventative maintenance indicating frequency of performance etc. shall be identified in a cover letter and bound in the front of the O &M manuals In addition a written step -by -step detail of the start- up and shut -down procedure shall be incorporated in the letter B A table of contents shall be included indicating page numbers for major items In each chapter include operating instructions for each piece of equipment. Include all shop drawings control drawings, and record drawings. C The Maintenance Manual shall be submitted for approval to the Owner's Representative ten (10) days prior to Substantial Completion PART2 PRODUCTS 21 GENERAL A. The contract shall be based upon furnishing all materials and equipment as new of the best grade and the latest products as listed in printed catalog data. B All articles of a kind shall be standard product of a single manufacturer 2.2 DUCT INSULATION A. Duct Work 1 Round Supply and Return Ducts. Flexible glass fiber ANSI /ASTM C612, commercial grade 'k' value of 0.29 at 75 degrees F 0 002 inch foil scrim facing Schuller R series Microlite Pittsburg Coring certain Teed Knauf or approved Foil scrim facing not required on return air ducts. Install per manufacturer's recommendations GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 2 Rectangular Supply and Return Ducts (duct liner) Flexible glass fiber ANSI /ASTM C553 'k' value of 0.24 at 75 degrees F 1 5 lb/cu ft minimum density coated air side for maximum 4 000 ft/min air velocity Schuller Linacoustic, Pittsburg Coring certain Teed Knauf or approved Install per manufacturer's recommendations. 3 Return ducts located on warm side of building insulation are not required to be insulated except for noise reduction 4 Exhaust ducts are not to be insulated 2 3 HEATING VENTILATING AND AIR CONDITIONING EQUIPMENT A. Smoke Dampers (As required at all penetrations of fire- resistive construction) 1 Labeled to UL 555S Combination fire and smoke dampers shall be labeled for one and one half -hour rating to UL 555 B Motors a. Fusible Link: Replaceable 165 or 212 deg F rated as indicated b Frame and Blades. 0 064 -inch- thick, galvanized sheet steel c. Mounting Sleeve Factory- installed 0 052 -inch- thick, galvanized sheet steel, length to suit wall or floor application d Damper Motors Provide for modulating or two- position action 1) Permanent Split- Capacitor or Shaded -Pole Motors With oil immersed and sealed gear trains. 2) Spring- Return Motors Equip with an integral spiral- spring mechanism Enclose entire spring mechanism in a removable housing designed for service or adjustments Size for running torque rating of 150 in x Ibf and breakaway torque rating of 150 in x Ibf 3) Two Position Motor 115 V single phase 60 Hz 1 Motor Construction NEMA MG 1 general purpose continuous duty Design B 2 Enclosure Type Open dripproof 2 4 DUCT WORK AND DUCT WORK ACCESSORIES A. Duct Work Materials. 1 General Non combustible or conforming to requirements for Class 1 air duct materials, or UL 181 2. Steel Ducts ASTM A525 or ASTM A527 galvanized steel sheet, lock- forming quality having zinc coating of 1.25 oz per sq ft for each side in conformance with ASTM A90 3 Fasteners Rivets, bolts or sheet metal screws. 4 Sealant: Non hardening water resistant, fire resistive compatible with mating materials, liquid used alone or with tape or heavy mastic. 5 All exposed ductwork in finished spaces to be galvanized steel spiral round Paint as directed by Owners Representative. 6 No exposed flex duct is allowed Flex duct is permissible at concealed locations and accessible maximum four feet. GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 5 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Hangers One inch by 16 ga. galvanized iron strap or aluminum where applicable secured to structure as recommended by SMACNA. 2 5 LOW PRESSURE DUCT WORK A. Fabricate and support in accordance with SMACNA Low Pressure Duct Construction Standards and ASHRAE Handbooks except as indicated Provide duct material gages reinforcing and sealing for operating pressures indicated B Construct T's bends and elbows with radius of not less then 1 1/2 times width of duct on center line Where not possible and where rectangular elbows are used provide air foil turning vanes C Increase duct sizes gradually not exceeding 15 degrees divergence wherever possible Divergence upstream of equipment shall not exceed 30 degrees convergence downstream shall not exceed 45 degrees. D Provide easements where low pressure duct work conflicts with piping and structure Where easements exceed 10 percent duct area, split into two ducts maintaining original duct area. E Use crimp joints with or without bead for joining round duct sizes 8 inch and smaller with crimp in direction of air flow F Use double nuts and lock washers on threaded rod supports 2 6 AIR OUTLETS AND INLETS A. Grilles Registers and Diffusers 1 All grilles registers and diffusers shall be security grade 2 Finish as selected by Owners Representative 3 Manufacturers Carnes Metalaire Price or Titus 2 7 TESTING ADJUSTING AND BALANCING A. At the completion of the job perform the testing, and balancing of the air distribution and heating by an approved independent test and balance agency who specializes in this work. B Submit three (3) bound copies of complete balancing reports on forms which have been reviewed and approved by the Owner's Representative Provide with the report marked balancing drawings showing air opening numbers and flow station numbers that correspond to the numbering system in the balancing report (logs) Include approved drawings and report with completion requirements C Test, adjust and balance the air distribution system to within minus 5 percent plus 10 percent of values indicated. PART 3 EXECUTION GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 6 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 31 GENERAL A. Contractor to visit site prior to submitting bid. During visit contractor shall determine existing systems and exact conditions. 3 2 HVAC A. Design Parameters 1 Design Temperatures Description Inside Outside Winter 70 Deg F Per ASHRAE, 99 6% Summer 75 Deg F Per ASHRAE 1% 2. Low Pressure Duct Work a. Size duct work at 0 08 inches of water column per 100 feet of duct or less and not to exceed air velocities as follows. 1) Branch Ducts 600 900 feet per minute 2) Connection to air inlets and outlets 500 600 feet per minute 3 Select grilles registers and diffusers based upon throw drop and noise criteria. Design not to exceed the following Noise Criteria a Staff Areas Offices 35 4 Size exhaust systems according to the following minimum criteria a Staff Breakroom 12 air changes per hour 5 All duct work to be concealed in ceiling space Do Not Cut any Structural Buildina Members Unless Approved by Architect and Owners Representative in Writing. B Installation 1 Install duct work to conserve building space and not interfere with use of space Install all equipment per manufacture's requirements and at locations as directed by Owners Representative. 2. Provide clearance for access to filters, coils dampers and equipment requiring routine servicing 3 Provide security type access doors for dampers and equipment that require servicing Coordinate size and location of access doors 4 During construction provide temporary closures of metal or taped polyethylene on open duct work to prevent construction dust from entering ductwork system 5 Install flexible duct connections immediately adjacent to equipment in ducts associated with fans and motorized equipment. 6 Provide manual volume dampers at points on supply return and exhaust systems where branches are taken from larger ducts as required for air balancing Install accessible manual volume dampers at all takeoffs to air inlets and outlets. GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 7 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 3 3 TESTS 7 Check location of outlets and inlets and make necessary adjustments in position to conform to Architectural features, symmetry and lighting arrangement. 8 Install diffusers to duct work with air tight connection A. The Contractor shall be responsible for scheduling obtaining permits making payments of all fees and /or services to test the mechanical systems as specified and as required by local authorities including balancing of HVAC system. 1 Any deficiencies which appear during testing shall be corrected before progressing further No equipment or other portions of the mechanical installation shall be covered or concealed until all required tests are satisfactorily completed 2 Upon completion a written certification shall be furnished to attest that the tests have been duly performed Include a copy with the required operation and maintenance manuals B An operating test can be requested by the Architect and Owner's Representative at any time to demonstrate satisfactory functioning of any portion or the entire mechanical installation C A final test shall be made by the Contractor at the completion of the project and after the mechanical system has been in operation for a period of time Before final acceptance all defects which appear shall be corrected 3 4 IDENTIFICATION A. General. Permanently label equipment components of each mechanical system to correspond to the contractors drawings Use plastic laminate with adhesive Utilize standard markers for identification 3 5 FINAL ADJUSTMENT AND CLEANING A. All equipment shall be checked for proper operation and final acceptance Clean all equipment remove shipping labels. 3 6 AS -BUILT (RECORD) DRAWINGS A. Submit as -built (record) drawings to the Owner's Representative 10 days prior to final completion The value of these as -built (determined by the Owner's Representative's representative) will be withheld from the Contractor until they are submitted in approved form. 3 7 COMPLETION REQUIREMENTS A. Upon completion of the work and adjustment of all equipment, all systems shall be tested by the Contractor to demonstrate to the Owner's Representative's representative that all equipment furnished and installed or connected under the provisions of these specifications function mechanically in the manner required At the time of this demonstration the Contractor shall deliver to the Owners Representative's GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 8 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL representative bound copies of the approved operation and maintenance manuals and record drawings END OF SECTION GENERAL MECHANICAL PROVISIONS (Performance Specification) 15000 Page 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16000 GENERAL ELECTRICAL PROVISIONS (Performance Specification) PART 1 GENERAL 1 1 SECTION INCLUDES A. This Section is specifically applicable to the Basic Electrical Requirements, in addition to Division 01 General Requirements B The General Conditions and General Requirements (Division 01) apply to this Section C This Section also includes provisions from Sections 16050 16110 16120 16140 16450 and 16510 1.2 DESCRIPTION A. A completed operating installation of all electrical systems specified and required shall be provided All installations shall be in strict compliance with the Specifications Drawings General Conditions and Contract Terms all applicable current State and Local Codes and Ordinances In case of conflicts the quality deemed best by the Owners Representative will govern B This Work is Design /Build 1 3 SCOPE OF WORK A. Contractor shall provide lighting power fire alarm systems design low voltage security conduit, labor and material construction services associated with the demolition and remodeling of the existing Jail Administration Area. Reference Architectural drawings for Area of Work. B A State of Washington Licensed Supervising Electrician whom complies with State of Washington Requirements shall provide the Electrical design C Refer to Architectural Drawings for some required equipment, fixtures etc. D Contractor is to verify requirements and submit and obtain approval from Washington State Bureau of Labor and Industries, if required Contractor is responsible for paying all costs for obtaining permit. 14 DRAWINGS A. Prepare and submit electrical floor plans to the Architect on reproducible bond Architectural 22' x 34 drawings after gaining approval from Washington State Bureau of Labor and Industries. Submit drawings on a disc in electronic format using AutoCAD version 2000 Show all details legibly and neatly Architect to provide floor plan in electronic format for Contractors use GENERAL ELECTRICAL PROVISIONS (Performance Specification) 16000 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B Prior to final acceptance of this Work the Contractor shall submit the following to the Architect: 1 Electrical Design Drawings 2. Record Drawings. 3 Operating and Maintenance Manuals 4 Certificates of Code Authority Acceptance 5 Contractors Labor and Material Warrantees. 6 Other project documentation specified herein 1 5 CODES AND PERMITS A. This Work shall comply with the latest Rules and Regulations of the State and Local Authorities Having Jurisdiction National Electrical Code, International Fire and Building Codes B. Obtain and pay for all required permits plan check charges and certificates Deliver Certificates of Acceptance from the Code Enforcing Authorities to the Architect. 1 6 COOPERATION WITH OTHER CRAFTS A. Cooperate with other crafts (or contracts) as may be necessary for the proper execution of this Work. B Coordinate with security low voltage vendor Provide and install 1 -inch diameter conduit for all devices indicated in Drawings 1 7 INSPECTION OBSERVATION AND TESTS A. Provide one (1) journeyman tools meters instruments and other test equipment required to properly complete the Work. Contractor to remove and replace trims covers fixtures etc and test materials systems, methods and Workmanship in the presence of the Architect for final review at completion of this Work. 1 8 GUARANTEE AND CLEAN -UP A. Keep tools and materials in an orderly manner throughout the construction period Upon completion of this Work; remove all excess materials tools, dirt and debris from the job site B Leave the entire electrical system installed under this Work in clean dust -free and proper Working order C Without additional charge replace any Work or material, which develops defects except from abuse within one (1) year from acceptance unless otherwise noted D Lamp guarantee is from date of Architect occupancy or acceptance six (6) months for fluorescent and H I D lamps. E. Labor for Tamp installation is to be provided by the Contractor for a thirty (30) day period. 1 9 SPREAD OF FIRE OR PRODUCTS OF COMBUSTION GENERAL ELECTRICAL PROVISIONS (Performance Specification) 16000 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL A. Electrical installations in hollow spaces vertical shafts and ventilation or air handling ducts shall be so made that the possible spread of fire or products of combustion will not be substantially increased Openings around electrical penetrations through fire resistance rated walls partitions, floors or ceilings shall be fire stopped. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION GENERAL ELECTRICAL PROVISIONS (Performance Specification) 16000 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) PART 1 GENERAL 1 1 PRODUCT DELIVERY AND STORAGE A. Scratched marred or deformed materials will not be accepted B Fixtures material or equipment in wet cartons or boxes, stored in or exposed to rain water dust, dirt or snow are not acceptable 1 2 APPROVAL OF MATERIALS A. Electrical materials shall be of the type and quality indicated new listed by the Underwriters' Laboratories and shall bear their label wherever standards have been established and they regularly furnish label service 13 MANUFACTURER A. Like items shall be from one manufacturer i e fixture types switches receptacles breakers panels, etc 1 4 OPERATING AND MAINTENANCE MANUALS A. Prior to completion of the job and before final payment, the Contractor shall furnish the Architect three (3) sets of operating and maintenance brochures for equipment installed. Operating and maintenance brochures shall include descriptive and technical data maintenance and operation procedures, wiring diagrams, spare parts lists service representative supplier for replacement parts etc. B Assemble data into individual sets and bind into plastic- covered hard backed loose leaf binders arranged for side binding Segregate respective items into related groups (starters fixtures, etc.) and provide index tab for each group C At the completion of project, and at a time scheduled by the Architect, assemble key mechanics, vendors factory representatives and similar personnel required to explain all facets of maintenance and operation of the installed system to the operating personnel Instructions shall include actual operation of systems and methods of maintenance D Provide all incidentals hangers brackets supports, framing backing signal transformers relays, etc. required to complete the system or systems, in a safe and satisfactory Working condition shall be provided and installed as part of this Work. E. All openings associated with this Work shall be seated with EPO -TEC product number 200 1 5 ELECTRICAL IDENTIFICATION BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 16050 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL A. Provide Raychem ShrinkMark system Cable Markers B Nameplates shall be engraved three -layer laminated plastic, white letters on black background 1 6 WIRING METHOD A. Wiring throughout area shall be metallic concealed raceway system with flush mounted outlets cabinets, panels, etc B All Work shall be executed in a Workmanlike manner and shall present a neat and mechanical appearance upon completion C Cable and tree all wiring in panels enclosures and cabinets for power and signal Use plastic ties in panels, enclosures cabinets and all open cable or wire installations D Wet, and Damp Location Comply with Code requirements. E. Recondition or replace any damage to this Work or other crafts F Recessed cabinets mounted in firewalls to have fire -rated enclosures around them to match rating of wall they are recessed in 1 7 ELECTRICAL DESIGN CRITERIA A. Branch circuit loading shall be as follows 1 Convenience outlets shall be calculated based upon a minimum of 200 volt amperes per device A maximum of 1 400 volt- amperes per 20- ampere 120V branch circuit shall be used 2. Maximum lighting load per 20- ampere 120V branch circuit shall not exceed 1 500 volt- amperes. B Devices 1 Electrical device locations are indicated on the Architectural and Electrical Drawings 2. Branch circuits requiring extending and demolition shall be documented on Design /Build Drawings C Lighting and Controls. 1 Any new fixtures in the lighting system shall be designed utilizing energy efficient fluorescent 32 watt T8 3 000K, CRI 82 lamps Ballasts shall be fused protected electronic solid state with THD less than 10% 2. The average illumination level shall be designed at twenty (20) foot candles thirty (30) inches above finished floor 3 The lighting system shall be served from the existing standby emergency system 4 The fixtures shall be recessed with built -in emergency light, as noted to match existing and shall be approved by the Architect. BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 16050 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL 5 Lighting control design shall be from semi -flush ceiling mounted ultrasonic occupancy sensors. Sensors shall be time -delay adjustable (15 seconds to 15 minutes) and shall provide exhaust fan on /off control. D Fire Alarm 1 System design modifications shall be made in compliance with Local Fire Marshal approval a. Fire alarm system for Project Area is to be separate zone as required by Fire Marshal. E. Construction Documents 1 Provide neat, legible design scaled drawings to the Architect. Drawing to include symbol schedule power lighting and fire alarm system wiring details 2. The electrical devices will be shown on the drawings circuited with home runs to respective panels. The phase conductor shall be shown as small line the neutral conductor shall be shown as a larger line and the ground conductor shall be shown as in figure 1 1 8 LOCATION AND INSTALLATION —1 Figure 1 3 There shall be a lighting floor plan with fixtures controls, and branch circuiting shown 4 There shall be one power and signal floor plan with device and fire alarm branch circuiting shown 5 Provide symbol, fixture and panel schedules on the drawings 6 Provide lighting calculations either attached to the drawings or on 8 1/2' X 11 paper 7 Record Drawings shall show all fixtures with types and all electrical devices with circuit numbers A. Distance of device outlet boxes above finished floor shall comply with ADA Disabilities Act, and at locations approved by the Architect. 1 9 ELECTRICAL IDENTIFICATION A. Degrease and clean surfaces to receive nameplates and tape labels B Install nameplates and tape labels parallel to equipment lines C Secure nameplates to equipment fronts using screws rivets, or adhesive Secure nameplate to inside face of recessed panel board doors in finished locations. D Install branch circuit tape labels inside duplex receptacle finish plates 1 10 NAMEPLATE ENGRAVING SCHEDULE BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 16050 Page 3 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL A. Provide nameplates to identify all electrical power distribution fire alarm and receptacles Letter Height shall be 1/4 inch for main distribution panel panel boards, and disconnect switches, and 1/8 inch for all other equipment. 1 11 WIRE IDENTIFICATION A. Provide wire markers on each conductor at load connections, panel boards, pull boxes enclosures, and cabinets 112 SUPPORTS A. Conduits shall be supported from the structure Penetration of roof deck is not permitted for hangers clamps etc. Provide metal conduit, pipe hangers /supports and straps Supports to provide (5) times ultimate weight of equipment to be supported PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 16050 Page 4 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16110 CONDUITS RACEWAYS BOXES AND FITTINGS (Performance Specification) PART 1 GENERAL 1 1 CONDUITS AND SURFACE METAL RACEWAY SYSTEMS A. Provide Raceways and Conduits of specified types for all Electrical System Wiring All Fittings Boxes, Hangers and Appurtenances shall be included B Manufacturer Triangle National, Allied Carlon Greenfield or approved. 1 Zinc coated Steel Electrical Metallic Tubing (E.M T 2. Galvanized interlocked Steel flexible metallic Conduit and liquid- tight. 1.2 FITTINGS A. Manufacturer Appleton Efcor Midwest, Raco T B Steel City or approved 1 Threaded insulated throat or plastic Bushings. 2. Insulated grounding Bushings 3 Flex Connectors shall be malleable squeeze type 4 E M T Steel Set Screw Connectors and /or Couplings 13 FASTENERS A. Manufacturer Caddy Minerallac or approved 14 BOXES 1 Con clips for support of Thin -wall Conduit or flexible metallic Conduit. 2. Conduit Clips for support of Conduit outside Beams 3 EMT two hole Straps for support of Conduit from structure 4 EMT Jiffy Clips for support of Flex Conduit. A. Manufacturer Raco Steel -City Bell Hubbell Appleton or approved. 1 Galvanized stamped steel with screw ears and knock out plugs, mounting type as required 4 W x 1 1/2' D minimum 2. Boxes exposed to weather and installed in contact with earth shall be cast iron alloy with gasketed screw cover and watertight hubs 3 Solid gang box covers single double as required and 3/4 inch 4 Boxes exceeding 4 11/16 inch square shall be welded steel construction with screw cover 5 Mud ring depth to be coordinated with finished materials depth 1 5 CONDUIT SIZING ARRANGEMENT AND SUPPORT A. Conceal all Conduits in finished spaces. CONDUITS RACEWAYS BOXES AND FITTINGS (Performance Specification) 16110 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL B All conduits are to be securely supported and fastened at six (6) foot intervals and within eighteen (18) inches of every outlet, ell and panel termination Conduit runs, which are grouped together or larger than 1 -1/4 inch are to be supported from building structure by Kindorf or Unistrut steel channel C Conduit may be sized to the minimum National Electric Code. Minimum conduit trade size shall be 1/2 inch D Maintain minimum 6 -inch clearance between conduit and piping Maintain 12 -inch clearance between conduit and heat sources such as flues and heating appliances E. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay -in adjustable hangers clevis hangers, or bolted split stamped galvanized hangers 1 6 CONDUIT INSTALLATION A. Flexible metal conduit shall be installed at ventilating equipment. B All conduits shall be cut square reamed smooth and with all fittings drawn up tight. C Jacket flexible metal conduit shall be installed at locations exposed to weather or damp areas PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION CONDUITS RACEWAYS BOXES AND FITTINGS (Performance Specification) 16110 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16120 CONDUCTORS AND CONNECTORS (Performance Specification) PART 1 GENERAL 11 CONDUCTORS A. Manufacturer Anaconda, Triangle Hatfield Rome or approved B All Branch Circuit and Feeder Conductors shall be 600 -volt insulation Copper soft drawn C Insulation types approved shall be THW THHN and THWN Number 8 and larger shall be stranded Class B D The minimum Conductor size shall be number 12 AWG unless otherwise specified herein E. Color -code all Feeder and Branch Circuit Conductors in a consistent phase -to -phase manner Phases A -B -C left -to -right and phases A -B -C top -to- bottom F Color coding of conductors. Phase -to -Phase Voltage 1 Phase A l Phase B 1 Phase C 1 Neutral 1 Ground Under 250 -volts 1 Black 1 Red 1 Blue 1 White 1 Green 12 CONNECTORS A. Branch Circuit Connectors shall be Scotch -Lok, Ideal Wire Nut, and Scotch 3M or approved 1 3 CABLE SPLICES A. Split -bolt, compression terminal tool applied sleeves Burndy Kearney or approved B Vinyl plastic electrical tape flame- retardant, equal to Scotch #33 or approved C Termination lugs for number 12 AWG conductors and /or smaller shall be spade -flared tool applied 1 4 GENERAL WIRING METHODS A. Use no wire smaller than 12 AWG for power and lighting circuits, and no smaller than 14 AWG for control wiring B Use 10 AWG conductors for 20 ampere 120 -volt branch circuit home runs longer than 75 feet. C Place an equal number of conductors for each phase of a circuit in same raceway CONDUCTORS AND CONNECTORS (Performance Specification) 16120 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL D Splice only in junction or outlet boxes E. Neatly train and lace wiring inside boxes, equipment, and panel boards F Make conductor lengths for parallel circuits equal 1 5 CABLE INSTALLATION A. Provide protection for exposed cables where subject to damage B Use suitable cable fittings and connectors C Conductors routed through fluorescent fixtures mounted in a continuous row shall have an insulation rating not less than 90° Celsius. Conductors shall be rated as fixture wire 1 6 WIRING CONNECTIONS AND TERMINATIONS A. Make splices taps and terminations to carry full capacity of conductors without perceptible temperature rise PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION CONDUCTORS AND CONNECTORS (Performance Specification) 16120 Page 2 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16140 WIRING DEVICES AND PLATES (Performance Specification) PART 1 GENERAL 11 MATERIALS A. Wiring Devices shall be specification grade Ivory color B Acceptable grade Devices to those specified will be Pass Seymour Leviton Hubbell or equal All Lighting Switches and Duplex Receptacles installed shall be of the same Manufacturer and have identical appearance C Receptacles 1 Duplex 20 ampere 3 -wire 2 -pole Grounding Hubbell 5362 series Leviton 5362 series or equal 1.2 INSTALLATION A. Install wall switches with OFF position down B Install wall mounted convenience receptacles grounding pole on bottom C Install devices and wall plates flush and level D Devices and Finish Plates shall be installed plumb with Building lines Finish Plates and Devices shall not be installed until final painting is complete Scratched or splattered Finish Plates and Devices will not be accepted E. Receptacles shall be tested for polarity PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION WIRING DEVICES AND PLATES (Performance Specification) 16140 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16450 GROUNDING (Performance Specification) PART 1 GENERAL 1 1 SYSTEM DESCRIPTION A. Ground equipment enclosures, exposed non current carrying metal parts of electrical equipment, metal raceway systems grounding conductor in raceways and cables, and duplex receptacle grounds. 1.2 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION GROUNDING (Performance Specification) 16450 Page 1 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL SECTION 16510 LIGHTING FIXTURES (Performance Specification) PART 1 GENERAL 11 ACCESSORIES A. Fluorescent Lamps and Ballasts. 1 Provide 5 percent lamp spares and 2 percent ballast spares. 1.2 MANUFACTURERS A. See Light Fixture Schedule B Lamps. General Electric Norelco Sylvania or approved 1 Fluorescent: F32T8 R.S 32 watt. C Ballasts 1 Solid -state electronic with Tess than 10% THD Thermal protection Class P Advance Magnetic, or approved 1 3 INSTALLATION A. Install lamps in fixtures. B Install recessed fixtures to permit removal of lamps from below C Coordinate installation of Fixtures with other trades to avoid conflicts. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION LIGHTING FIXTURES (Performance Specification) 16510 Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (E) (R) 000US. ADJ. AEA" AGGR ALT. ALUM MOD. APPROX ARM ASPM ABBREVIATIONS ND ANGLE A CENTERLINE CHANNEL POUND EXISTING NEV ROCIVE ANCHOR BOLT 06) 15T1CAL ADJUSTABLE ABOVE FINISH FLOOR AGGREGATE ALTERNATE ALUMINUM ANODIZED APPROXIMATE ARCHITECT RAL ASPHALT BD. BOARD 81 TUM BITUMINOUS BLDG BUILDING ELK. BLOCK BLKG. BLOCKING B CU C. BY OWNER, INSTALLED BY CONTRACTOR BA.LO BY OWNER, INSTALLED BY OWNER BOT BOTTOM 8.0 S. BOTTOM Cr STEEL C.B. CATCH BASIN C.G. CORNER GUARD C.IP CAST -IN -PLACE C.J. CONTROL JOINT C)4.0. CONCRETE MASONRY UNIT ca CASED OPENING CT CERAMIC TILE CAB. CABINET CEM CEMENT CL. CENTERLINE CMG. CEILING CLR CLEAR COL. COLUMN CONC. CONCRETE CONN CONNECTION CONSTR. CONSTRUCTION CONT. CONTINUOUS CORR. CORRIDOR C TR. CENTER DF DSP DEL. DEP DET 010 DISP DR. DS. DOS 0VR E. E. EP E.v.C. EA 6)5 EIFS. EL. ELEC. ELEV. SEER. ENCL.. ENGR. E0. EOPT. EXP EAF EXT. F.A. r E. F.E C. F F E. FRC. F.O.C. F.OF FA.S. rI FI FL FL FLEX. FLUOR. PRD 1). FR. FT. F FURR, NT G B. G.V.B. GA GALV. GND. GVP GYP H C. NM MP HD VD. HOVE. H MR. R.D. IN NSUL INT. INV. JAM 15. KIT L.P LAB. LAM LAV. LKR LT DRINKING FOUNTAIN DRY STANDPIPE DOUBLE DEPARTMENT DETAIL DIAMETER OIMENSIO DISPENSER DOOR DOWNSPOUT CRAVING DRAWER EAST EXPANSION JOIN ELECTRICAL PAELBOARD ELECTRIC VA TER COOLER EACH EXTERIOR FINISH SYSTEM EXTERIOR INSULATION FINISH SYSTEM ELEVATION ELECTRICAL ELEVATOR EMERGENCY ENCLOSURE ENGINEER EQUAL EQUIPMENT EXPANSION EXPLOSIVE ACTUATED F EVER EXTERIOR FIRE ALARM FLOOR DRAIN FIRE EXTINGUISHER FIRE EXTINGUISHER CABINET FINISH FLOUR ELEVATION FIRE HOSE CABINET FACE OF 'CONCRETE FACE OF FINIS14 FACE OF STUD FOUNDATION FINISH FLOOR FLASHING FLEXIBLE FLWRESCEN FIREPROOF FIRE RESISTIVE FOOT R FEET FOOTING FURRING FUTURE GRAB BAR GYPSUM VALL BOARD GAUGE GALVANIZED GRIDLINE GROUND GYPSUM VENEER PLASTER GYPSUM HOSE B18B HOLLOW CORE HOLLOW METAL HIGH POINT HAR0V000 HARDWARE HORIZONTAL HOUR HEIGHT INSIDE DIAMETER OAK) 11.10.1 INSTIL/. ION INTERIOR INVERT JANITOR JOIN KITCHEN LOW PAIN LABORATORY LAMINATE LAVATORY LOCKER LIGHT M.O. MAX. C MA. MEMS MET INFO. MPR M MIN m. R IS 0)0. INTO. All. N N.6C. N.TS• NO. NOM. N.A. OA. O.C. 0.0. OBS. OPNG. OPP VG. V.IF VEN VERT. VEST. V. VA, VG VP VS. VP VT VT MASONRY OPENING MATERIAL MAXIMUM MECHANICAL MECHANICALLY ATTACH MEMBRANE METAL MANUFACTURED MANUFACTURER NANHILE MINIMUM MIRROR MISCELLANEOUS MOUNTED MILLION NORTH MAT IN CONTRACT NOT TO SCALE NUMBER NOMINAL KIT APPLICABLE OVERALL ON CENTER OUTSIDE DIAMETER OR DVERFLOV DRAIN OBSCURE OPENING OPPOSITE PAP PONDER- ACTUATED FASTENER PLAN PLASTIC LAMINATE PL PLATE PLAS, PLASTER PLBG PLUMBING PLYVD. PLYV00D PR. AIR POINT PTA. PARTITION QTY. QUANTITY R. RISER .11. ROOF DRAIN RA. ROUGH OPENING R.VL. RAIN WATER LEADER ECT. RECTANGULAR REF REFERENCE REFR. REFRIGERATOR REINF REINFORCED RE0'D. REQUIRED RESIL. RESILIEN RN. ROM S. SOITH SC. SOLID CORE SP SQUARE FOOT OR FEET S.S. STAINLESS STEEL SCHED. SCHEDULE SEC. SECRETARY SECT. SECTION SN VELF SW SHEET SHVR. SHOVER SIN SIMILA SPEC. SPECIFICATION SPKR SPEAKER SQ. SQUARE STA. STATION STAG. STAGGERED STD. ST NDARD STL. STEEL STIR. STORAGE STRUCT. STRUCTURAL SUSP SUSPENDED VAC SYMMETRICAL TAG. TONGUE AND GROOVE T.C. TOP OF CURB TAB. TOP OF BEAN T.O.C. TOP OF CONCRETE TAM. TIP OF MASONRY TAP TIP OF ORAPET T.OPL. TIP OF PLATE TAR TOP OP R00F /N6 (0.0 TOP OF STEEL int TOP OF WAIL TP TOP OF VEMENT THX. HICK TARES. THRESHOLD RD. TREAD TYP YPICAL U.N.O. UNLESS KITED OT ERVISE UNE UNFINISHED VERTICAL GRAIN VERIFY IN FIELD VENTILATION VERTICAL VESTIBULE VEST VATER CLDSEI VIBE GLASS WALL PROTECTION WEATHER STRIPPING VIT WATERPROOF WEIGHT ARCHITECTURAL SYMBOLS LI I L1 rAYAVAI INSULATION GYPSUM BOARD COLUMN LINE ROOM NAME /NUMBER OFFICE 222) DOOR NUMBER ELEVATION SECTION DETAIL WALLS CEILING HEIGHT KEY NOTES STATION POINT PROPERTY LINE BRICK CERAMIC TILE CONCRETE CONCRETE BLOCK EARTH INSULATION RIGID ROOF ELEVATIONS (000) GRADE ELEVATIONS ARCHITECT BEAMAN ARCHITECTURE, LTD. Michael Beano PO Bo 86038 Portland, OR 97286 503.236.3300 503.239.9191 nbebe ch. PdLI/Q7 I >GI PEG BLANKET MF�Y�� C CORNERGUARD to de a% LX C DOOR SUFFIX FOR MULTIPLE DOORS ROOM NUMBER WHERE DOOR OCCURS ELEVATION IDENTIFICATION SHEET WHERE ELEVATION IS DRAWN SECTION IDENTIFICATION SHEET WHERE SECTION IS DRAWN DETAIL IDENTIFICATION SHEET WHERE DETAIL IS DRAWN AREA SHOWN ON LARGE SCALE DETAIL TYPE OF WALL (SEE WALL NOTES) GLAZING FRAMES TYPE TYPE OF GLAZING (SEE SCHEDULE) (SEE SCHEDULE) HORIZONTAL BLINDS FIRE RATING OR Y:J (SEE SPECIFICATIONS) SEE DOOR SCHEDULE DESIGN TEAM METAL PLYWOOD WATER PROOFING WOOD BLOCKING WOOD BLKG. CUNT FIRE EXTINGUISHER CABINET ELECTRIC WATER COOLER ACCESS PANEL l TOP OF ROOF ELEVATION 770.T6 TOR 0.16 T00 TOP OF METAL DECK ELEVATION 131A5 EXISTING GRADE ELEVATION 131165' NEV GRADE ELEVATION ILLVNFT.S RFPRFSENTATIVF CLALLAM COUNTY Joel Vlnbor 223 East F rth St., SWlte 7 Port Angele WA 98362 360.417.2429 360.417.2395 I ARCHITECTURAL I SHEET N0. SHEET TITLE A0, COVER SHEET ALT 0SING PLA A2. AL LEVE FLOOR PLAN 02.2 DETAILS .l TILL LEVEL I REFLECTED CEILING PLAN NOTE: THE DRAWINGS THAT ME AVAILABLE DESCRIBING THE ORIGINAL BUILDING ARE PMT OF THE CONTRACT DOCUMENTS FOR THIS PROJECT. THE DRAWINGS ME AVAILABLE FOR REVIEW AT THE OFFICE OF THE OWNERS REPRESENTATIVE. THESE DRAWINGS HAVE BEEN INCLUDED FOR CONTRACTOR REFERENCE TO DESCRIBE AREAS THAT MAY BE AFFECTED BY DEMOLRION WORK THAT HAVE NOT BEEN COMPLETELY DESCRIBED IN THE CONTRACT DOCUMENTS FOR THE NEW WORK CONTRACTOR TO VERIFY ALL AFFECTED CONDITIONS CLALLAM COUNTY COURHOUSE WES W NG EVE_ 1 REMODE PORT ANGELES, WASHINGTON 98362 Stephen P Tharinaer. Commissioner, District 1 Michael C. Chapman. Commissioner, District 2 Howard V. Doherty. Jr. Commissioner, District 3 Jim Jones Jr.. County Administrator INDEX OF DRAWINGS IITA.AOe w VICINITY MAP AAA •ND61.23 AA qr. OtKr PROJECT SITE HA Date aNe Sale 11 b _Ikrch Beaman Arc iitecture, Ltd. P.O. Box 86038 Portland, Oregon 97286 Id. (503) 236-3300 fax.. (503) 2399191 CONSULTANTS CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Port Angeles, Washington 07110 Dec MARCH 2008 528 M CHAEL L. BEAMAIJ STATE OF WASHINGTON COVER SHEET REGISTERED ARCHITECT N Oxe DCD SENIOR PLAIMGR: Li GENERAL NOTES *fall 4 DCD WORK 1 J� 1. ALL CONSTRUCTION WORK SHALL BE DONE IN STRICT COMPLIANCE WITH THE LATEST EDITION OF THE INTERNATIONAL BUILDING CODE. AS AMENDED BY THE STATE OF WASHINGTON AND WITH ALL OTHER STATE AND LOCAL CODES AND BUILDING REQUIREMENTS THAT APPLY 2. THE CONTRACTOR AND SUBCONTRACTORS SHALL VERIFY ALL DIMENSIONS AND CONDITIONS SHOWN ON DRAWINGS AND AT THE EXISTING BUILDING PRIOR TO BID. NOTIFY ARCHITECT OF ANY DISCREPANCIES PRIOR TO START OF WORK. All WORK IS TO BE COORDINATED WITH OWNER AND ARCHITECT. 3. BIDDING CONTRACTORS AND SUBCONTRACTORS SHALL CAREFULLY EXAMINE THE SITE AND THE CONSTRUCTION DOCUMENTS. DISCREPANCIES IN THE PLANS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ARCHITECT PRIOR TO SUBMISSION OF BID SO THAT ADDENDA MAY BE ISSUED. FAILURE TO DO SOON THE PART OF THE CONTRACTORS DOES NOT RELIEVE THEM OF THE RESPONSIBILITY TO PROVIDE A CORRECT AND FINISHED PRODUCT. 4. SEE ROOM FINISH SCHEDULE FOR INFORMATION ON FINISHES FOR ALL AREAS. 5 SEE DOOR SCHEDULE FOR INFORMATION ON ALL DOORS INDICATED. 6. Ail FURNITURE AND EQUIPMENT IS TO BE PROVIDED AND INSTALLED BY OWNER U.N.O. 7. APPLICATION OF MATERIALS BY ANY SUBCONTRACTOR TO SURFACES EXISTING OR PROVIDED UNDER THIS CONTRACT. SHALL IMPLY ACCEPTANCE AND SUITABILITY OF EXISTING CONDITIONS, SUCH SUBCONTRACTORS SHALL BE HELD RESPONSIBLE FOR DAMAGE OR IRREGULARITIES TO THEIR PRODUCT AS A RESULT OF PREVIOUS CONDITIONS. 8 ALL WORK INCLUDING ANY DEMOLITION, MUST BE COORDINATED WITH BUILDING OWNER AND ANY OTHER CONTRACTOR HIRED BY THE OWNER FOR WORK OUTSIDE OF THIS CONTRACT. 9. ALL DIMENSIONS ARE TO CENTERLINE OF PARTITION OR FINISH FACE OF WALL UNLESS INDICATED OTHERWISE. I0. ALL PRODUCTS NOTED HEREIN ARE TO BE INSTALLED PER MANUFACTURERS WRITTEN INSTRUCTIONS WHETHER EXPLICIRY STATED OR NOT; UNLESS ACCEPTED BY ARCHITECT W WRITING. 11. WHERE ITEMS ARE INDICATED TO BE REMOVED THAT ABUTT OR AFFECT EXISTING CONSTRUCTION INDICATED TO REMAIN, CONTRACTOR IS TO PATCH EXISTING CONSTRUCTION TO MATCH ADJACENT FINISH. 12. FURNISHINGS AND EQUIPMENT ARE TO BE INSTALLED AFTER INSTALLATION OF FLOORING AND BASE U.N.O. 13. CONTRACTOR 15 CLEAN PROJECT AREA AND ANY ADJOINING AREA EACH DAY TO BE FREE OF DUST AND DEBRIS. CONTRACTOR IS CLEAN PROJECT AREA AND ANY ADJOINING AREA AT END OF JOB AS DESCRIBED IN SPECIFICATIONS. 44 i..ii :,......141..::::•:•:::::...:::: OCDIEHWORKSTA r' 1 tie;. a. 4.:::. f DCD CONFERENCE ROO.S, c 'EH GEO./SP yin,,, ;S� yZ \X> W h 5' PERSONNEL: MULTI-MEDIA t /STAFF BREAK ROOK j j� J JAIL MED. JAIL MED. n r .HHSDIS PROG COORD. t t f HIS CONFERENCEI I 1 I P. HIS PREY. SPED HHS STAFF ASSIST. .r f 7 LoeeYIVENDINri II HHS DEV. DIS CASE MGR.. .HHSADMIN MGR. HMS OFFICE. HHS DIRECTOR O LEVEL 1 PHASING PLAN 3/181 PHASING LEGEND PHASE 1: New stall breakodm wads, Ftst Move. PHASE 2:Semnd Move PRASE 3: Thod Move. PHASE 4: Fourth Move. PHASING SCHEDULE. PHASE 1 SCHEDULE 1. Construct new Stall &saleroom walls and door n Lobby Vending Area; Owner move lunchroom whittles 2. First Move (Prevention Specialists and HHS Sup. lobby/ Venting and Maria Room) A. Owner Love ad well Maintenance Slat 1 day B. Add 00 door and W rid doorway 2 days C. Clean up and paint knehmom bade wall and wad in a office that a not metal 2 days D. Remove carpel and rubber base 1 day 8. Prep leas for vinyl and install vinyl door and base 4 days F Wax Mors 1 day G. Contractor dean up space and Owner move people and furniture bade to spaces that are bong relocated to tense areas (the puts Jail Medical bade in same Haniy. moves prevention special0B, Adm Sec and HS Planer into new area, and moves EH ad of to DCD spaces into the new Wantons) Change cores that need longed and signs. 2 days H. Leave Multi Media either disoonacted or now or hooked in in 04d Detective= roam Total allowed time 10-11 working days PHASE 2 SCHEDULE O 1. Se=nd Move (DCD area) Leave Sava Penner n her present location (off d corridor) all her other office a done n the OCD area. Owner move 10.11 people into rid detectives space A. Move out 1 day Maintenance Stab B. Clean up, patch aid pant the back walla in GIS, old room. and More office area, 3 days. C. Owner R mine w nog and remove token ring wad mounted system 3 days; Contactor with Owner IT. D Pant applicable walls E. Elect/Ica' work to damned electrical from wads to be removed F. Remove walls 1 day. remor budl:n cabinets G. Eledrial work to make sae outs are moved or printers and copiers and existing cocbial moved to ouaMe wale Need boar outlet in workstation or column for Salmon Rest Spot. 1 day H. Caing t and move Lights in ceding for new layout 2 days I. Remove old carpel and base 1 day r J. Poo Install vinyl 0 nd m rub b days Kal a rubber base 3days L Contractor Wax floors 1 day M. Owner Move 2 days change door core d any need longed for no and sigage) Total allowed erne 16-21 waking days PHASE 3 SCHEDULE 1. Thad Move (HHS, may be ado to le a the offices in the area that have lops already changed out? H they don't mind the rouse and *50881 can going on outside thew spew'+) If they do move their compute nd phone not their desks etc from those rooms. A. Owner Move out fume. and equipment (6-8 people) 1 day B. Clean up and patch and paint outside walk in spaces tat need g 2 days C. Owner Move IT wiring install new IT cables woo conference room d needed for new waksabo 2 days D. Eoceiwl work if needed for printers or new work station areas 1 day E. Remove bolt in wo5ets where needed 4 hours F Remove old carpet and base 1 day G. Prep floor or nrgl 2 days H. Install vinyl goon and base 2 days 1 Contractor Wax floors 1 day J. Owner Clean and move furniture and equipment back in 2 days (door doors and sons) Total snowed time: 14-21 days PHASE 4 SCHEDUL. 1. Fouts Move Ownsr Move existing Muldemerfia roam equipment and Senor Penner) 1 day 2. Temporoly move equipment out of Person el Room th new Multi-meda Room; reran sting goofing, Install new flooring, move odstng equipment back into Personnel 2 days 3. Owner Instal proper halfway menage 2 days consul-raves Oa Thai T4 b_ rch Beaman Arc-iitecture, Ltd. P.O. Box 86038 Portland, Oregon 97286 td. (503) 236 -3300 fax.: (503) 239-9191 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Port Angeles, Washington REGISTERED ARCHITECT M CHAEL L BEAMAN STATE OF WASHINGTON LVL. 1 PHASING PLAN yak O eng Number 3/I6'=1'-0' U.N.O. how. 07110 Oxc MARCH 2008 Al 1 am C U MULTFMEOIA 100 (610) GENERAL NOTES 1I.3 10 -0 T,(AQ, A0,) ASSOMPUWNER Z 105 c) (A11) r` 1. ALL CONSTRUCTION WORK SHALL BE DONE IN STRICT COMPLIANCE WITH THE LATEST EDITION OF THE INTERNATIONAL WRONG CODE. AS AMENDED BY THE STATE OF WASHINGTON AND WITH ALL OTHER STATE AND LOCAL CODES AND BUILDING REQUIREMENTS THAT APPLY 2. THE CONTRACTOR AND SUBCONTRACTORS SHALL VERIFY ALL DIMENSIONS MD C....,,.. w..a SHOWI4 ON DRAWINGS AND AT THE EXISTING BUILDING PRIOR TO BID. NOTIFY ARCHITECT OF ANY DISCREPANCIES PRIOR TO START OF WORK. ALL WORK IS TO BE COORDINATED WITH OWNER AND ARCHITECT. 3. BIDDING CONTRACTORS AND SUBCONTRACTORS SHALL CAREFULLY EXAMINE THE SITE AND THE CONSTRUCTION DOCUMENTS. DISCREPANCIES IN THE PUNS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ARCHITECT PRIOR TO SUBMISSION OF 81D 50 THAT ADDENDA MAY BE ISSUED. FAILURE TO 00 SO ON THE PART OF THE CONTRACTORS DOES NOT RELIEVE THEM OF THE RESPONSIBILITY TO PROVIDE A CORRECT AND FINISHED PRODUCT. 4. SEE ROOM FINISH SCHEDULE FOR INFORMATION ON FINISHES FOR ALL AREAS. 5 SEE DOOR SCHEDULE FOR INFORMATION ON ALL DOORS INDICATED. 6. ALL FURNITURE AND EQUIPMENT 15 TO BE PROVIDED AND INSTALLED BY OWNER UN 0. 7. APPLICATION OF MATERIALS BY ANY SUBCONTRACTOR TO SURFACES EXISTING OR PROVIDED UNDER THIS CONTRACT, SHALL IMPLY ACCEPTANCE AND SUITABILITY OF EXISTING CONDITIONS, SUCH SUBCONTRACTORS SHAM BE HELD RESPONSIBLE FOR DAMAGE OR IRREGULARITIES TO THEIR PRODUCT AS A RESULT OF PREVIOUS CONDITIONS. 8. ALL WORK INCLUDING ANY DEMOLITION, MUST BE COORDINATED WITH BUILDING OWNER AND ANY OTHER CONTRACTOR HRED BY THE OWNER FORNIORK OUTSIDE OF THIS CONTRACT. 9. ALL DIMENSIONS ARE TO CENTERLINE OF PARTITION OR FINISH FACE OF WALL UNLESS INDICATED OTHERWISE. 10. ALL PRODUCTS NOTED HEREIN ARE TO BE INSTALLED PER MANUFACTURERS WRITTEN INSTRUCTIONS WHETHER EXPLICITLY STATED OR NOT; UNLESS ACCEPTED BY ARCHITECT IN WRRING. 11. WHERE ITEMS ARE INDICATED TO BE REMOVED THAT ABUT! OR AFFECT EXISTING CONSTRUCTION INDICATED TO REMAIN, CONTRACTOR IS TO PATCH EXISTING CONSTRUCTION TO MATCH ADJACENT FINISH. 12. FURNISHINGS AND EQUIPMENT ARE TO BE INSTALLED AFTER INSTALLATION OF FL00RING AND BASE U.N.O. PANNING BIOLOGIST _7 a ml 104 21'3' E 05 SENIOR PLANNER 103 (A11) 1 70 PERSONNEL It 124 (A11) 05 05 05 HMS PREVEN. SPEC. 109 11' -10 9 -1 518' L1 FIRS MIN.SECRETARY �MED 106 (A11) A11) 16 I/I 0D 7 0D 0 9 -7 we 120 05 1 EH DIRECTOR J r' 6.6 A09 12.7 141 S' 1 i STAFF 1 ASS I ST. II 00 (A11) INS DIS. PROG. COOR 0e 119 06-I /J I I HHS ACCOUNTING 118 27 -112' (All) (All) I TLS WORKABEA 113 (A08 6 TIHS €1 I DEW. DIS. CASE MGR. 117 A2. 20-2 NC 17-0' 11' -10 HHS FUTURE STAFF 114 01) HAS ADMIN. MGR 115 11' -10117 \G (Al0) E 0, (A 0 0 J O LEVEL 1 PARTIAL FLOOR PLAN 1 3/16 .I -0• I A01) (A02) A03. EXISTING DEMOUNTABLE PARTITION TO BE REMOVED AND REPLACED WITH SALVAGED DEMOUNTABLE PARTITIONS AND DOOR; PARTITIONS THAT ARE UNABLE TO BE REUSED ARE TO BE REMOVED AND RECYCLED: TYP SEE DETAIL 8/A22; TYP A04. EXISTING DOOR IN DEMOUNTABLE PARTITION IS TO BE REMOVED AND REPLACED WITH SALVAGED DEMOUNTABLE PARTITIONS. (A03 KEY NOTES A01. EXISTING CASEWORK TO REMAIN. A02. EXISTING DEMOUNTABLE PARTITIONS AND DOOR TO BE REMOVED AND SALVAGED FOR RE -USE AT ROOM 111. A05. EXISTING TELEPHONE I DATA PANELS TO REMAIN. (A06) A06. EXISTING VENDING MACHINES TO REMAIN. (A07) A07. NEW FALL HEIGHT FURNITURE PANELS; CLIP TO EXISTING SUSPENDED ACOUSTICAL TILE CEKING GRID, SEE DETAIL REFERENCE. A08. EXISTING CASEWORK TO BE REMOVED; PATCH BACK WALL AND FLOORING TO A08) MATCH ADJACENT FINISH, AS REQUIRED. A09. EXISTING SHELVING AND WALL BRACKET TO BE REMOVED; PATCH BACK WALL TO MATCH ADJACENT FINISH. A10 A10. EXISTING FLOORING TO REMAIN, NO WORK IN THIS AREA 61 1) All. EXISTING FL00RNG AND ADHESIVE TO BE REMOVED BY MEANS NECESSARY NCl.U0040 BEAD BLASTING; PATCH BACK SLAB ANO PREP FOR NEW FLOOR FINISH. SEE ROOM FINISH SCHEDULE. (Al 2 Al2. EXISTING FLOORING TO REMAIN. (613) A13. REFRIGERATOR TO BE RELOCATED BY OWNER LEGEND ITEMS SHOWN WITH A CONTINUOUS LINE ARE TO REMAIN; ITEMS SHOWN WITH A DASHED UNE ARE TO BE REMOVED OR RELOCATED UNLESS INDICATED OTHERWISE. EXISTING ELECTRICAL WALL OUTLET TO BE REMOVED. REMOVE OUTLET, BOX. CONDUIT AND WIRING (TO PANEL OR JUNCTION 60X) AND PATCH EXISTING CONSTRUCTION TO MATCH. EXISTING ELECTRICAL WALL OUTLET TO REMAIN. EXISTING DEDICATED ELECTRICAL WALL OUTLET TO REMAIN EXISTING ELECTRICAL FLOOR OUTLET TO REMAIN NEW ELECTRICAL AND LOW VOLTAGE J- BOXES, WIRING AND CONNECTIONS AT CEIUNG FOR OWNER SUPPLIED FURNITURE POWER POLE; COORDINATE WITH OWNER FOR ALL REQUIREMENTS. NEW ELECTRICAL J- BOXES, WIRING AND O L CONNECTIONS ABOVE CEIUNG FOR DOOR ACCESS CONTROL, CONNECTION TO 24V POWER SUPPLY AND OWNER MONITORING SYSTEM COORDINATE WITH ACCESS UNUMITED KEN PICKENS 509.499.7450. CARD READER TO BE GE 1191 SMART CARD READER. SEE FURNITURE PARTITION SPEC FOR OTHER DOOR HARDWARE REQUIRED. QD ■10 0 rONSLLTANTS Dade Issued b _Arch Beaman Arc iitecture, Ltd. P.O. Box 86038 Portland, Oregon 97286 lel_ (503) 236 -3300 tax. (503) 239 -9191 CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Port Angeles, Washington SHmrk LVL. 1 FLOOR PLAN 3116'=1'-0' U.N O. 071ID 1 MARCH 2009 Pm* REGISTERED ARCHITECT N YCHAELL.. BEAMAN S WASHINGTON A2 1 D_ 17=1•-0' 1 \A FULL HEIGHT PARTITION ELEVATION i� EXISTING FRAMED SUPPORT TO REMAIN FULL HT_ FURNITURE PARTITION 2 -X' 18 GA METAL STUDS FROM FINISH FLOOR TO BOTTOM OF CONC. SLAB ABOVE 2X4 FLAT (RIPPED T01 -y' MAX. DEPTH, VERIFY) SCREWED TO STUDS FOR DEPTH ADJUSTMENT OF ELECTRICAL BOXES. TYP 1 iN ELECTRICAL BOXES FOR LIGHT CONTROL POWER AND ACCESS CONTROL FURNITURE PARTITION PLAIN PANEL FIELD CUT BY FURNITURE INSTALLER TO ACCEPT REQUIRED ELECTRICAL BOXES J i FURNITURE PARTITION DOOR JAMB PARTITION DOOR JAMB DETAIL 3'=1'-0' METAL FINISH HEADER TYP METAL FINISH BASE; TYP SECURE ALL SUPPORT WIRES TO METAL FABRICATION, TYP U 3/8'0X117 TEK SCREW TYP 1112 GA SPLAY WIRE (TYP OF 4) IN PLANE OF EACH RUNNER. VERTICAL ANGLE APPROX 45' ALL WIRES SECURED TO RUNNERS APPROX. 7 FROM INTERSECTION. EXISTING CEILING GRID SYSTEM TO REMAIN DRILL MAIN TEE AND ATTACH NEW WIRE TIE AS NOTED 12 GA HANGER WIRE AT COO TYP 12' GALV STEEL TUBE INSERTED INTO 14' TUBE PLASTIC TIE, TYP 24' VERIFY NOTCH COMPRESSION MEMBER TO FIT OVER MAIN TEE EXISTING FINISH CEILING AT T -10' ABOVE FINISH FLOOR 5 CEILING SUPPORT STRUT DETAIL O Y =1• GLASS I..EAK PW5 PW5 O FURNITURE FULL HEIGHT PARTITION ELEVATION 17=1' 0' 1 0 3/4' GALV. STEEL TUBE FABRICATI( N ANCHOR TO EXISTING FRAMING, T P r EXISTING GWB LID ON METAL FRAMING TO REMAIN 2 -14' 18 GA TRACK SPANNING BETWEEN AND SECURED TO EXISTING FRAMING:ATTACH SUPPORT WIRES TO TRACK: TYP PLAN DETAIL O3 .-0. e 55' GM, FINISH AND PAINT TO SEALA MATCH EXISTING WALL `++T• TYP FURNITURE PARTITION DOOR JAMB AND SUPPORT GWB CORNER BEAD, TYP i-- 2.117 20 GA METAL STUDS SECURED TO EXISTING CONSTRUCTION \i EXISTING WALL CONSTRUCTION TO REMAIN I VERIFY WIDTH 1 1-2' VERIFY EXISTING L EMOUNTABLE PARTITION TO BE RELY STALLED; PROVIDE CONT. 18 GA MET U. STUD SUPPORT I EDGE METAL TYP _EL PLAN DETAIL 4 NEW SIB' GWB ON 2 -117 18 GA. METAL STUD WALL TO BOTTOM OF EXISTING CEILNG; 7-11' VERIFY EDGE METAL AT ALL EXPOSED GWB CEIUNGS; TYP INCLUDING CILINGS; TYP EXISTING CONC. COLUMN O 3 FURNITURE FULL HEIGHT PARTITION ELEVATION 12 EXISTING DEMOUNTABLE PARTITION TO BE REMOVED AND REINSTALLED AS INDICATED IN FL00R PLAN EXISTING BASE (PMT OF DEMOUNTABLE PARTITION SYSTEM) SAW-CUT AS REQUIRED TO FIT, TYP 1 EXISTING CONDUIT RUNS, RE -ROUTE CONDUIT, OUTLET BOXES AND WIRING AS REQUIRED TO 1 MAINTAIN POWER MD TELCOM TO ANY AREA J DEMOUNTABLE PARTITION BRACKET AND TRACK, EXPANSION ANCHOR TO CONC. SLAB WITH ANCHORS AND SPACINGS TO MATCH EXISTING INSTALLATION FLOORING, SEE ROOM FINISH SCHEDULE EXISTING CONC SLAB DEMOUNTABLE PARTITION BASE DETAIL 11 b _rch Beaman Architecture, Ltd. P.O. Box 86038 Portland.Orcgon 97286 MI. (503) 236 -3300 l81 (503) 239 -9191 fONSLLrAMS CLALLAM COUNTY COURTHOUSE WEST WING LEVEL I REMODEL Port Angeles, Washington 4d Ttic 5 AS NOTED nom 07110 Dow MARCH 2008 REGISTERED ARCHITECT M CHAEL L BEAMAN STATE OF WASHINGTON DETAILS A2 2 J u 0 0 IL 1 r 1 0 GENERAL NOTES 0 I 1 _I® 0 ALL CONSTRUCTION WORK SHALL BE DONE IN STRICT COMPLIANCE WITH THE LATEST EDITION OF THE INTERNATIONAL BUILDING CODE, AS AMENDE08Y THE STATE OF WASHINGTON AND WITH ALL OTHER STATE AND LOCAL CODES AND BUILDING REQUIREMENTS THAT APPLY. 2. THE CONTRACTOR AND SUBCONTRACTORS SHALL VERIFY ALL DIMENSIONS AND CONDITIONS SHOWN ON DRAWINGS AND AT THE EXISTING BUILDING PRIOR TO BID NOTIFY ARCHITECT OF ANY DISCREPANCIES PRIOR TO START 04 WORK ALL WORK IS TO BE COORDINATED WITH OWNER AND ARCHITECT. 3 BIDDING CONTRACTORS AND SUBCONTRACTORS SHALL CAREFULLY EXAMINE THE SITE AND THE CONSTRUCTION DOCUMENTS. DISCREPANCIES IN THE PLANS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ARCHITECT PRIM TO SUBMISSION OF BID SO THAT ADDENDA MAYBE ISSUED. FAILURE TO DO SO ON THE PART OF THE CONTRACTORS DOES NOT RELIEVE THEM OF THE RESPONSIBILITY TO PROVIDE A CORRECT AND FINISHED PRODUCT. 4 SEE ROOM FINISH SCHEDULE FOR INFORMATION ON FINISHES FOR ALL AREAS 5.0E6 DOOR SCHEDULE FOR INFORMATION ON ALL DOORS INDICATED 6. ALL FURNITURE AND EQUIPMENT 1S TO BE PROVIDED AND INSTALLED BY OWNER U.N.O. 7. APPLICATION OF MATERIALS BY ANY SUBCONTRACTOR TO SURFACES EXISTING OR PROVIDED UNDER THIS CONTRACT, SHALL IMPLY ACCEPTANCE AND SUITABIUTY OF EXISTING CONDITIONS, SUCH SUBCONTRACTORS SHALL BE HELD RESPONSIBLE FOR DAMAGE OR IRREGULARITIES TO THEIR PRODUCT AS A RESULT OF PREVIOUS CONDITKms. 8. ALL WORK INCLUDING ANY DEMOLTDON, MUST BE COORDINATED WITH BUILDING OWNER AND ANY OTHER CONTRACTOR HIRED BY THE OWNER FOR WORK OUTSIDE OF THIS CONTRACT 9. ALL DIMENSIONS ARE TO CENTERLINE OF PARTITION OR FINISH FACE OF WALL UNLESS INDICATED OTHERWISE. 10. ALL PRODUCTS NOTED HEREIN ARE TO BE INSTALLED PER MANUFACTURERS WRITTEN INSTRUCTIONS WHETHER EXPLICITLY STATED OR NOT; UNLESS ACCEPTED BY ARCHRECT IN WRITING. 11. WHERE ITEMS ARE INDICATED TO 86 REMOVED THAT ABUTT OR AFFECT EXISTING CONSTRUCTION INDICATED TO REMAIN, CONTRACTOR IS TO PATCH EXISTING CONSTRUCTION TO MATCH ADJACENT FINISH 12. FURNISHINGS AND EQUIPMENT ARE TO BE INSTALLED AFTER INSTALLATION OF FLOORING AND BASE U N.O. (COS) in (CO2) 1 UI 11 T` J 11 V 11 0 0 11 00 L4 -(eon4 1 1 0 00 (c05) II II IL 0 O(GO4) 0 1 O I J -L1 0 y} 0 0 _I 1 1 0 0 0 0 0 O 0 O LEVEL 1 PARTIAL FLOOR PLAN 1 3/16 =I'-0• 0 0 r 1 I 1 I 0 O 0 .f J E EXISTING 12 EXHAUST DUCT LEGEND 0 I EXISTING RECESSED 2X4 FLUORESCENT UGHT TROFFER, TO REMAIN. O I EXISTING RECESSED CAN LIGHT FIXTURE TO REMAIN. I I EXISTING TRACK UGHTS, TO REMAIN. IHI 1 EXISTING EXIT UGHT /SIGN TO REMAIN. Xi I EXISTING HVAC SUPPLY AIR TO REMAIN N is] EXISTING HVAC RETURN AIR OR EXHAUST TO REMAIN COB (CO7) (CO8) u EXISTING 2'X4' SUSPENDED STANDARD CEILING GRID 0/ LAY —IN ACOUSTICAL CEILING TILE TO REMAIN, UNO. EXISTING WOOD CEILING TO REMAIN, LINO. EXISTING SMOKE DETECTOR TO REMAIN EXISTING CEIUNG SPEAKER TO REMAIN EXISTING FIRE SPRINKLER HEAD TO REMAIN 0 I EXISTING HEAT DETECTOR TO REMAIN D I CEILING HEIGHT MARK (ABOVE FINISH FLOOR) El FIXTURE, RECESSED 2X2 FLUORESCENT UGHT FIXTURE, TO REMAIN. KEY NOTES C06. EXSTING LIGHT FIXTURE TO BE REMOVED. u Er 7 C= (C01) C01. EXISTING SIMULATED SKYLIGHT TO REMAIN CO2) CO2. PATCH AND CEIUNG GRD AT REMOVED DEMQUNTABIE PAR191109 REMOVE EXISTING REPAIR CEIBFG 7BE AND IISTALL NEW CEUNG TILE To MATCH (CO3) CO3. AMEND CEILING GRID TO ACCOMMODATE NEW FIXTURE LOCATION AND ROTATION. (C04) C04. EXISTING LIGHT FIXTURE TO BE RELOCATED (CO5) CO5. NEW LIGHT FIXTURE TO MATCH EXISTING. C07. EXISTING MAIN FNAC DUCT ABOVE EXISTING CEIUNG TO REMAIN. CGS. NEW 6' EXHAUST DUCT AND GRILLE; TIE INTO EXISTING 12' EXHAUST DUCT AT RESTROOM. INSTALL FIRE/SMOKE DAMPER AT CORRIDOR WALL (PROVIDE ELECTRICAL POWER 8 CONNECTION AND TIE DAMPER INTO FIRE ALARM SYSTEM). b A rch Beaman Architecture, Ltd. P.O. Box 85038 Portland, Oregon 97286 1N.: (503) 2363300 fax. mwcm TANTS sed CLALLAM COUNTY COURTHOUSE WEST WING LEVEL 1 REMODEL Port Angeles, Washington LVL. 1 CEILING PLAN Jc p..ry Hoc. 3LI6 -0' U.N.O. 07110 One MARCH 2038 REGISTERED I ARCHITECT M CHAEL L BEAMAN STATE OF WASHINGTON A41 TECHNICAL Permit # 03 -- 357 Address 226 c- LIft') s+ Project description~ew (YIe-Z--L-ccn,'he ~r ~[\ Sfnrllje Date the permit was finaled 0 S.- 0 \-OZ Number of technical pages \~ -:.. }, 11117 Sw. GREENBURG ROAD TIGARD, OREGON 97223 WAITS: 1-800-338-1382 PHONE: (503) 684-1613 FAX: (503) 684-3713 WEBSITE: WWWmaterialfiowcom . Email Proposal Co: CLALlAM CORRECTIONAL FACILITY Date: Attn: TOM SHUMWAY From: Phone: 360-417 -2409 Ref: Fax: 360-417-2499 Email: tshumway@co.clallamwa.us Pages: April 26, 2007 Ron Com us/Mike Peterson Mezzanine Structure 2 (Including This Cover Sheet) o Urgent Tom, 121 For Review o Please Comment o Please Reply -- ---- - --- o Please Recycle Malenal Flu,,,, produces pre-engineered high quality mezzanines These units double the usable floor space in an eXisting building without costly structural changes MOdular design, wide column spacing, superior quality, and moderate cost make this system ideal for storage, work platforms, In-plant offices, warehouses, military facilities, and retail stores. Completely fabricated steel components require no r,eld drilling or welding during installation We are pleased to provide this proposal for your conSideration Per Our previous telephone conversation. we are offering the following Cascade Mezzanine Platform Attached are two drawings for your review ITEM 1.0) ONE (1) EACH: 20' WIDE x 20' LONG (400 SQ. FT.), 9'-11/8" TOP OF DECK (8'-11/8" CLEAR) MEZZANINE STRUCTURE (1251bs / sq. ft. capacity) consisting of: .J 42" x 48" landing ..J OSHA approved 36"stairway with handrails :.J 6' sliding gate !J 74' lineal feet of guardrail =:J 1-1/8" polylam decking :J painted white underneath for better visibility ::J does not include sprinklers, fights, permits, calc's or the like Grand Total Equipment Price: .........-........... ................. ........ $11,618.00 Estimated Freight Unless otherwise specified by Malenal Flow, this proposal shall be VOid 30 days from date submitted ... . Add $53200 LEAD TIME Approx six (6) weeks ARO to ship FOB Tigard, OR factory (unless noted otherwise) TERMS Visa, Master Card, American Express or 25% down due with purchase order, 75% due Net 1S days at shipment, on approved credit. · Malerial Flow has considered no r,nancing on this project Any special terms other than quoted may require a pnce change All pricing is based on current material availability and costs Proposal File CLALLAM CORRECTIONAL FACILITY 04-26-07 .' ).. April 26, 2007 ~ · Purchaser shall pay all local, state and/or federal taxes that are applicable in the purchase of Sellers' equipment. Sales tax shall be added, at the applicable rate, to the deposit invoicing unless a sales tax exemption certificate is provided with the order · Due to the uncertainty of Fuel Surcharges, any quoted Freight costs should be considered an "estimate" only and are subject to change at time of order. Purchaserwil/ be advised at the time the equipment is ready to ship (if pre-pay & add), of any increase in the freight costs associated with delivering the equipment specified herein CLARIFICATIONS: All Unloading of equipment, Mechanical Assembly /Installation, and Electrical Assembly /Installation are to be provided by the Purchaser (unless otherwise noted) Material Flow will not be held liable for the erection, assembly, or maintenance that is performed by others. · The work covered by this quotation shall Include only those items spelled out in this proposal Any additional equipment or work requested (such as Sprinkler Systems, Lights, Engineered Calcuiations and Drawings for permits, etc) will require the submittal of a revised quote and a written purchase order change issued by the Purchaser CONDITIONS OF SALE: · Modifications due to equipment interference. such as building, piping, ductwork, etc. have not been included herein. Matenal Flow reserves the right to negotiate schedule of delivery upon receipt of order. · Obtain all permits necessary to commence ane! complete Installation of the equipment Matenal Flow cannot assume responsibility for erection. assembly or maintenance by untrained 7 unskilled personnel for the materials. equipment and / or services provided by others. This responsibility must be assumed by the Pwchascr or those performing this work. · It is understood that any structure or floonng from which the equipment is to be supported, suspended. or otherwise attached IS of sufficient capacity to carry the loads imposed by the equipment plus the live and impact loads and reactions It IS also understOOd that you will fumish any structure not provided by us, all additions, modifications, and reinforcement as required to support that equipment Please note that Material Flow will always attempt to be speCific in the detail and description of our proposals, as you will find herein Although errors In estimating are found to be uncommon. we have conSidered that any obVIOUS errors found wltrlln any time of this project will be handled by the Purchaser and Matenal F/OlV followlflg normal customary reasonable and fair business practices Thank you for your interest in Matenal Flow anef Conveyor SYS!CIIIS Inc products If you have questions regarding thiS proposal, please do not hesitate to contact Ron at our Tigard, Oregon facility or me in Gig Harbor Sincerely. Material Flow & Conveyor Systems, Inc. Michael S Peterson QetersonmsCQ;centurytel. net Office 253-858-2938 Cell 360-508-8467 Ronald Camus ronc@materialfloworq Dept Fax (503) 684-3713 Page 2 of 2 r------- ~...c"""'--~---._3".:nonr..Jt'L III (G(Q)[P)1! . .. Date: Tubular Column Design Check page:/ 11 12/18/2006 10 No. 2 Column Description: Loadin Column WaIlTk. Sect. Factored Pull= 25.56 ~ Kips 1.2D+1.6L r--wX3/16l 0.188 6x6x3/16 Unfactored Pu= 16.22 Kips D+L 1 14.447 From Model Mux= 15.35 Ft-Kips Md+M/+Me E= 29500 EI= 695521.5 Design for 2/3Mux= 122.81 In-Kips Q value AISI Face 6.00 X-axis - I ~ I I I _._._.~._._.- I I I I ; -.1+- Metal Tk 0.188 Yield Fy= 50.00 Ksl Ag = 4.249 AISC Sec-C2 Anet = 4.249 Kx = CJ Ix= 23.577 Ky= Sx= 7.859 Rx= 2.356 Lx = 91.50 J J= 40.5 Ly = 91.50 Iy= 23.577 Sy= 7.859 Ry= 2.356 Zx= 9.51 ~ Section WgllFt I 14.447 Depth ~ I Y-axis j LRFD Design.............. 1996 Edition 6.00 Cross Section Critical Buckling Values A/SI Specifications Eq. C4.1-1 Fe=3.1416^2.E1(KUR)^2 Fe= 48.245 Ksi ^ = 1.018 <pc=.85 Pn= AeFn KxLxlRx= KyLy/Ry= 77.67 77.67 Eq. C4-1 Eq. C4-2 Eq. C4-3 if)" < 1.5 then Fn = Fy. .658^()"^2) if ).. > 1.5 then Fn = Fy . (.8771)" ^2) Section strength Fn= 32.403 Ksi Mp = My=SgFy Mn=SeFy 475.3 392.949 Ob=.95 Eq. C4-2 Eq.C4-3 In-Kips Eq. C4-1 Pn= <PcPn= 137.67 117.02 Kips Kips Mn= <PbMn= 392.95 373.30 In-Kips In-Kips Desiqn Check for both Axial Load And Combined Axial + Seismic Eq.C5-1 Pu/<I>cPn + CmMux/( <l>bMnx<Pnx) <= 1.08 Pe=1T^2Elb/(KbLb)^2 Orthogonal Effects Kips-Factored Pu/<l>cPn= In-Kips CmMux/(<pbMnxlflnx)= .3CmMuy/(lflbMny<pny)= 0.218 0.319 0.000 0.538 Pe= <pnx=(l-Pu/Pe) <Pnx= 204.978 0.875 .3Me o Factored Design Ratio Dead + Live Load Only DesiQn Check Ok ()= 2 20.22 0.173 Kips AISC 8 Pd+PI+f:Pe = Static Load only Pu/<PcPn= 0.218 Ok Seismic Pu/<I'Pn...... Ok Cclumn Capacity............................... 81,947 Pounds Unfactored .. Date 12/18/2006 Beam-Column base Plate Design Drake-Elkin Paper Engineering Journal 1st Otr. 1999 Limit State Design ~p ~; E I Mu ~ ~ I '. I I d 1.5 +-- Q T Tu Y Tu = qY - Pu Tu = 5.99 Check Plate Bending m = (N - .95d) 1 2 rn= 4.15 inches x = f/2 - dl2 + tf/2 tf= x= 2.59 inches n = (B - .8bf) /2 bf = n= 4.6 inches Base Plate Thickness For all cases Tu = Fy = tp = 2.11 vTux/ BFy tp= 0.1951 inches N f + N/2 = f + E = 12.5 16.69 Tu ::: qY - Pu 0.188 in. flg thk. ~(Q)[P)W Column Location 12 2 Load Comb. Fc' ::: 3 ksi Plate width N= 14 inches Plate depth B::: 14 inches Member width d= 6 inches Member depth b= 6 inches Factored Pu = 16.466 kips Factored Mu = 15.35 ft-kips Factored Mu ::: 184.2 in-kips e::: 11.19 inches N/6 ::: 2.33 t::: 5.5 inches No. of Tension bolts ::: 2 Area of steel A2IA1= 4.00 plate on groutA2/A1 = 1 plate directly on concrete A21A 1 = 4 q = .51Fe'B VAiiA1 ~ 1.02 Fe'S 42.84 q= 49.98 kips/in q::: 42.84 kips/in inches inches Y = (f+N/2) +_ V(f+N/2)^2 - 2Pu(f+E)/q V::: 0.52 inches Tu = 5.99 kips Bolt tension Tb ::: 2.99 kips factored Tbuf::: 2.14 kips un-factored Bolt dia.. in. flg. width Ft = Fts = Spc...... Table Values 5/8 inches 4" min. embd. 2.67 kips 3.56 kips stress increase 11.00 inches 6 5.99 50 kips ksi Y>m AISCSec14 Equa. A tp::: 1.4ge Vpu 1 (SNFy) Plate front ot back Y<m Equa. B tp = 2.11 V Pu(rn-y/2) / (Sfy) Plate left to right tp = tp = Equa 8 controls 0.281 inChes c= N= 4.6 6 0.638 inches ---.- 1: do.. --.;w... ~(Q)[P)W Load-Carrying Capacity for Concrete Slabs on Grade 1997 Journal of Structural Engineering Article Shentu, Jiang & Hsu R2 -.-. -...... / / I 1 / \ Date: L 2/7/2005 13 ] ..... R1 Location: 2 maximum column load Effective slab development for load support '- Slab on grade Soil description Soil type Sand, gravel, dry, loose 13 Target Soil Os = actual Width Depth Plate Size 14 14 The radius R1 is based on the average equivalent square plate. Determine slab capacity when the slab thickness is given Pu = 1.72 x ( k2 R11 Ec x 10^4 + 3.6) rt d^2 R1 = 7.90 Inches D= 6 Inches k2 = 95 pcf Ec = 2500 ksi Ultimate Ft = 175 psi rp Factor Calculated ultimate 0.5 Set by engineer Pu = 72 Kips Pa = rpPu Pa = 35.83 Kips 1.2D+1.6L Pactual = 25.382 kips D+L 10.49 0.708 Ok Determine the slab thickness when the load is given 1000 Concrete Fc' = 3000 psi psf (Eq 34) 200.626 152.4 0.0258 17241.4 1.209 MM MM N/mm^3 N/mm^2 N/mm^2 Slab thickness Sub-grade modulus Modulus of elasticity Tensile strength of concrete 318742 N ultimate load Maximum allowable column loading 1.2D+L +E 16.466 kips Ok Eq.35 d= Equivalent footer size 5.04 feet-sq. v ( Pul CP) 1 ( 1.72 ( k2 R11 Ec x 10^4 + 3.6 ) r t Pu = d= d= Design Loading 25.382 Kips 128.27 MM 5.05 Inches 112899.1 N Slab thickness to support column loading Date: 12/18/2006 Vallowable Tallowable CHECK ANCHOR HOLTS FOR SHEAR/TENSION Check Bolt For Combined Shear And Pull-Out Tension from computer model D+fL+E Ft= Longiludnal_ Base Shear Per Column Vlt = Transverse -- Base ShearPer Column Vtt Allowable Values For Expansion Anchors Concrete fc' = 3000 Psi Allowable Shear Fas= 4166 Allowable Tension Ft= 3559 ESR 1355 Special Inspection Values Resulting Combined Load Check Pounds Pounds 11.960 L1 2.013 I. Kips 2.01~_ Kips Manfac: Hilti Anchor bolt Desc. Example: Fr= (Tactuall Tallowable)^1.667 + (Vactual/ VallowabJe)^1.667 <= 1.00 Vaclual= Vtc / No. of Anchor Bolls Per Column Vaclual Vtc= 0.503 Kips Tactual = Ftb / No. of Anchor Bolls Per Column Tactual Tlb= 2.990 Kips T Ratio = V Ratio = Fr= 0.748 0.030 0.777 <= Tension On Bolt Tactual Embedment Length 4 5/8" Dia. X 4 Embd. ~(Q)~)f page:/ 14 From model From model From model I L 3 .625 4 2000 psi 1/2 Dia x 2 1/4 Embd. Length J No. of Bolts /4--l Per column Ok Concrete Slab Date: 12/18/2006 Column Welds To Base Plate Pfac= 25.56 Slab Base Plate Width = Base Plate Depth = Allowable Weld Stress Eq. E2.4-1 E2.4-2 14 14 Kips 184.20 In-Kips Factored 2.013 Factored Base Shear Kips Section Modulus of Weld Pattern Pna=.4125' Tm' Lw' Fu Pnb=.6 . Tm . Lw . Fu Pna= Pnb= Mc= Sx . Fu Me= q =.6 dlMe= Fa= Pm ax / Ac Fb= Mmax / Sx Fv= Vs / Aw Longitudinal Transverse 65.0 94.5 Longitudinal Transverse 374.06 In-Kips 224.44 In-Kips Fa= Fb= 6.02 34.47 Fv= 0.89 Design Ratio Cheek Desing Ratio Dr= 42.00 Ksi Ksi If Fb > Fa Ft= Ksi FtI Pnb + Fv / Pna = 1.03 Drone= . Dr two= Dr- 0.677 0.014 0.691 Ok ~ (G<<JJ [prV Weld patterm on column E6 E7 E5 EB . -. -. -.; '-' _. _. . Section-A I E4 E3 Weld Length E1 1.5 E2 1.5 E3 1.5 E4 1.5 E5 1.5 E6 1.5 E7 I 1.5 I E8 L____IL~__.J Fillet Weld Size Tw= . 0.1875 Weld Fu= L_--2.~-:J Ksi Sx= 5.34 In^3 Lw= 12 Length of weld Aw= 2.25 In^2 Liong= 6 Inches Uran= 6 Inches Ac= 4.249 In^2 Section Dimensions 6 6 28.45 If Fb<Fa Fv = 0 Ksi Page:1 15 Ref. Axis Weld C.G. 'fI'~5 5.25 I 5~5J lO;5 Inches I I ~ :;- - ..L + + + ~ D ;::. D I ... 4=+tJ % 'i ;., + + J .. :;- - ~Ei ~! :; D .. ~;;:;. .. .. D Z o -1 ~ m I m Vi'l 0- :J '-' u Z t- 0 Vl ...J B -, ~ L L5 m 6: co '- ~ ~ Vl C) ~ 5 u ...J t- . Vl cr Q m w ...J ~ '-' Z ~ ~ ro w ...J ~ W a: z 0 z .... ~ .... u '- o w ~ ~ ~ ~ .... ~ I -.J !:"'" 0. w- zC; z. <( l~ g L5 ~ 8m j L 0::: 12 O:::w 00 !I! u... 0::: t- o. D .... W 0 WD '-' o~ ~ _ ~ Vl No ~ ~w 8 ,0::: ::> G . ~8 L5 N :0 00::: 0::: -,,""", DN ~ W ...J D Z iIi .::. w w w a: Z J: o t- I- -8 e8 0. I o l- I l- V) o 0. :;- ..L Vi' t- o ...J Vl + + + 4=+tJ .. ;,. ~ ~ + + - ~J ._'aJr> - ~! - :; " .. .. ~::;. .. I '" D Z o -' 00 I (XJ ::;E L5 m -' '""""' ~N Z,D <( G::i oL5 wm ::;Eo::: g~ w l.J.... ct: ~ a.. D .... W 0 WD '-' o~ ~ :~~ Z o u NO ~W 10::: => 0:::0 WW 00::: 0::: -,,""", c..:>N w -' c..:> z (/) .;; Ai ~sn :w! ~1! I ,.. -1- ~ ii 1 ::f!1 " ." o ~! . ~ 1 i~ ~ Ii ~ BBl H1f! ~ ~f:.!I' ~,flf' I': ",II ~tl* I.,f. g n.n .- r' ~ Ilf 1..:=' i .~ 1'1' : I~ '- ~.!. :J '-' u Z t- 0 Vl ...J o N -, '- 5: a> '- ~ ~ Vl " ~ [5 U ...J t- t; t (/) Z co 6 ~ I -, o Co W ...J ...J o .... ...J . '-' Z ~ ~ ro w ...J ~ W a: Z 0 Z .... ~ .... u '- o w ~ ~ gj ;., J: .... u L5 N :0 U :i :i U U L5 L5 ~ .::. w w W a: Z J: o t- ~ e8 a.. I o l- I l- (/) o a.. e; or- ~ ,. I::'F- -J ii'g lD ~~ ~I g ~ L i"'~ 6 NU< 0 Wo:: t:i CD ::lwo N "o~3 I NBl:J I .~ ~ fl jLl =-- '" Vi 9 ~ r~ Z I' 0 f,... ,~ 10 I Vi' t- o ...J Vl ~ ~I I I 'j , I ~~1I is- ~,c. :;; iff ~~ 5 !i ~ ' . . ~J~I ~ ~ 0 . ~;!i ~.. - if 6 Hil t:f.... 0: 0 ,,~ ~ ~ ~~j I b~ 0: I o .... ~ ,(~ "'0 ... 0 x.... ;lL-- ~ ii . III &e ~~ ~ 9 ~ ~ 'I' Z,~ i 0 !!'f I ~ . ;,. ~IM I . xiII i ~~~ iI!i II.. i r'~ .. ~'~ hi . ~ ~ - - -L 1= . i ~t IT + + + '-' I '11 : Ij '-' T + + + z z 0 0 --1 --1 , . N VJ N VJ UJ UJ , ... , ... ~ 0 ~ 0 :z: :z: N ~ If) ~ 1 ~ I ~ m '- m '- - ~ ~ I '" 1 '-' z z . ,....., 0 " 0 ::ii' ... ::iiN ... [51 N [51 N CD.' )- CD'-' )- . c:; C'\I -1 .. ~ ~ , --1"~1 w::ii ~ ,I W::ii ~. ~~~~ z[5ocn , I <(CD 0 ~CDgx I "-:::;; If-"-:::;; , I Uf-w.::'i UUlw.::'i Ul:z:w -Iw 06>-... 00>- WJl&..W WJu..,(j ::ii oz ::ii oz '-' z (J:::'-'",~ (J:::<(,-,~ o~~u f2s ~ u u...,--,Ul Ul -0 0...0Vi8 o...o~w WWO:::;; wW6:::;; w(J:::ug w~ug oS:z:"- o=>:z:"- ~8j~ . au. 'e ~ N~.::'i~ ~(J::: u ~ u 1----- I IN I co u u ~ .::'i ~ .::'i f- f-~ Ul ~ Ul ::' 0 .::. 6 ~ -, w , UJ f- Z ::ii z 0 0 L Ul IL L5 + + 0 8 + + + 8 ' J 0... - : tl CD ..... --I ~ I I ~ 0 ~ " 0 f- f- -~J I - ~ I -~~ I f- ~! - ~~ ::ii Ul L5 ~J. 0 ~..... 1-0. 0... CD ;,. ;,. r I I I 1 rl I I 1 . i --L ~ D.. ..... o o ... . "- X :n ~ .... ...J o :r o Z .. I o .... :r o Z :> a. ~ Z e 2.. ~ vi 1Il Z 0 Z .... Z ::; :r .... :> ..... S ~ ~ t- aJ :-, G 5 0:: 0 ~ ~ 0=: J ~ ~ ...J .... ::; ~ ~ w '-' .... a w 0::: I ? i3 (0 Ll) 0 v ,), c5 .. Z c5 '-' 9 5 5 ~ :J:: -' -' 0 ~ ~ ~ ~ 8 x n:: c:; a. Zw 6 ~~ ~ ~~ I ... v ::~~ d I ~l.. ~ g <:J~~ g ~ z;::;;:oo o~a. w 0 Z ~ => ~ w 58~ ~ ~ $ o. ~ 0 N n 0:: ~ ~ N I <<> 1-;;j'i:5;!;ON;:'. (J) ~ N ~ :" v :" x .. ~ 1'7/ ~-- .::. .::.~~- w ~ w ~ 0 w 5 ~ B ~ ~ 6 888888 z ~ o :r Vl ~ Vl ~ o :r Z w ::; ~ <5 3 ~ 8 <( '-' v o Z . :> <D o '- 0:: '" r r o 0 i:5 i:5 ; Ai ~ei! '" a If ~J~I !-l.l..,. Zljl ghl g~jl ~;u ~ Ii i ~ ~ 1Il o Z .... :r ..... o aJ 5 o 0:: w ..... ~ .... w 0:: '-' w o r on '-' v Z o c5 -' Z N g .. + + + 0 fl 8 o::z ... <(0 ... ;., 0 !--z -' (/):5 ~ 0 N + + + :. ~ '" r. z ~i g: !~ if J fj~... ~ g "'::.'i: ~ N ~tr~ .~ x~ 0 1;: 9 ~ ~ 7 ~ ; i mi' '.11. d;:=! ."'1 I.rf. IIIU ~ :::- 8 l!IJ. "j" S ul :~~ ~I.l' f !, p, ~b , I , . .. ~ 2 ~ <d <>~ :!!.. .~ . ., ~ :il ~ :,.1, ~ .. . ~ 2 ~ ~~ :!!.. ~ :il !:1 :,.1, ;. I-?-J 1 .. L?-I I . ... rr I ~~ s ~:.. . N I _ ~" ~~ ~ :,.1, L?-I I .. ~ m i! ~ ~d :!!~ :~ ~ ... :il ~ :,.1, L-I ~ 2 ~ ~d ~~ "" ~ :il ~ :,.1, L?-1 1 .. .. + .1 +- .. _I + ~ .. " 1::' w ~ 0 '" iIi Ci ~:! i~ c!, N<cn 0 ~~~ ~ b~t:; I N~O 8 )( b N ~ 8 8 ~ Il :; ,.!.,~ o l l ~Jffl ~ dM!. !Ii'i ~ ~ * 1.,1, g 11011 fl," hi I""" i ~~ f". :ii " , I -, , ~ ~ ~ ~ :i ~ il ~ 8 ~ I :; i < 3 ~ '" ~C! 0_ z 1 . . . ~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - I I I I I I I I I I I I I I I I I I I I I I I I I ~;B 'I ~d N N ., r .. I N r :, ;... ~ t: o II 'I iii .. I ... ~ ~~~~~~ g~~~("'9 )( )( )( )( ! ~ '"' kJ 101 l1 .... ..... ~22i{; !i !i !i a x x ~~~~~~~~ : : : c1 ~ ~ 8 ~ ~ ~ : f1 c1 ~ :::~::!. : : .- .)( ~ ~ ~ N N N N ::::-~~';::-... --_on~~~ g 2 g 2 g 2 2 EEBSBSS ~ ~ ~ ~ ~ ~ ~ 0eeeeee i 11---1 -~~ I-~-I + ~ ~ 08 vi ;j. ~dl ~J:I "'" -I- s;: 'j I ~ If! ~;j I ~~H ~ fi :>: ~ ~. C>~ e, z c B tI't ::I 3'~ 1::' ~tg ~i ~ ~~~ "f g ,.e~! ~ 4 Q:ct: I 00 ..... ('llLo.~ 0 ><~t; bc1" _ Nc>~ :il ~ ;!; ,J, N o~ l! .t ::J< N P 1Il" .~.~ i !Iff! ~ diM,. ~!fi'i ~!1 * I.Ji. s n.n if :~. i ~ ~I "f nr I . , I . . ~ t t . '" . ~ I ~ ,- ~ ~ :. ""1--18 ~G-';! -t-:.~ -I :. ~ , ~ J''B ~ I. 0' , , W I " 'i ~ ~ ~ ~ ';;b'r':::- :::- ~! I G .. 'i N CI CI 0 9 ;:r!.~S~ ...... )( )( . ....... ... w w I - .1 ~ ~ ~ : : ~ ~ ~ ~ ill ;,( ;,( 'l! 'l! ~ i!~~~8 a : : e ~ ~ s s c1 :I : ... ... = ~ o . . . . C'l 0 0 0 0 N N - N : :::- )- )( )( C'l _ _ ':- ~ ! ~ ~ ~ ~ .::.22~-;:- ~ ~ ~ ;- :- 000 0 a eeeee ~r , ~ L;~ 0' J- ..., ~I' 1? Ir 7:' I h G , ... ~ " ~ 'Lf~ " ~ Irrrl o "e o ~ ~BH iwf ~S!I ~ ;~i ~Iil ~;j I ~ =i= ~ li ~ ~ ~ " w' Z 0 o ... :I ,J ~'N "'t~ if ;:; ~~~ !( g :>....w co - 2i'" N :<:....8 ,,!. x~Q. a - ~~ :<: ~ - <> D ~ ~ ~" 3 ,,~' CIl I !i' t UII! ~ ~fi!!1 ;:, J 'I" II .'n llJ. 1M. ~ 11011 rl'" 10- ~i .". , i , . " ~ (' ~ ~ ~ u ~9t!9 U 0 f:'. ("" g~~s.! {' 10 11 _ 0 ! r!. ~ ~ ~ o )( )( )( ~~~~i~ ~~~~~I~ = : : : ~ ; o 0 0 ID ,:a :S5S:~ 0- - ... - ':- 0 N . . )( )( N ~s~ss; 1. ... - ... ... ::;- 3 :f % :f .. .. ~ ~ ~ ~ ~ g ;;E2~=-';:' ~ ~ ~ i i i eeeeee j ,I ~H alf 1!1 i'i HI .d ;jI , Ii ~ 'f '1 ~ ~ i 1iI1' ! ,'ila: ~ .Xw; ~fifi ~!l ~ I.rf. s IhU f/ ;; u II II ~ II ~ t-- ~ ~ li !i "- - ~ 9 9 'l rr~r ~~~; , I ~ :., .. :., I I I I ... ;... ;., ... X K X x -, III ~ III ~ tl ~ ~ ~ 51 ~ ~ ~ ~ G I ~ ~ fl ~ ~ G '" I , I I " ;. ~ ~ ~ ~ ;... ;... ~ ~ ~ ~ ~ l!: ~ . . . j; 2 .. ~~ :! ~ G :.. :.. ;:,. . ;:,. ;:,. ~ '0 - - - ~ - .. . . x x x X G .. .. .. .. ~ I .l. ;:,. ;:,. ;:,. ;:,. - - - G :., ~ ~ :r :r :r :r :r :r :r ~ ~ ~ ~ ~ ~ ~ - .. E '::'~~!j w ~ ~ 'i ~ ~ ~ z 0 0 eeeeeee T::: T :., - ~ I ;., ~ '1:< I ;., . . ~ ~ , I " . o I U p-: . o U ^ ~ . o U" p-. '-, _L: ::; ::; ~;", , ~( I r ~ ;-I { ) f C; 0 r :1 T' " " " U " ' , " :' .1 '" c, ,~ ~ r< r, -, : , , : ,', " ., " , ., ., , u..~ m3--c~-~,KH I~ c, , G !:-, i _~L.-'_'~d- .. . -.- ;qfl: ': ;: i L ....-__....... :: l. ._-~._-- t- . '0 -~---~~ -F---~-{~~ " ) 'c:: '" , ::; ..'J G ,k I" J!~ I- n o U ., .1 I ^ --:-F ~ ~ ~ :;; ~ ~ ; -! f--~~-i -I I -{.., _....-"'-..~_._~-~ .....J ~- ,-' l Lu.~ ,~ 1 r-: L~. i I. ..' ..,...,...--........'L---:...i-2 ~ ,I ~ III EIII ~ J~ I ~; ~ i ~ III ~ ~. ~ ~ i I ~, If ~ 'I ~ ill~-~ ~!i :+ z~~ ~.' g ~ - ~. ~ ; ~ ~~ ~ Ci~ I~ I J :.: I, ') ,J !j1!l ~ '. }~~; I ~ ; ~~f~i~ .J .1':- 'II' "'c,i' Ii:!; "; ~;: Ii :::";. j I! j, ,.. , i ! i I j I !. i J. j' I . '1 ,. " -':l-;': ~i '.?:~ ~ H"" ,:..; ~ ~~"r. .t .: '." ..:5 c. ~~. :-~'. . ~. ., ~.' . ,'-. ~J \-, -.:.'- i _~; :.;:_~ .- '-- ;j' ;: ~ 'i' ..... _. .~~t.... '!..,:: . ~. J ;; ~~ .,~, ":- C ~E ~-: .~, ;~ ?-. .:; ~; ,,-, ~ ~~;.:.. ;_. .:. -. :..:: ','.', ~,.: ~~' ~-': ~_:j ?: "., ::. . _;.I~ .., ,-r, ~'. Q' t; .:,-: ~~ .' ..-"; ...; : <: :::;- ...-, - -.:. --:: '':-.t. ':i '~ m~~;~~~J .:~.'::l ~:l :l~' 2 2 ~ i~ ;~ i ,- ..' ~.-..,-. - ~.- - (-' ,_, c: .:.:' c,.-:, 0 (~.,:: 0 ..--:. -: y'; '0 r_ ('i 0"- ." , ;-----_. --. ~ rr=-=-c-f~=n:-rr::~:: ~ I ; i. __l-.t_ I I I ~-f-_~hT-, ~ I " I:" , J ' ., I i ;' I; I Ii. i,.,', ~ It, , ,,: ~ I !- i; Ii i:! il ! I!i ;.' Lf i'l I F-1<-rTT'-1 1 i ~_JJ : iW- , ',-~ II fl'''l- L .~~_"- _~ t---~ - -':"" i , , ' i', 'r I i I : ': ~ jf ~ i : r' o~c=~+~:f^:i_ I r- J__-=- ~ ~_. ~ ,- _ : I, i t_L_z.~ .-J !~~ c.i :,---:r--J',--~ I ~: .. ~t , J ' 'Ii :..L '''l~'-'' .::~'.~~?~-1 . .....,. , ~. .I" ;{;...~ . " ,.! . . ... -':'=~1:: i - , , ~. ~- C' ~.c~ - _.. ;f-:-=-fJ""'-;-'l"--'--:~'l"..' I. 1 t: I ;r.-:-.: < ;! i ,'; i i ~ ~ -_I. _~t._:..-l ... r---~-"--r-~ ". :f i ~.J_ul CTJ iL~ ft"T'l!i!.;;':;: !/ ; I:;;t: I. ,; I, I ~ 4 _ i~______-,: ) r-,,-nr--j ~ I' Ii I; I:! I ! II Ii Ii i ~ I r II Ii I! d i 'r,,~==LJr' -;~k~.- it lid l j! I I:!~ _. . '_ , I! .', II~-...._....._--_.-t f---' ill! : rn~~~i~Tf:i~ ~ If "I'; 'l!-._L_.;~!!;: L_...~:-,- .~~~~.11~~~.;:~.h~ g~ I 'c. ~ ~ ~--_.._------- w ____..___ ~i ;.~ ,~ j- ...,\.... -i ~- ~~c. .,' ~f~ l: 1:] 0 0 I"~ - . . r' o~n .~_ _' l ! ~ ~ ~ i .; ,. .' ~~ ~ ~, 1 Ii '. :. ...:t ~-; r --' '. :---'1';', ill :/ . ; !; V I; 1 t,.i 't' ....../ ;~.~-~i!i . .,t' I., ". i, '1. ..-.-, l'--'-i , .l ,t! ~ ~,1,,__._. ~ u , . v_ .. c; ~ t ~. ~ .' :s ! ...; IIi ~EII :wl ~ 1'1 ~;!l ~ IiI ~;jl :!' If ~ 'i ~ Q::s h__" " ~ ! -"-1: ;:.:- :i ,: H~. ir ~il ~ ~~! :2 " . c' I... ! _J".~ ~: :t "i-: ... ,....l; f ~ I ~ !PH : '. ;ig~ ' l i.:: ;:f.: ~:~ _2 ~ ~i!W ,;;,::~ ~ ::131.;~! ? "'p:: !l '. . . .___, r : ~ . '- :, ., ~:. z. ;i " I~} ," -llw ~ .0:: 0 lii~~ Wo:: oWO ClW a.lDo:: ZI ~5~ <Ill ~~p <::>0 . III 0:: Ow ........0 00::0 -'<0.. ~i!:~ <( 0-, mu..o:: 5::jg: I- ~~~ W I.-:p ~~i!: 0 n::>o <30:::c: 2 -Zw ow I 0:: ""'u..z 0 "'XI a~~ i= ,-0.1", _I~ ""'<1Il U '---- ~a::< W "-...."- 2 2 /I 0 U -.J ~w.... <( wOIll Will"" a::: Vi 0 z....u 0:: uzo.. :l~~ 0 1Il- ::li -' 0:: ",,0< 15~i!: < ~""o:: w <( w<< lD .....~!i otw w C) .....<< ""z z CE~:r: Uo:: Z -w 0"",,- ""0 < uo Z N ;Z ::> N w ::li 0.. w 0.1 0 ~ -'..... <~ 0::< ~a. < ::> Cl -' < 0:: I n ::liwa. ~i!:a "-,,- ~o~ ~~~ u....o:: (/).... ~g .... w "" u < 0:: ma:: ww.... -,a(/) ~~Q <.......... , Ww "-Zz '-zz -<< xII Uu ~oo x........ 00 :o~~ gg a. w w o ..... w Z Z < Ia. Uw w i..,o ~~ w ::li . o::::li 0< "-w lD <.... Cl(/) _6 - -, N ::li" < w m 0:: w o 0:: (3 ~ III ~.f5 or mill < ..:~ o~ ------' -'a. Ww ZW zo ~N U_ u~ , < 8~ ~o:: o::w 00 u..o:: <0 Cl ./ . " "'.... '-=> "'z .... Z w -' "" 0.1 ~ III U Z ::> < ~ Z -' 0:: 0:: <(0.. 0 w m < rW U :z: W UW III W m 0 w < <3zd m ~ lue~ ~ z~z ~ <::>z 0 , . -'< w~' 10 ..... ,,-Or ::lE<( .:::.: ::> '-Uu 0::0.1 z :~~ Om n u.. ..: <(5 -' . 00 . 0 nw~ ClO 10 m 0:: 10 )(9....J ;::(3 ..: ~~g 0 , '" '- '" w .... <( -' ll. W V1 <( m .... '... ~Cl <:!:: z"" -u ~w <0 ..... ~g 00 a.~ . -' lOa. '- 000 -'0..-' www ~~~ ~N< O_Cl P ~~:: e::Mx ::lE.... 0: III e~ 2 <( W ill -.J W 2 2 -.Jl Q 2 <(II- UoU -I-W ~ ,2 1-22 <(0 wU ill -.J W 2 2 <( I U ;:: 2 <( W ill ....J w 22 -.J2Q <(<(I- UIU -UW t;: I 2 1-02 1-0 ,U 2 :2 ::J -.J o U ~ f. '" ~l 0 it i I ." o 1'111 ~!ii!! 'f", I.ri. U.II (,... hi r.... PI ,'.. : II , I , I ~ ~ L Q :> . D ~ . . ... ~ ~ + ::> + :::- - I Q :> I o N :::- o o + N :::- :::- 0 I I .. .. r <( 1 <( r"'T"'l . I D -t . r-" W I- :5 a. w (f) <( m La... o :E o ~ ::Ig ~z . 0 O. I;""" 'Cn= I -' 0 Oz :E=o ~ L5 ~ g m -' _ . 0 Nlo La... [j=w :E -' :r: 01- a. 0 La... w= 0 w. on (:) = =?; N I- ~....J (f) oUi 0:::0 Z 0= 0 La... =.0 z ~ :c :E=o ~....J <( -' 0 w 00 O. 0::: 00 W(/) zz a:::E O~ 0-' o o (:) ~ D 0 .-1 ~ vi lla "9i I ~ ill g !~! g it! '.;; iiI ~..; I ~Hf ::! ~(f ~ ii =t. e, o "' t;: z ~I g ~ -' if g :I ~ ~ ~ ~ 0 0 .r!- >< 1'0 b N 9 ~ ~ '"t 7 ~ ~,'r; 'a I ~ ~ I 1iI1' ~ ;if;: , :> ~~iiii ~ ~ ~ I.,i. a IIIU 1'''1 III r'.' i~i I '11 : Ii ,..., .. tfl .... ot) g " co tfl .0 E 0 .::. Cl ...... ,..., ~ l/) z w 0 ...J ...J Cl 0 Z :r: a, 0 ...... ...J 0:: 0 " . :r: 0 N '-' ...... - ~ I in co ~ x w n. ...... m ::; ~ => '-' .... w , I w W ...J j ~ " a. ::> ~ , I Q 0 w l/) !Q w ...J ~ lD ...J 0:: ~ 0 a, "- ...... .... .... '" ...... ::::- >< - . x x N . :., on . N . .... on :i: :i: :i: '-' '-' '-' .:'i .:'i l.'i -;::- -;::- g W W 0 6 6 ~ Gee o W 0::: => a w 0::: ----- <t ~ TECHNICAL Permit # 01- J 11'7 Address 2 23 E Lf ii4 S+ Project description ~a; \ Rety)od~{ Date the permit was finaled ~ - ,\ - 03 Number of technical pages :5 5' 2 J Robert Glass and Associates, Incorporated Post Office Box 28097 Spokane, Washington 99228 Tel: 509.468.8320 Fax: 509.279.0882 www.rga-inc.com ~ ~\ ADDENDUM NO.1 To the Project Manual and Drawings For C/allam County Correctional Facility Phase I Renovation Clallam County Project Number: 620613CH October 5,2007 Contents of this Addendum are as follows: · BIDDERS NOTES · PROJECT MANUAUSPECIFICATIONS · DRAWINGS · APPROVALS BIDDERS NOTES 1. This addendum shall be recognized by all concerned as an incorporated part or parts of the Contract Documents. The Contractor shall assure himself that all changes and interpretations covered by the contents herein are throughly understood. Contractor shall be responsible for fully accounting for each item, and all related work associated for each item, in the contract price proposed. 2. Addenda are being issued by Robert Glass & Associates, Inc to plan holders with complete sets of Bid Documents ( Project Manual and Drawings). It shall be the Contractors responsibility to verify that all his bidders are aware of the items in the Addendum. 3. This ADDENDUM supersedes the original SPECIFICATIONS and DRAWINGS; dated September 2007, wherein it contradicts them; all other conditions remain unchanged. 4. Prior Addenda: None 5. Acknowledgment of receipt of this ADDENDUM is required. R CiA 'f Clallam County Correctional Facility Phase I - Renovations Addenda #1 - October 5, 2007 Page #2 t; , . PROJECT MANUAUSPECIFICA TION Item 1 Replace Item 2 Change Item 3 Add DRAWINGS SECTION - TOC Page 3 of the Table of Contents with the attached Revised Page 3 SECTION 00100 - INSTRUCTIONS TO BIDDERS The following to Article 3.1 : "3.1 - A Mandatory Pre-Bid Conference will be conducted at 1 0:30 AM on Wednesday, October 1 0, 2007. Bidders submitting proposals are required to meet with the Owner and Architect at the Clallam County Health & Human Services Conference Room (Room 053), a tour will take place first followed by a Pre-Bid Conference. Mechanical and Electrical subcontractors who will provide bids are encouraged to attend. SECTION 16000 - ELECTRICAL SPECIFICATIONS Add attached specification sections: · 16000 - General Provisions · 16050 Basic Materials and Methods · 16110 Conduits, Raceways, Boxes & Fittings · 16120 Conductors & Connectors · 16140 Wiring Devices & Plates · 16450 Grounding · 16510 Lighting Fixtures · 16720 Fire Alarm System Architectural Item A 1 Sheet A2.5 - Details Clarify "Where existing outlets are noted to be removed, in existing walls to remain, install outlet cover as indicated on attached sheet R.A2.5-1, in lieu of that indicated." R CiA r---- - --- Clallam County Correctional Facility Phase I - Renovations Addenda #1 - October 5, 2007 Page #3 APPROVALS The following manufacturers and/or materials are hereby accepted subject to compliance with the specified requirements. Reference made below to specification and drawings shall be as a general guide only. Bidder shall determine the work affected by Addendum items. Where a model number, type or catalog number has been specified an equivalent model number, type or catalog number shall apply to the manufacturer and/or material hereby accepted: Section Manufacturer 11901 Chief Industries, Inc.; Grand Island, NE (308-389-7216) END OF ADDENDUM NO.1 R CiA CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #15 - MECHANICAL 15000 General Provisions........... .......... ............ ........ ............................ .............. 14 pages 15050 Basic Materials and Methods................................................................... 8 pages 15055 Motors............. ......................................................................................... 5 pages 15060 Hangers & Supports................................................................................. 9 pages 15075 Mechanical Identification. .................................................................. ....... 5 pages 15080 Mechanical Insulation. ...... ........................................................................ 23 pages 15110 Valves....................................................................................................... 7 pages 15122 Meters and Gauges................................................................................. 5 pages 15140 Domestic Water Piping............................................................................. 6 pages 15145 Domestic Water Piping Specialties........................................................... 6 pages 15150 Sanitary Waste and Vent Piping....................................... ................... ..... 6 pages 15155 Sanitary Waste Piping Specialties............................................................ 7 pages 15300 Fire Protection........................................................................................... 15 pages 15410 Plumbing Fixtures...................................................................................... 8 pages 15763 Heat Pump Units........................................................................................ 5 pages 15815 Metal Ducts................................................................................................. 5 pages 15820 Duct Accessories........................................................................................ 9 pages 15855 Diffusers, Registers & Grilles... ...................... ........ ........ ............................ 2 pages 15950 Testing, Adjusting and Balancing................................................................9 pages DIVISION #16 - ELECTRICAL 16000 General Provisions...................................................................................... 3 pages 16050 Basic Materials and Methods...................................................................... 4 pages 16110 Conduits, Raceways, Boxes & Fittings...................................................... 2 pages 16120 Conductors & Connectors.......................................................................... 2 pages 16140 Wiring Devices & Plates................................................................. ..1..pages 16450 Grounding................................................................... ................ ......1.pages 16510 Lighting Fixtures.... ........................................................ ...... ............ .t.pages 16720 Fire Alarm System ...........................................................................4..pages Clallam County Project No. 620613CH Bid Documents - ADDENDUM 1 Table of Contents Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16000 - GENERAL ELECTRICAL PROVISIONS (Performance Specification) PART 1 - GENERAL 1.1 SECTION INCLUDES A. This Section is specifically applicable to the Basic Electrical Requirements, in addition to Division 01 - General Requirements. B. The General Conditions and General Requirements (Division 01) apply to this Section. C. This Section also includes provisions from Sections 16050, 16110, 16120, 16140, 16450, 16510 and 16720. 1.2 DESCRIPTION A. A completed operating installation of all electrical systems specified and required shall be provided. All installations shall be in strict compliance with the Specifications, Drawings, General Conditions and Contract Terms, all applicable current State and Local Codes and Ordinances. In case of conflicts, the quality deemed best by the Owners Representative, will govern. B. This Work is Design/Build. 1.3 SCOPE OF WORK A. Contractor shall provide lighting, power, fire alarm systems design, low voltage security conduit, labor and material construction services associated with the demolition and remodeling of the existing Jail Administration Area. Reference Architectural drawings for Area of Work. B. A State of Washington Licensed Supervising Electrician whom complies with State of Washington Requirements shall provide the Electrical design. C. Refer to Architectural and Electrical Drawings for some required equipment, fixtures, etc. D. Contractor is to submit and obtain approval from Washington State Bureau of Labor and Industries. Contractor is responsible for paying all costs for obtaining permit. 1.4 DRAWINGS A. Prepare and submit electrical floor plans to the Architect on reproducible bond Architectural 22" x 34" drawings after gaining approval from Washington State Bureau of Labor and Industries. Submit drawings on a disc in electronic format using AutoCAD version 2000. Show all details legibly and neatly. Architect to provide floor plan in electronic format for Contractors use. B. Prior to final acceptance of this Work the Contractor shall submit the following to the Architect: Clallam County Project No. 620613CH Bid Documents - ADDENDUM 1 General Electrical Provisions 16000 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Electrical Design Drawings. 2. Record Drawings. 3. Operating and Maintenance Manuals. 4. Certificates of Code Authority Acceptance. 5. Contractors' Labor and Material Warrantees. 6. Other project documentation specified herein. 1.5 CODES AND PERMITS A. This Work shall comply with the latest Rules and Regulations of the State and Local Authorities Having Jurisdiction, National Electrical Code, International Fire and Building Codes. B. Obtain and pay for all required permits, plan check charges and certificates. Deliver Certificates of Acceptance from the Code-Enforcing Authorities to the Architect. 1.6 COOPERATION WITH OTHER CRAFTS A. Cooperate with other crafts (or contracts) as may be necessary for the proper execution of this Work. B. Coordinate with security I low voltage vendor. Provide and install 1-inch diameter conduit for all devices indicated in Drawings. 1.7 INSPECTION, OBSERVATION AND TESTS A. Provide one (1) journeyman, tools, meters, instruments and other test equipment required to properly complete the Work. Contractor to remove and replace trims, covers, fixtures, etc., and test materials, systems, methods and Workmanship in the presence of the Architect for final review at completion of this Work. 1.8 GUARANTEE AND CLEAN-UP A. Keep tools and materials in an orderly manner throughout the construction period. Upon completion of this Work; remove all excess materials, tools, dirt and debris from the job site. Leave the entire electrical system installed under this Work in clean, dust-free and proper Working order. B. C. D. E. 1.9 A. Without additional charge, replace any Work or material, which develops defects, except from abuse, within one (1) year from acceptance unless otherwise noted. Lamp guarantee is from date of Architect occupancy or acceptance, six (6) months for fluorescent and H.I.D. lamps. Labor for lamp installation is to be provided by the Contractor for a thirty (30) day period. SPREAD OF FIRE OR PRODUCTS OF COMBUSTION Electrical installations in hollow spaces, vertical shafts and ventilation or air-handling ducts shall be so made that the possible spread of fire or products of combustion will not Clallam County Project No. 620613CH Bid Documents - ADDENDUM 1 General Electrical Provisions 16000 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION be substantially increased. Openings around electrical penetrations through fire resistance rated walls, partitions, floors or ceilings shall be fire stopped. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents - ADDENDUM 1 General Electrical Provisions 16000 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) PART 1 - GENERAL 1.1 PRODUCT DELIVERY AND STORAGE A. Scratched, marred or deformed materials will not be accepted. B. Fixtures, material or equipment in wet cartons or boxes, stored in or exposed to rain, water, dust, dirt or snow are not acceptable. 1.2 APPROVAL OF MATERIALS A. Electrical materials shall be of the type and quality indicated, new, listed by the Underwriters' Laboratories, and shall bear their label wherever standards have been established and they regularly furnish label service. 1.3 MANUFACTURER A. Like items shall be from one manufacturer; i.e., fixture types, switches, receptacles, breakers, panels, etc. 1.4 OPERATING AND MAINTENANCE MANUALS A. Prior to completion of the job and before final payment, the Contractor shall furnish the Architect three (3) sets of operating and maintenance brochures for equipment installed. Operating and maintenance brochures shall include descriptive and technical data, maintenance and operation procedures, wiring diagrams, spare parts lists, service representative, supplier for replacement parts, etc. B. Assemble data into individual sets and bind into plastic-covered, hard backed, loose- leaf binders arranged for side binding. Segregate respective items into related groups (starters, fixtures, etc.) and provide index tab for each group. C. At the completion of project, and at a time scheduled by the Architect, assemble key mechanics, vendors, factory representatives and similar personnel required to explain all facets of maintenance and operation of the installed system to the operating personnel. Instructions shall include actual operation of systems and methods of maintenance. D. Provide all incidentals, hangers, brackets, supports, framing, backing, signal transformers, relays, etc. required to complete the system or systems, in a safe and satisfactory Working condition, shall be provided and installed as part of this Work. E. All openings associated with this Work shall be seated with EPO-TEC product number 200. 1.5 ELECTRICAL IDENTIFICATION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Basic Electrical Materials and Methods 16050 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION A. Provide Raychem ShrinkMark system Cable Markers. B. Nameplates shall be engraved three-layer laminated plastic, white letters on black background. 1.6 WIRING METHOD A. Wiring throughout area shall be metallic concealed raceway system with flush mounted outlets, cabinets, panels, etc. B. All Work shall be executed in a Workmanlike manner and shall present a neat and mechanical appearance upon completion. C. Cable and tree all wiring in panels, enclosures, and cabinets; for power, and signal. Use plastic ties in panels, enclosures, cabinets, and all open cable or wire installations. D. Wet, and Damp Location: Comply with Code requirements. E. Recondition or replace any damage to this Work or other crafts. F. Recessed cabinets mounted in firewalls to have fire-rated enclosures around them to match rating of wall they are recessed in. 1.7 ELECTRICAL DESIGN CRITERIA A. Branch circuit loading shall be as follows: 1. Convenience outlets shall be calculated based upon a minimum of 200 volt- amperes per device. A maximum of 1,400 volt-amperes per 20-ampere 120V branch circuit shall be used. 2. Maximum lighting load per 20-ampere 120V branch circuit shall not exceed 1,500 volt-amperes. B. Devices: 1. Electrical device locations are indicated on the Architectural and Electrical Drawings. 2. Branch circuits requiring extending and demolition shall be documented on Design/Build Drawings. C. Lighting and Controls: 1. The lighting system shall be designed utilizing energy efficient fluorescent 32 watt T8, 3,000K, CRI 82 lamps. Ballasts shall be fused protected, electronic solid state, with THD less than 10%. 2. The average illumination level shall be designed at twenty (20) foot-candles thirty (30) inches above finished floor. 3. The lighting system shall be served from the existing standby emergency system. 4. The fixtures shall be recessed, security detention style, with built-in night-light, and shall be approved by the Architect. Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Basic Electrical Materials and Methods 16050 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5. Lighting control design shall be from semi-flush ceiling mounted ultrasonic occupancy sensors. Sensors shall be time-delay adjustable (15 seconds to 15 minutes), and shall provide exhaust fan on/off control. D. Fire Alarm: 1. System design modifications shall be made in compliance with Local Fire Marshal approval. a. Fire alarm system for Project Area is to be separate zone as required by Fire Marshal. E. Construction Documents: 1. Provide neat, legible design scaled drawings to the Architect. Drawing to include symbol schedule, power, lighting, and fire alarm system wiring details. 2. The electrical devices will be shown on the drawings circuited with home runs to respective panels. The phase conductor shall be shown as small line, the neutral conductor shall be shown as a larger line, and the ground conductor shall be shown as in figure 1. -+tt- Figure 1 3. There shall be a lighting floor plan with fixtures, controls, and branch circuiting shown. 4. There shall be one power and signal floor plan with device and fire alarm branch circuiting shown. 5. Provide symbol, fixture, and panel schedules on the drawings. 6. Provide lighting calculations either attached to the drawings or on 8 1/2" X 11" paper. 7. Record Drawings shall show all fixtures with types and all electrical devices with circuit numbers. 1.8 LOCATION AND INSTALLATION A. Distance of device outlet boxes above finished floor shall comply with ADA Disabilities Act, and at locations approved by the Architect. 1.9 ELECTRICAL IDENTIFICATION A. Degrease and clean surfaces to receive nameplates and tape labels. B. Install nameplates and tape labels parallel to equipment lines. C. Secure nameplates to equipment fronts using screws, rivets, or adhesive. Secure nameplate to inside face of recessed panel board doors in finished locations. D. Install branch circuit tape labels inside duplex receptacle finish plates. 1.10 NAMEPLATE ENGRAVING SCHEDULE Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Basic Electrical Materials and Methods 16050 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION A. Provide nameplates to identify all electrical power distribution, fire alarm, and receptacles. Letter Height shall be 1/4 inch for main distribution panel, panel boards, and disconnect switches, and 1/8 inch for all other equipment. 1.11 WIRE IDENTIFICATION A. Provide wire markers on each conductor at load connections, panel boards, pull boxes, enclosures, and cabinets. 1.12 SUPPORTS A. Conduits shall be supported from the structure. Penetration of roof deck is not permitted for hangers, clamps, etc. Provide metal conduit, pipe hangers/supports, and straps. Supports to provide (5) times ultimate weight of equipment to be supported. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Basic Electrical Materials and Methods 16050 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16110 - CONDUITS, RACEWAYS, BOXES AND FITTINGS (Performance Specification) PART 1 - GENERAL 1.1 CONDUITS AND SURFACE METAL RACEWAY SYSTEMS A. Provide Raceways and Conduits of specified types for all Electrical System Wiring. All Fittings, Boxes, Hangers and Appurtenances shall be included. B. Manufacturer: Triangle, National, Allied, Carlon, Greenfield or approved. 1. Zinc coated Steel Electrical Metallic Tubing (E.M.T.). 2. Galvanized, interlocked Steel, flexible metallic Conduit and liquid-tight. 1.2 FITTINGS A. Manufacturer: Appleton, Efcor, Midwest, Raco, T & B, Steel City or approved. 1. Threaded, insulated throat or plastic Bushings. 2. Insulated grounding Bushings. 3. Flex Connectors shall be malleable squeeze type. 4. E.M.T. Steel Set Screw Connectors and/or Couplings. 1.3 FASTENERS A. Manufacturer: Caddy, Minerallac or approved. 1. Con clips for support of Thin-wall Conduit or flexible metallic Conduit. 2. Conduit Clips for support of Conduit outside Beams. 3. EMT two hole Straps for support of Conduit from structure. 4. EMT Jiffy Clips for support of Flex Conduit. 1.4 BOXES A. Manufacturer: Raco, Steel-City, Bell, Hubbell, Appleton or approved. 1. Galvanized stamped steel with screw ears and knock out plugs, mounting type as required, 4" W x 1 1/2" D minimum. 2. Boxes exposed to weather and installed in contact with earth shall be cast iron alloy with gasketed screw cover and watertight hubs. 3. Solid gang box covers single, double as required and 3/4 inch. 4. Boxes exceeding 4 - 11/16 inch square shall be welded steel construction with screw cover. 5. Mud ring depth to be coordinated with finished materials depth. 1.5 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Conceal all Conduits in finished spaces. Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Conduits, Raceways, Boxes and Fittings 16110 - Page 1 ~ ClAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. All conduits are to be securely supported and fastened at six (6) foot intervals and within eighteen (18) inches of every outlet, ell, and panel termination. Conduit runs, which are grouped together or larger than 1-1/4 inch, are to be supported from building structure by Kindorf or Unistrut steel channel. C. Conduit may be sized to the minimum National Electric Code. Minimum conduit trade size shall be 1/2 inch. D. Maintain minimum 6-inch clearance between conduit and piping. Maintain 12-inch clearance between conduit and heat sources such as flues, and heating appliances. E. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay-in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers. 1.6 CONDUIT INSTALLATION A. Flexible metal conduit shall be installed at ventilating equipment. B. All conduits shall be cut square, reamed smooth, and with all fittings drawn up tight. C. Jacket flexible metal conduit shall be installed at locations exposed to weather or damp areas. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Conduits, Raceways, Boxes and Fittings 16110 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16120 - CONDUCTORS AND CONNECTORS (Performance Specification) PART 1 - GENERAL 1.1 CONDUCTORS A. Manufacturer: Anaconda, Triangle, Hatfield, Rome or approved. B. All Branch Circuit and Feeder Conductors shall be 600-volt insulation, Copper soft drawn. C. Insulation types approved shall be THW, THHN, and THWN. Number 8 and larger shall be stranded Class B. D. The minimum Conductor size shall be number 12 AWG unless otherwise specified herein. E. Color-code all Feeder and Branch Circuit Conductors in a consistent phase-to-phase manner. Phases A-B-C left-to-right and phases A-B-C top-to-bottom. F. Color coding of conductors: Phase-to-Phase Volta e Phase A Under 250-volts Black 1.2 CONNECTORS A. Branch Circuit Connectors shall be Scotch-Lok, Ideal Wire Nut, and Scotch 3M or approved. 1.3 CABLE SPLICES A. Split-bolt, compression terminal, tool applied sleeves, Burndy, Kearney or approved. B. Vinyl plastic electrical tape, flame-retardant, equal to Scotch #33 or approved. C. Termination lugs for number 12 AWG conductors and/or smaller shall be spade-flared tool applied. 1.4 GENERAL WIRING METHODS A. Use no wire smaller than 12 A WG for power and lighting circuits, and no smaller than 14 AWG for control wiring. B. Use 10 A WG conductors for 20 ampere, 120-volt branch circuit home runs longer than 75 feet. C. Place an equal number of conductors for each phase of a circuit in same raceway. Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Conductors and Connectors 16120-Page1 1-- CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. E. F. 1.5 A. B. C. Splice only in junction or outlet boxes. Neatly train and lace wiring inside boxes, equipment, and panel boards. Make conductor lengths for parallel circuits equal. CABLE INSTALLATION Provide protection for exposed cables where subject to damage. Use suitable cable fittings and connectors. Conductors routed through fluorescent fixtures, mounted in a continuous row shall have an insulation rating not less than 900 Celsius. Conductors shall be rated as fixture wire. 1.6 WIRING CONNECTIONS AND TERMINATIONS A. Make splices, taps and terminations to carry full capacity of conductors without perceptible temperature rise. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Conductors and Connectors 16120 - Page 2 Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16140 - WIRING DEVICES AND PLATES (Performance Specification) PART 1 - GENERAL 1.1 MATERIALS A. Wiring Devices shall be specification grade, Ivory color. B. Acceptable grade Devices to those specified will be Pass & Seymour, leviton, Hubbell or equal. All Lighting Switches and Duplex Receptacles installed shall be of the same Manufacturer and have identical appearance. C. Receptacles: 1. Duplex 20 ampere, 3-wire, 2-pole Grounding. Hubbell 5362 series, Leviton 5362 series or equal. 1.2 INSTALLATION A. Install wall switches with OFF position down. B. Install wall mounted convenience receptacles grounding pole on bottom. C. Install devices and wall plates flush and level. D. Devices and Finish Plates shall be installed, plumb with Building lines. Finish Plates and Devices shall not be installed until final painting is complete. Scratched or splattered Finish Plates and Devices will not be accepted. E. Receptacles shall be tested for polarity. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Wiring Devices and Plates 16140 - Page 1 I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16450 - GROUNDING (Performance Specification) PART 1 - GENERAL 1.1 SYSTEM DESCRIPTION A. Ground equipment enclosures, exposed non-current carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, and duplex receptacle grounds. 1.2 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Grounding 16450 - Page 1 ClAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16510 - LIGHTING FIXTURES (Performance Specification) PART 1 - GENERAL 1.1 ACCESSORIES A. Fluorescent lamps and Ballasts: 1. Provide 5 percent lamp spares and 2 percent ballast spares. 1.2 MANUFACTURERS A. See Light Fixture Schedule. B. lamps: General Electric, Norelco, Sylvania or approved. 1. Fluorescent: F32T8 R.S., 32 watt. C. Ballasts: 1. Solid-state electronic with less than 10% THO. Thermal protection Class P. Advance, Magnetic, or approved. 1.3 INSTALLATION A. Install lamps in fixtures. B. Install recessed fixtures to permit removal of lamps from below. C. Coordinate installation of Fixtures with other trades to avoid conflicts. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Lighting Fixtures 16510 - Page 1 l CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 16720 - FIRE ALARM SYSTEM (Performance Specification) PART 1 - GENERAL 1.1 SCOPE A. Furnish and install new equipment compatible with the existing fire alarm system. 1.2 REQUIREMENTS A. System equipment shall be UL, and FM listed. B. Fire alarm system and installation shall comply with International Fire Code. 1.3 OPERATION A. The sub-system shall independently processes local fire alarms reported by the devices properly connected to it and properly programmed and shall annunciate in the manner described in 0 thru I below. B. The new sub-system shall communicate via digital multiplexing techniques over the data communication network to the existing MFACP, which shall have the Owner selectable capability to: 1 . Report alarms and trouble by specific device in their respective areas of coverage, or 2. Report alarms and trouble by area of coverage only C. The new fire alarm control panel shall incorporate circuitry to provide self-diagnostic procedures and to continuously monitor communications and data processing operations. The MFACP shall supervise and monitor communications with the local FACP. O. The activation of a manual station, heat detector, smoke detector, or any other approved initiating device, anywhere in the system, connected to its proper monitor point and properly addressed, shall cause the following operations: 1. Identify the area in alarm on the liquid crystal display on the door of the MFACP with the assigned English language message and cause a common "alarm" LED to flash and sound a local tone. 2. Identify the device in alarm on the liquid crystal display on the door of the local FACP connected to the point in alarm with the assigned English language message, causing a common "alarm" LED to flash and sound a local tone. 3. Identify the area in alarm on the main remote liquid crystal display at the building entrance vestibule with the assigned English language message and sound a workstation alarm. 4. Activate audible and visual evacuation signals. Also activate the weatherproof horn/strobe mounted outside the building in which the alarm occurs. 5. If the activating device is a duct detector, signal the respective air handling units via interfacing relays to shut down the air handling equipment and operate individual smoke dampers 6. Activate Central Reporting circuit from the MFACP as directed E. A trouble condition shall be indicated on the liquid crystal displays at the corresponding local Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Fire Alarm System 16720 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION annunciator and local FACP and the MFACP: 1. Removal of a smoke detector from its base 2. An open or short in the field wiring of any circuit 3. Removal of a control module 4. Loss of primary power 5. A ground fault on any detector or audible/visual circuit or DC power line within the system 6. Loss of battery or auxiliary power 7. Manual fan shutdown through the fire alarm system 8. Failure of a self-diagnostic test 9. Failure of system communications or processing F. Trouble conditions shall be indicated at the locations noted above by a distinct visual and audible signal, which shall differentiate trouble and supervisory conditions. The control unit audible signal shall be capable of being momentarily silenced with a silence switch at each annunciator location. The silenced trouble or supervisory signal shall sound again upon restoration of the system to normal. When restored to normal the following English message shall appear on all liquid crystal displays: "System Nonnal" G. Alann notification signals shall be capable of being silenced by opening the FACP or MFACP and operating the proper acknowledge switch. An acknowledge switch shall also be operable from the local liquid crystal annunciator for the sub-system. Operation of this switch will silence the signals only. The displays shall indicate that the alarm has been so silenced. Operation of this switch will not turn off the visible portion of the alarm notification signals; this shall only be accomplished through the operation of the reset switch. Subsequent activation of any initiation device shall reactivate the notification signals. Restoring the initiating device to normal will permit operation of the reset switch at the liquid crystal display at the FACP, the MFACP, and the local liquid crystal display, thereby placing the system back to normal. H. All liquid crystal displays (at the FACPs and local annunciators) shall indicate the following information relative to the alarm or abnormal condition of any corresponding point in the subsystem. 1. 42 character custom location label 2. Type of device (smoke, pull station, water flow, etc.) 3. Print status (alarm, trouble, supervisory) I. Alarm, supervisory and trouble conditions shall be available for chronological review on all liquid crystal displays. J. System operation shall be powered from the primary building power system. Sealed, automatically charged. maintenance-free batteries shall provide secondary (backup) power sufficient for sixty (60) hours of system operation followed by five (5) minutes of alarm. Batteries shall automatically recharge to 80 % of full charge within 8 hours of restoration of nonnal primary power. 1.4 QUALIFICATIONS A. Installer: Company specializing in fire alarm with five (5) years documented experience. 1.5 SUBMITTALS Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Fire Alarm System 16720 - Page 2 I- I -I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION A. Submit product data. Provide wiring diagrams, data sheets, and equipment ratings, layout, dimensions, and finishes. B. Submit manufacturer's installation instructions. Submit manufacturer's certificate indicating system meets or exceeds specified requirements. 1.6 PROJECT RECORD DRAWINGS A. Submit documents and include location of end-of-Iine devices, cable routing. 1.7 OPERATION AND MAINTENANCE DATA A. Submit data. Include operating instructions, and maintenance and repair procedures, and parts list. 1.8 INSTALLATION A. Install system in accordance with manufacturer's instructions. . B. All wiring shall be installed in compliance with the provisions of the National Electric Code-Article 760A and C, Power-limited Fire Protective signaling Circuits. Metallic raceway shall be installed at all flush boxes for manual alarm stations, and fire alarm bells, and below eight (8) feet from finished floor. C. Junction boxes shall be painted red and labeled "FIRE ALARM". 1.9 FIELD QUALITY CONTROL A. Test in accordance with NFPA 72H and local fire department requirements. 1.10 MANUFACTURER'S FIELD SERVICES A. Provide manufacturer's field services. B. Include services of certified technician to supervise installation, adjustments, final connections, and system testing. 1.11 FIRE ALARM WIRE AND CABLE COLOR CODE A. Provide fire alarm circuit conductors with color coded insulation and in each junction box as follows: 1. Power Branch Circuit Conductors: Red, white. 2. Initiating Device Circuit: Red. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Fire Alarm System 16720 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION END OF SECTION Clallam County Project No. 620613CH Bid Documents- ADDENDUM 1 Fire Alarm System 16720 - Page 4 I I I I I I I I I I I I I I I I I I I I Project Manual Bid Document Specifications County Number 620613CH J -,,".. \ ~ -... .... ~ o :::J - r-..I CLALLAM COUNTY CORRECTIONAL FACILITY --\ PHASE I RENOV A TION Port Angeles, Washington Prepared for: J'...J Clallam County I Parks, Fair & Facilities Division ~ Port Angeles, Washington \jJ \'T .....c } Prepared by: Robert Glass & Associates, Inc. ~. P.O. Box 28097 Spokane, W A 99228 (509) 468-8320 R etA , I L _ I I I I I I I I I II I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION CREDIT PAGE Board of County Commissioners · Stephen P. Tharinger - Chair · Michael C. Chapman · Howard V. Doherty, Jr. · Jim Jones, Jr., County Administrator Clallam County Sheriff's Office · William L. Benedict, Sheriff · Ron Sukert, Superintendent Clallam County Public Works Department · Craig Jacobs, Director . Joel Winborn, Division Manager - Parks, Fair & Facilities Division Prepared By: Prime Architect Robert Glass & Associates, Inc. P.O. Box 28097 Spokane, WA 99228 T - 509.468.8320 F - 509.279.0882 t')175 REGISTERED ARCHITECT .- ~ Ai' 1"1 _Ai? !/ I/! II (/.L://jw~(')1);J <-A.r'~ WILLIAM ROBERT GLASS STATE OF WASHINGTON Associate Architect Beaman Architecture, L TO P.O. Box 86038 Portland, OR 97286 Mechanical Engineer Meulink Engineering 1325 W. 1st Avenue; Suite 304 Spokane, WA 99204-0552 OCPlRES 11/19/08 Structural Engineer Madden & Baughman Engineering, Inc. 2632 SE 25th Ave., Suite G Portland, OR 97202 I &;llrM 01117/ 06 Clallam County Project No. 620613CH Bid Documents Credit Page Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION CLALLAM COUNTY PARKS, FAIR & FACILITIES DEPARTMENT NOTICE OF CALL FOR BIDS SEALED BIDS will be received by the Board of Clallam County Commissioners at 223 East Fourth Street, Room 150, Port Angeles, Washington until 1 0:00 a.m. (Board of Commissioners Clock), Tuesday, October 30,2007, at which time they will be publicly opened and read aloud for: Clallam County Correctional Facility - Phase I Renovations Complete drawings and specifications may be obtained from Pen Print, 230 A East 1 st Street, Port Angeles, WA 98362; (360-457-3404). All bidding and related questions should be directed to Bob Glass, Robert Glass & Associates, Inc. via email or fax at bobg@rga-inc.com or 509.279.0882. The sealed bids must be clearly marked on the outside of the envelope, "Clallam County Correctional Facility; Phase I Renovation". Address bid proposal to: Board of Clallam County Commissioners, 223 East 4th Street, Suite 4, Port Angeles, Washington 98362 or hand-deliver to 223 East 4th Street, Room 150, Port Angeles, Washington. Bid documents delivered to other offices and received late by the Commissioner's Office will not be considered nor will bids received by facsimile or e-mail. Clallam County will determine the lowest responsible bidder in accordance with the terms of Clallam County Code Section 3.12 and further reserves the right to reject any or all bids received, or to accept the bid which in its estimation best serves the interests of Clallam County or to waive informalities in the bidding. Clallam County hereby notifies all that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined in Title VI of the Civil Rights Act of 1964 at 49 CFR Part 23 will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Construction Timeframe: 213 Calendar Davs There will be a mandatory on-site walk-through conducted Wednesday, October 10, 2007 at 10:30 a.m. Bidders should meet at the County Courthouse, 223 East 4th Street, Port Angeles, WA Health & Human Services Conference Room (#053) for the Facility tour and meeting. Date: BOARD OF CLALLAM COUNTY COMMISSIONERS Stephen P. Tharinger - Chair ATTEST: Please publish: 9-30-07 and 10-7-07 (PDN) Trish Holden,CMC-Clerk of the Board Approved as to Form: Deputy Prosecuting Attorney END OF SECTION Clallam County Project No. 620613CH Bid Documents 00020 - Notice of Call for Bids Page 1 I I I I I I I I I II I I I I I I I I I I I I I I I I II II I I II I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION TABLE OF CONTENTS CREDIT SHEET DIVISION #0 . BIDDING AND AWARD REQUIREMENTS 00020 Notice of Call for Bids............................................................................ 00100 I nstructions to Bidders........................................................................... 00300 Bid Proposal Form......................................................................... ........ 00350 Subcontractor Listing............................................................................. 00400 Supplemental Bid Forms....................................................................... 00500 Form of Agreement Between Owner and Contractor........................... 00600 General Conditions of the Contract....................................................... Washington State Prevailing Wage Rates for Clallam County............. DIVISION #1 . GENERAL REQUIREMENTS 01100 Summary.............................. ..... ................... .......... ................................ 01250 Contract Modification Procedures.................................:........................ Architects Supplemental Instructions (Form)...... .................... ............... Contract Administration Change Order (Form)...................................... 01290 Payment Procedures.............................................................................. Application and Certification for Payment (Form)................................... Application and Certification for Payment (Form)................................... 01310 Project Management and Coordination... ...... ............. ............. ........... ..... Request for Interpretation (Form)............................................................ 01315 Electronic Media Provisions.................................................................... Electronic Media Release (Form)........................................................... 01320 Construction Progress Documentation................. ........... ......... .............. 01330 Submittal Procedures............................................................................. Contract Administration Transmittal Letter (Form).................................. Contract Administration List of Subcontractors (Form)........................... 01400 Quality Requirements............................................................................. 01420 References..................... ........................ ......................... ....................... o 1500 Temporary Facilities and Controls.......................................................... Project Sign (Drawing). ..... ........ ...... .... ........ .... ........... ...... ...... .... ..... ........ 01600 Product Requirements......... .................. ................................................. Substitution Request (Form)...................:............................................... 01700 Execution Requirements......................................................................... 01731 Cutting and Patching.......... ............ ........... .............................................. 01732 Selective Demolition........................................................ .................. ...... 01770 Closeout Procedures.............. ..................... ........................... ................. Contractors Punch List (Form)................................................................ DIVISION #2 - SITEWORK Not Used 1 page 7 pages 3 pages 1 page 5 pages 3 pages 19 pages 9 pages 5 pages 2 pages 1 page 1 page 5 pages 1 page 2 pages 8 pages 1 page 2 pages 1 page 8 pages 1 0 pages 1 page 1 page 7 pages 15 pages 7 pages 1 page 8 pages 1 page 7 pages 4 pages 6 pages 7 pages 1 page DIVISION #3 - CONCRETE 03300 Cast-in-Place Concrete........................................................................... 14 pages 03542 Hydraulic-Cement-Based Underlayment ............................................... 4 pages Clallam County Project No. 620613CH Bid Documents Table of Contents Page 1 Bid Documents Table of Contents Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #4 - MASONRY 04810 Unit Masonry Assemblies..... .............. ......... ..................... .... ................... 13 pages DIVISION #5 - METALS 05500 Metal Fabrications..... ......... .... ..... ..... ..... ........ ....... .... .......... ...... ................ 9 pages DIVISION #6 - WOOD AND PLASTIC 06100 Rough Carpentry...... ...... ............ ......... ...... ................... .......... ............ ....... 6 pages 06400 Interior Architectural Woodwork .............................................................. 6 pages DIVISION #7 - THERMAL AND MOISTURE PROTECTION 07841 Through-Penetration Fire-Stop Systems.................................................. 8 pages 07920 Joint Sealants........... ..... ..................... ......................... ............................. 10 pages 07930 Security Sealant....................................................................................... 5 pages DIVISION #8 - DOORS AND WINDOWS 08000 Door Schedule....... ............... .......... ......................... ....... .............. ........... 2 pages 08712 Security Screws........... ........... .................... ...................................... ....... 3 pages DIVISION #9 - FINISHES 09000 Room Finish Schedule............................................................................. 2 pages 09111 Non-Load-Bearing Steel Framing ........................................................... 6 pages 09220 Portland Cement Plaster.......................................................................... 6 pages 09310 Ceramic Tile.... ........ ............. .............. .......... ....................... ........... ...... .... 8 pages 09512 Acoustical Panel Tiles.......... ............... ........... ................. ........... ...... ....... 8 pages 09652 Sheet Vinyl Floor Coverings ................................................................... 5 pages 09653 Resilient Wall Base and Accessories...................................................... 5 pages 09900 Painting.............. ........ .................. ........ ..... .......................... ........ ............ 12 pages DIVISION #10 - SPECIALITIES 10522 Fire Extinguisher Cabinets....................................................................... 5 pages 10523 Fire Extinguishers.. ....... ...... .... ......... ........... ....................... ....... ................ 3 pages 10812 Detention Toilet Accessories... .... ................... ................... ........... .... ........ 7 pages DIVISION #11 - EQUIPMENT 11900 Detention Equipment General Requirements........................................... 9 pages 11901 Detention Equipment Doors and Frames................................................. 15 pages 11902 Detention Equipment Hardware............................................................... 9 pages 11908 Detention Equipment Security Glazing.................................................... 10 pages 11915 Detention Equipment Security Electronics ............................................. 13 pages DIVISION #12 - FURNISHINGS 12484 Floor Mats and Frames .......................................................................... 2 pages DIVISION #13 - SPECIALITIES Not Used DIVISION #14 - CONVEYING DEVICES Not Used Clallam County Project No. 620613CH I --- ----- I I i I II I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #15 - MECHANICAL 15000 General Provisions...... ...... ............................. ..................... .... ............ ..... 14 pages 15050 Basic Materials and Methods................................................................... 8 pages 15055 Motors... ............... ...................... ............. ........ ...... ....... ........ .................... 5 pages 15060 Hangers & Supports................................................................................. 9 pages 15075 Mechanical Identification.. ........................................................................ 5 pages 15080 Mechanical Insulation............................................................................... 23 pages 15110 Valves....... ............... ..................................... ............. .............. ........... ...... 7 pages 15122 Meters and Gauges ................................................................................. 5 pages 15140 Domestic Water Piping............................................................................. 6 pages 15145 Domestic Water Piping Specialties........................................................... 6 pages 15150 Sanitary Waste and Vent Piping............................................................... 6 pages 15155 Sanitary Waste Piping Specialties............................................................ 7 pages 15300 Fire Protection.................... ................. ....... ..................... ........... ........ .......15 pages 15410 Plumbing Fixtures...................................................................................... 8 pages 15763 Heat Pump Units........................................................................................ 5 pages. 15815 Metal Ducts................. ........ ................... ...................................... ...............5 pages 15820 Duct Accessories................... ..... ......... ......................... .............................. 9 pages 15855 Diffusers, Registers & Grilles..................................................................... 2 pages 15950 Testing, Adjusting and Balancing................................................................ 9 pages Clallam County Project No. 620613CH Bid Documents Table of Contents Page 3 Bid Documents Instruction to Bidders 00100 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. Bidding Requirements include Advertisement and Notice of Call for Bids, Instructions to Bidders, Bid Forms, Sample Contract Forms, and Supplementary Instructions. Contract documents consist of Agreement or Contract Form between Owner and Contractor, Conditions of the Contract including General, Supplementary, Drawings, Plans, Specifications and all Addenda issued prior to execution of the Contract. 1.2 Addenda are written or graphic instructions issued by the Owner or Owner's representative Architect, which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. 1.3 A Bid is a properly completed and signed proposal to do the work for sums stipulated and submitted in accordance with the Bidding Documents. 1.4 The Base Bid is the sum stated in the Bid for which Bidder offers to perform work described as the base to which work may be added or deleted for sums stated in Alternate Bids. 1.5 An Alternate Bid is an amount stated in the Bid to be added or deducted from the Base Bid if Alternate work is accepted. 1.6 A Bidder is person or entity who submits a Bid. 1.7 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of work. ARTICLE 2 BIDDER'S REPRESENTATION 2.1 By making a Bid, the Bidder represents that the Bidder has visited the site and become familiar with local conditions under which the work is to be performed, has read and understands all Bidding and Contract Documents, and correlated personal observations with the requirements of the proposed contract documents. Site visits shall be as stated on Notice of Call for Bids. 2.2 The Bid is based upon materials, equipment, labor and systems required by the Bidding Documents without exception. Clallam County Project No. 620613CH I. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 3 MANDATORY PRE-BID CONFERENCE 3. 1 A Mandatory Pre-Bid Conference will be conducted at 10:30 AM on Wednesday, October 3,2007. Bidders submitting proposals are required to meet with the Owner and Architect at the Clallam County Health & Human Services Conference Room (Room 053), a tour will take place first followed by a Pre-Bid Conference. Mechanical and Electrical subcontractors who will provide bids are encouraged to attend. ARTICLE 4 BIDDING DOCUMENTS 4.1 Bidders may obtain complete sets of Bidding Documents from the company designated in the Advertisement or Notice of Call for Bids, at a $100.00 refundable charge, upon return within 10 days after bid date. After that date no deposit will be refunded. Makes checks payable to "Clallam County". Each set consists of (2) each specifications (Volume J & Volume II) and Drawings. Upon return within 10 days 4.1.1 Bidders shall use complete sets of Bidding documents in preparing Bids; neither Owner nor Owner's representative Architect assumes responsibility for errors or misrepresentations resulting from use of incomplete Bidding Documents. 4.1.2 In making copies of the Bidding Documents available, the Owner and/or Owner's representative Architect, do so for the purpose of obtaining Bids and do not confer a license or grant permission for any other use of the Bidding Documents. 4.2 Interpretation or correction of Bidding Documents 4.2.1 The Bidder shall carefully examine the Bidding Documents, examine the site and local conditions, and compare them with other work being bid concurrently or presently under construction to the extent that it relates to work being Bid, and shall at once report to the Owner and/or Owner's representative Architect errors, inconsistencies, or ambiguities discovered. 4.2.2 The Bidder and sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request to Owner and/or Owner's representative Architect at lease seven days prior to date of receipt of Bids. 4.2.3 Changes in the Bidding Documents will be made by Addendum and changes made in any other manner will not be binding and Bidders shall not rely upon them. 4.3 Substitutions 4.3.1 The materials, equipment, products described in the Bidding Documents establish a standard of function, dimension, appearance and quality to be met by any su bstitution. 4.3.2 No substitution will be considered prior to receipt of Bids unless written request for approval has been received by Owner or Owner's representative Architect at least ten days prior to the date for receipt of Bids. Such requests shall include the name of the materials or equipment for which it is to be substituted and a complete Clallam County Project No. 620613CH Bid Documents Instruction to Bidders 00100 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the Work including changes in the work of other contractors that incorporation of the proposed substitution would require, shall be included. The burden or proof of the merit of the proposed substitution is upon the proposer. The Owner's decision of approval or disapproval of a proposed substitution shall be final. 4.3.3 If the Owner approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner. 4.3.4 No substitutions will be considered after the Contract award unless specifically provided in the Contract Documents. 4.3.5 Should any proposed product substitution require any redesign work by the Owner and/or Architect or his consultations to accommodate the substitute product, costs for such redesign work shall be included in the Bid amount and shall be paid to the Architect or Owner at his usual rates for the time expended in the required redesign work. ARTICLE 5 BIDDING PROCEDURES 5.1.1 Bids shall be submitted on forms identified to ones included in the Bidding Documents; shall have all blanks filled out in ink (typed or manually); with sums expressed in words and figures where indicated with words governing; and all alternates and unit prices bid. If alternates do not change Base Bid, enter "no change" . 5.1.2 Interlineations, alterations and erasures must be initialed by signer of the Bid. 5.1.3 Bid shall include legal name of Bidder and a statement that the Bidder is a sole proprietor, partnership, corporation or other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a Contract. A Bid by a corporation shall give the state of incorporation or corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder. Clallam County Project No. 620613CH Bid Documents Instruction to Bidders 00100 - Page 3 I I I I I I I I I I I I I I I I I I I I. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACI~ITY PHASE I RENOVATION . 5.2 Bid Security 5.2.1 If so stated in the Advertisement or Notice Call for Bids, or in Bidding Documents, each Bid shall be accompanied by a bid security in a.) cash, b.) cashier's check/money order, c.) certified check, or d.) Surety Bond in the amount of 5% of the total Bid amount. Bid security shall be in form required, pledging that the Bidder will enter a Contract with the Owner on the terms stated in Bid, and will furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Bid security of the lowest three Bidders may be retained by Owner for a period not to exceed 30 days following opening of Bids. All other Bidders' securities shall be returned within ten days of date of receipt of bids. Should Bidder fail to enter into a Contract or furnish bonds where required, the amount of Bid Security shall be forfeited to the Owner as liquidated damages, not as a penalty. 5.2.2 Surety Bond shall.,be written on required forms and the attorney-in-fact who executes the bond shall affix to the Bond a certified and cu"rrent copy of the power- of-attorney. 5.3 Submission of Bids 5.3.1 Bids, Bid Security and other documents required to be submitted with the Bid shall be enclosed in a sealed, opaque envelope marked with the notation "SEALED BID" with project name clearly marked on the outside of the envelope. The envelope shall be addressed to the party receiving Bids as identified in the Advertisement or Notice Call for Bids and include the Bidder's name and address. If Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with notation "SEALED BID ENCLOSED" and the project name on the face thereof. 5.3.2 Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after time and date will be returned unopened. The Bidders shall assume full responsibility for timely delivery at location designated for receipt of Bids. 5.3.3 Oral, telephone, telegraphic, or fax Bids are invalid and will not receive consideration. 5.4 Modification or Withdrawal of Bid 5.4.1 A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period of thirty days following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid. 5.4.2 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder or by telegram; if by telegram, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid. Clallam County Project No. 620613CH Bid Documents Instruction to Bidders 00100 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5.4.3 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these instructions to Bidders. 5.4.4 Bid Security, if required, shall be in an amount sufficient for the Bid as modified or resubmitted. ARTICLE 6 CONSIDERATION OF BIDS 6.1 Bids received on time and properly identified will be opened and read aloud at the Board of Commissioners meeting held immediately after the time and date for receipt of Bids as advertised in Notice Call for Bids. 6.2 The Owner shall have the right to reject any or all Bids, reject a Bid not accompanied by a required Bid Security or by other data required by the Bidding Documents, or reject a Bid which is in any way incomplete or irregular. 6.3 The Owner may determine that a Bidder is not responsible and reject his proposal for any of the reasons found in Clallam County Code 3.12. 6.4 Bid Award 6.4.1 It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive informalities or irregularities in a Bid received and to accept the Bid which, in the Owners judgment, is in the Owner's best interests. 6.4.2 The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. ARTICLE 7 POST-BID INFORMATION 7.1 Contractor's Qualification Statement - Bidders to whom award of a Contract is under consideration shall submit to the Owner or Owner's representative Architect, upon request, a properly executed Contractor's Qualification Statement in the form requested by the Owner. 7.2.1 Submittals - The Bidder shall, within three days of notification of selection for the award of a Contract, furnish the Owner or Owner's representative Architect in writing if not required to be included on the Bid Proposal Form: 1. Work to be performed by Bidders own forces 1. A complete list of sub-bidders or sub-contractors to be used to complete this project 3. Name of project superintendent or foreman to be used 4. Names of manufacturers, products, and supplies of principal items or systems proposed for the Work. Clallam County Project No. 620613CH Bid Documents Instruction to Bidders 00100 - Page 5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 7.2.2 Prior to award of the Contract, the Owner, or Owner's representative Architect, will notify Bidder if Owner has a reasonable objection to a person or entity proposed by Bidder. If Owner has objection, the Bidder may (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost, if any, occasioned by the substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of withdrawal or disqualification, the Bid Security will not be forfeited. 7.2.3 Persons and entities proposed by the Bidder and to whom the Owner has made no reasonable objection must be used on the work for which they were proposed and shall not be changed except with the written consent of the Owner. 7.2.4 A copy of Contractor's UBI Certification shall be submitted with the signed agreement. ARTICLE 8 PERFORMANCE AND PAYMENT BOND 8.1 Bond Requirements 8.1.1 The Bidder shall furnish bonds covering faithful performance and payment of all obligations and as described in the Bidding Documents and all bonds shall be paid for by the Bidder and costs shall be included in Bid. 8.2 Time of delivery and form of bonds 8.2.1 The Bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the Contract. If the Work is to be commenced prior thereto in response to a letter of intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Subparagraph 7.2.1. 8.2.2 Unless otherwise provided, the bonds shall be written on forms provided by Owner, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum plus sales tax. 8.2.3 The bonds shall be dated on or after the date of the Contract. 8.2.4 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. Clallam County Project No. 620613CH Bid Documents Instruction to Bidders 00100 - Page 6 Bid Documents Instruction to Bidders 00100 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 9 FORM OF AGREEMENT 9.1 Form to be used 9.1.1 The Agreement for the Work shall be the completed sample included in the Bidding Documents and shall be signed by the Bidder within ten days of notice by the Owner of award of Contract to the Bidder. END OF SECTION Clallam County Project No. 620613CH I I I I I I I I I I II CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00300 - BID PROPOSAL FORM CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION To: CLALLAM COUNTY PARKS, FAIR & FACILITIES DIVISION Submission of this bid proposal certifies that the Undersigned has examined the project site and the conditions of work; and has carefully read and thoroughly understands the Bidding Documents governing the work embraced in this project, and the method by which payment will be made for said work. The Undersigned hereby proposes to undertake and complete the work embraced in this project in accordance with said Bidding Documents and agrees to accept as payment for said work the amounts indicated below under Bid Proposal. The base bid shall include all work except that indicated in the Alternates. The Undersigned acknowledges that payment will be based on the actual work performed, as measured or provided for in accordance with the said contract documents; Base Bid, Alternates shall not include State of Washington Sales Tax. Appropriate sales tax is to be added to invoice amounts after award of bid. BID PROPOSAL BASE BID AMOUNT OF dollars ($ ALTERNATES: None CONTRACTOR'S CERTIFICATION OF BIDDING & CONTRACT DOCUMENTS I I I I I I I I By signing this form, the Contractor certifies that based on the Contractor's knowledge and review, that the Contractor finds the Bidding Contract Documents sufficiently complete and in sufficient detail to perform the work required. BID GUARANTEE (See Bid Bond Form attached) The Undersigned furnishes herewith a bid guarantee in the amount of 5% of the total Base Bid proposal lump sum amount and attaches same to the proposal. This bid guarantee warrants that the undersigned will not withdraw his proposal for a period of thirty (30) days after the scheduled closing time for the receipt of proposals, and that if this proposal is accepted, the undersigned will enter into a formal contract (prepared by the Owner) and that the required performance bond and payment bond will be given. In the event of the withdrawal of this proposal within the period stipulated above, or the failure of the undersigned to enter into a contract and give the required bonds, the undersigned will be liable to the Owner for the full amount of the bid guarantee as liquidated damages on account of the default of the undersigned. Clallam County Project No. 620613CH Bid Documents Bid Proposal Form 00300 - Page 1 Bid Documents Bid Proposal Form 00300 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION A proposal guaranty in an amount of five percent (5%) of the total bid, in the form as indicated below, is attached hereto: Check: ( ) CASH IN THE AMOUNT OF $ ( ) CASHIER'S CHECK/POSTAL MONEY ORDER $ ( ) CERTIFIED CHECK PAYABLE TO CLALLAM COUNTY $ $ ( ) PROPOSED BOND IN THE AMOUNT OF 5% OF THE BID $ NON-COLLUSION STATEMENT By signing this proposal, the Contractor certifies that he/she has not participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this project for which this proposal is submitted. NON-DISCRIMINATION The Contractor hereby agrees to not discriminate against any person on the basis of race, creed, political ideology, color, national origin, sex, marital status, sexual orientation, age or presence of any sensory, mental or physical disability. INDEPENDENT CONTRACTOR STATEMENT The Contractor certifies that services shall be furnished by the Contractor as an independent contractor and nothing herein contained shall be construed to create a relationship of employer/employee or master/servant, but all payments made hereunder and all services performed shall be made and performed pursuant to this Agreement by the Contractor. ADDENDA Receipt of Addenda(s) numbered , , ,is hereby acknowledged and all costs of the Work therefore have been included in the Bid Proposal. Clallam County Project No. 620613CH I I II I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION BIDDER NAME AND SIGNATURE The name of the Bidder submitting this proposal, the address and phone number to which all communications concerned with this proposal shall be made and the number which has been assigned indicating the Bidder is licensed to do business in the State of Washington are as follows: Firm Name: Address: Telephone ( ) Contractor's License No. Exp.Date The firm submitting this proposal is a: Sole Proprietorship Corporation Partnership The names and titles of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows: SIGNATURE OF AUTHORIZED OFFICIAL(S) (PROPOSAL MUST BE SIGNED) (Seal) FIRM NAME END OF SECTION Clallam County Project No. 620613CH Bid Documents Bid Proposal Form 00300 - Page 3 Bid Documents 00350 Subcontractor Listing Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00350 - SUBCONTRACTOR LISTING A. Submission of Subcontractor Information Pursuantto RCW 39.30.060; each Bidder shall be required to submit as part of their bid, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation and air conditioning, plumbing as described in chapter 18.106 RCW. and electrical as described in chapter 19.28 RCW. or to name itself for the work. The bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternate. Failure of the bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the bidder's bid nonresponsive and, therefore, void. The requirement of this section to name the bidder's proposed heating, ventilation and air conditioning, plumbing, and electrical subcontractors applies only to proposed heating, ventilation and air conditioning, plumbing, and electrical subcontractors who will contract directly with the general contractor submitting the bid to the public entity. Electronic facsimile (FAX) of this Subcontractors listing cannot be considered. Modifications may be made as described in "Modification of Withdrawal of proposals after Delivery". Subcontractors Listing shall be delivered to the Owner's representative appointed to receive bids, as set forth in the "Instructions to Bidders. Category Base Bid Subcontractor I General Contractor Detention Equipment Mechanical-HV AC Mechanical-Plumbing Electrical Security Electronics END OF SECTION Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00400 - SUPPLEMENTAL BID FORMS ARTICLE 1 - The Bid Bond format listed below shall be used by Bidders when submitting their Bid Bond. . KNOW ALL MEN BY THESE PRESENTS, that we (here insert full name & address or legal title of Contractor) as Principal, hereinafter called the Principal, and (here insert full name & address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding of Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the Prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 20 (Seal) (Principal) (Witness) (Title) (Surety) (Seal) (Witness) (Title) Clallam County Project No. 620613CH Bid Documents 00400 - Supplemental Bid Forms Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 2 - STATEMENT OF BIDDER'S QUALIFICATIONS When requested by the Owner, Contractor shall complete and submit the below information within three days of notification by Owner. 1. Name of Bidder: 2. Business Address: 3. How many years has said bidder been engaged in the contracting business under the present firm name? 4. Contracts now in hand (Gross Amount): 5. General character of work performed by said company: 6. List of more important projects constructed by said company, including approximate costs and dates: 7. List of company's major equipment: 8. Bank References: 9. Department of Labor and Industries Firm No.: 10. Department of Revenue Registration: Name of Bidder Title By Date ARTICLE 3 - STATEMENT OF PROPOSED SUB-CONTRACTORS AND MAJOR MATERIAL SUPPLIERS The Contractor shall submit a complete list of all major sub-contractor's as discussed in Section 00350 Clallam County Project No. 620613CH Bid Documents 00400 - Supplemental Bid Forms Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 4 - RETAINAGE INVESTMENT OPTION DECLARATION CONTRACTOR: PROJECT NAME: Clallam County Correctional Facility-Renovation & Expansion DATE: Pursuant to RCW 60.28.01 0, as amended, you may choose how your Retainage under this contract will be held and invested. Please complete and sign this form indicating your preference. If you fail to do so, the County will hold your Retainage as described in "Current Expense" Option 1 below: 1. Current Expense: The County will retain the money in its Current Expense Fund Account until thirty days following final acceptance ofthe improvement or work as completed. You will not receive interest earned on this money. 2. Interest Bearing Account: The County will deposit Retainage checks in an interest bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after the final acceptance of the improvement or work is completed, or until agreed to by both parties. Interest on the account will be paid to you. 3. Escrow/Investments: the County will place the Retainage checks in escrow with a bank or trust company until thirty days following the final acceptance to the improvement or work as completed. When the moneys reserved are to be placed in escrow, the County will issue a check representing the sum of the moneys reserved payable to the bank or trust company and you jointly. This check will be converted into bonds and securities chosen by you and approved by the County and these bonds and securities will be held in escrow. Interest on these bonds and securities will be paid to you as interest accrues. 4. The Contractor may at his/her option choose to not submit a performance bond and agrees to a 50% Retainage in lieu of a performance bond. Retainage to be released when Contract is complete and all paperwork submitted. (Pertains to projects under $25,000 ONLY) Retainage is normally released 30-40 days after final acceptance of work by the County, or following receipt of Labor and Industries Department of Revenue clearance, whichever takes longer. (Contractor's Signature) (Title) Clallam County Project No. 620613CH Bid Documents 00400 - Supplemental Bid Forms Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 5 - PERFORMANCE AND PAYMENT BOND FORM The Contractor will use AlA Document A312 Forms, as revised, as the acceptable forms when providing bonds. ARTICLE 6 - INDUSTRIAL INSURANCE PREMIUMS AND CONFESSION OF JUDGMENT 1. The contractor shall pay, and is responsible for payment of, all industrial insurance premiums that become due and payable to the Washington State Department of Labor and Industries (Department) pursuantto Title 51, RCW, whether such premiums are attributable to the contractor or its subcontractors. 2. In the event that Clallam County is required to make industrial insurance premiums to the Department due to the failure, neglect or refusal of the contractor to make payment as required herein, the contractor authorizes Clallam County to take judgment against it, and the contractor hereby confesses judgment, in the amount which Clallam County is required to pay the Department pursuant to Title 51, RCW to satisfy contractor's liabilities hereunder. The contractor confesses judgment in an amount equal to the entire industrial insurance premium liability due to the Department on behalf of the contractor and its subcontractors hereunder, less any premium payments previously made to the Department by the contractor. 3. The contractor expressly agrees that the amount confessed herein was expressly negotiated and that the amount due to Clallam County for satisfying contractor's obligations to the Department hereunder is due, justly due or to become due. 4. Until such time as Clallam County is actually reimbursed for industrial insurance premiums paid to the Department due to the failure, neglect or refusal of the contractor to meet its obligations hereunder, the contractor shall be debarred from bidding on any projects for which Clallam County solicits bids. Corporate: State of ) ) ss ) County of On this day of , 20 , before me personally appeared ., to me known to be the (president, vice president, secretary, treasurer, or other authorized officer or agent, as the case may be) of the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. Clallam County Project No. 620613CH Bid Documents 00400 - Supplemental Bid Forms Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION In witness whereof I have hereunto set my hand and affixed my official seal the day and year first above written. (CORPORATE SEAL) (Contractor's Signature) (Title) Notary Public in and for the State of Washington Residing at Individual: State of County of ) ) ss ) On this day personally appeared before me to me known to be the individual, or individuals described in and who executed the within and foregoing instrument, and acknowledged that he (she or they) signed the same as his (her or their) free and voluntary act and deed, for the uses and purposes therein mentioned. Given under my hand and official seal this day of , 20 (Contractor's Signature) (Title) Notary Public in and for the State of Washington Residing at END OF SECTION Clallam County Project No. 620613CH Bid Documents 00400 - Supplemental Bid Forms Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00500 - FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR Project Name: Clallam County Correctional Facilty-Phase I Renovation This agreement is entered into between Clallam County, a political subdivision of the State of Washington, hereafter called "County" and Of (address), hereinafter called "Contractor". The Owner and Contractor agree as set forth below: 1. This Agreement is comprised of the Bidding Documents, Contract Documents, the Agreement, Plans and Specifications as described in the Contract Documents, Addenda issued prior to execution of this Agreement and modifications issued after execution of this Agreement. 2. The Contractor shall execute the entire work described in the Bidding and Contract Documents. 3. The date of commencement is the date the Contractor receives a signed copy of this Agreement by the Board of Commissioners, which shall be considered the notice to proceed. 4. The Contractor shall achieve Substantial Completion of the entire work no later than_ . subject to adjustments provided for in the Contract Documents. 5. The Owner shall pay the Contractor in current funds for Contractor's performance of the Contract the Contract Sum of dollars ($ ), subject to additions and deductions as provided in the Contract Documents. 6. The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and hereby accepted by the Owner: (state numbers and other identification) . Alternate(s): 7. Progress Payments a. The Owner shall make progress payments to the Contractor on account of the Contract Sum as provided for below and elsewhere in the Contract Documents. b. The Contractor shall submit a separate Application for Payment on AlA Document G702 forms not more than once per month or Contractor's own form with same information found on G702 Forms. c. The Contractor shall submit Application for Payment prior to the last day of each calendar month to the Owner or Owner's representative Architect. d. The Owner shall make progress payments within 15 calendar days of receipt of Clallam County Project No. 620613CH Bid Documents Form of Agreement Between Owner and Contractor 00500 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Application for Payment and certification that work has progressed satisfactorily. e. Each Application for Payment shall be based upon the schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner or Owner's Architect may require. This schedule, unless objected to by the Owner or Owner's Architect, shall be used as a basis for reviewing the Contractor's Applications for payment. f. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. g. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract sum allocated to that portion of the Work in the schedule of values, less Retainage of five percent. Pending final determination of cost to the Owner of changes in the Work, amounts not in the dispute may be included as provided in the General Conditions even though the Contract Sum has not yet been adjusted by Change Order. Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction less Retainage of five percent. Subtract the aggregate of previous payments made by the Owner; and Subtract amounts, if any, for which the Owner or Architect has withheld or nullified a Certificate of Payment as provided in the General Conditions. 8. Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct non-conforming Work as provided in the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; and (2) a Final Certificate for Payment has been issued by the Owner's representative Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the Architect's final Certificate for Payment, punch list is completed and all close-out paperwork and documents have been submitted to the Owner including Department of Revenue clearance. Clallam County Project No. 620613CH Bid Documents Form of Agreement Between Owner and Contractor 00500 - Page 2 A. UBI Certification # Agreement). (copy to be attached to I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 9. Other documents, if any, forming part of the Contract Documents are as follows: IN WITNESS WHEREOF, the Parties have executed this Agreement on this _ day of _, 20 . CONTRACTOR: OWNER: BOARD OF CLALLAM COUNTY COMMISSIONERS (Name) (By) Stephen P. Tharinger, Chair (Its) Michael C. Chapman Date: ,20 Howard V. Doherty, Jr. ATTEST: Approved as to Form: Trish Holden, CMC-Clerk of the Board Deputy Prosecuting Attorney END OF SECTION Clallam County Project No. 620613CH Bid Documents Form of Agreement Between Owner and Contractor 00500 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 00600 - GENERAL CONDITIONS OF THE CONTRACT ARTICLE 1 GENERAL PROVISIONS 1.1 Definitions 1.1.1 Contract Documents - consist of Agreement between Owner and Contractor, General Conditions of the Contract, Supplemental Conditions, Bidding Documents, Bonds, Drawings and Specifications, Addenda, approved Alternates, and modifications issued after execution of the Agreement. 1.1.2 The term Work means the construction and services required by the Contract Documents and includes all labor, materials, equipment and services provided by the Contractor to fulfill the Contractor's obligations. 1.1.3 The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work. 1.1.4 The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment construction systems, standards and workmanship for the Work and performance of related services. 1.1.5 The Project Manual is the volume assembled for the work which includes the Bidding Documents including Call for Bids and Instructions to Bidders, and Contract Documents. 1.2 Execution, Correlation and Intent 1.2.1 The Contract Documents shall be signed by the Owner and Contractor as provided in the Agreement. 1.2.2 Execution of the contract by the Contractor is a representation that the Contractor has visited the site, become familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. 1.2.3 The intent of the Contract Documents is to include all items 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. 1.2.4 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. 1.2.5 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. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 1 50% Bid Documents General Conditions of the Contract 00600 - Page 2 I I I I I I I I I I I I I I I I I I I! CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.2.6 The apparent silence of the specifications or plans as to any detail or the apparent omission from them of a detailed description concerning any point shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of first quality are to be used. All interpretations of these specifications shall be made on the basis above stated. 1.3 OWNERSHIP OF DOCUMENTS 1.3.1 The Drawings, Specifications and other documents prepared by the Owner or Owner's Architect are instruments of the Owner's service through which the Work to be executed by the Contractor is described. The Owner shall be deemed the author of them and will retain all common law, statutory and other reserved rights, in addition to the copyright. ARTICLE 2 OWNER 2.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the contract Documents as if singular in number. The term "Owner" means the Owner or the Owner's authorized representative. 2.2 The Owner shall furnish surveys, utility locations, or other records that the Owner has presently on file or presently knows of to the contractor upon request. The Owner will not provide additional surveys, layouts or locations unless specifically stated elsewhere in the Contract Documents. 2.3 The Owner shall secure and pay for the building permit. All other permits and fees for permits shall be paid for by the Contractor. 2.4 The Owner shall have additional responsibilities enumerated herein. 2.5 If the Contractor fails to correct Work or persistently fails to carry out Work in accordance with the Contract Documents, the Owner, by written order signed personally or by an agent specifically so empowered by the Owner in writing, may order the Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated. ARTICLE 3 CONTRACTOR 3.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor or the Contractor's authorized representative. 3.2 The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner and shall at once report to the Owner errors, inconsistencies or omissions discovered. The Contractor shall not be liable to the Owner for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized (or should have recognized) such error, inconsistency or omission and knowingly failed to report it to the Owner. If the Contractor performs any construction activity knowing it involves a recognized error, inconsistency or omission in the Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Contract Documents without such notice to the Owner, the Contractor shall assume appropriate responsibility for such performance and shall bear an appropriate amount ofthe attributable costs for correction. 3.3 The Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to the Contractor with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the Owner at once. 3.4 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless Contract Documents give other specific instructions concerning these matters. 3.5 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor. 3.6 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 3.7 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. 3.8 The Contractor warrants to the Owner that materials and equipment furnished under the Contract will be of good quality and new, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. If required by the Owner the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 3.9 The Contractor shall pay sales, consumer, use and similar taxes for the work or portions thereof provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. 3.10 Other than the Building Permit, the Contractor shall secure and pay for all permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 3 50% Bid Documents General Conditions of the Contract 00600 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.11 The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities bearing on performance of the Work. 3.12 If the Contractor observes that portions of the Contract Documents are at variance with codes, the Contractor shall promptly notify the Owner in writing, and necessary changes shall be accomplished by appropriate modification. 3.13 If the Contractor performs Work knowing or should have known it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Owner, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. 3.14 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the work, the Contractor shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials. 3.15 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and the cost thereof shall be charged to the Contractor. 3,16 The Contractor shall provide the Owner access to the Work in preparation and progress wherever located. . 3.17 To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless, the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whole acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Paragraph. 3.18 With respect to performance of this agreement and as to claims against the county, its elected and appointed officers, agents and employees, the Contractor expressly waives its immunity under Title 51 RCW, the Industrial Insurance Act, as now and hereafter amended, for injuries to its employees and agrees that the obligations to indemnify, defend and hold harmless provided in this agreement extend to any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated by the Owner and Contractor. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 4 ADMINISTRATION OF THE CONTRACT 4.1 The Owner's project manager shall be the administrator of the contract unless the Owner has agreement for architectural services. 4.1.1 The Architect is the person lawfully licensed to practice architecture or an entity lawfully practicing architecture identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Architect" means the Architect or the Architect's authorized representative. 4.1.2 Duties, responsibilities and limitations of authority ofthe Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor and Architect. Consent shall not be unreasonably withheld. 4.1.3 The Architect will provide administration of the Contract as described in the Contract documents, and will be the Owner's representative (1) during construction, (2) until final payment is due and (3) with the Owner's concurrence, form time to time during the correction period. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents, unless otherwise modified by written instrument in accordance with other provisions of the Contract. 4.1.4 The Architect will visit the site at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the completed Work and to determine in general if the Work is being performed in a manner indicating that the Work, when completed, will be in accordance with the Contract Documents. However, the Architect will not be required to make exhaustive or continuous on-site inspections to check obserVations as an architect, the Architect will keep the Owner informed of progress of the Work, and will endeavor to guard the Owner against defects and deficiencies in the Work. 4.1.5 Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate through the Architect. Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the Owner. 4.1.6 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review.and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts to the Owner who has final approval and authority. Claflam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 5 50% Bid Documents General Conditions of the Contract 00600 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 4.1.7 The Architect, with Owner's approval, will have authority to reject Work which does not conform to the Contract documents. Whenever the Architect, with Owner's approval, considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect, with Owner's approval, will have authority to require additional inspection or testing of the work. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor. Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. 4.1.8 The Architect will review and, with Owner's approval, approve or take other appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 4.1.9 The Architect, with the Owner's approval, will prepare Change Orders and Construction Change Directives, and may authorize minor changes in the work as provided in Paragraph 7.1.4. 4.1.10 The Architect will conduct inspections to determine the date or dates of Substantial Completion and the date offinal completion, will received and forward to the Owner for the Owner's review and records written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of the Contract Documents. ARTICLE 5 SUBCONTRACTORS 5.1 Definitions 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. 5.1.2 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Owner will promptly reply to the Contractor in writing stating whether or not, after due investigation, the Owner has reasonable objection to any such proposed person or entity. Failure of the Owner to reply promptly shall constitute notice of no reasonable objection. 5.1.3 The Contractor shall not contract with a proposed person or entity to whom the Owner has made reasonable and timely objection. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5.1.4 If the Owner has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner has no reasonable objection. The Contract Sum shall be increased or decreased by the difference in cost occasioned by such change and an appropriate Change Order shall be issued. However, no increase in the Contract Sum shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. 5.1.5 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub- subcontractors. ARTICLE 6 CONSTRUCTION BY OWNER 6.1 The Owner reserves the right to perform construction or operations related to the Project with the Owner's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation. If the Contractor claims that delay or additional cost is involved because of such action by the Owner, the Contractor shall make such Claim as provided elsewhere in the Contract Documents. 6.2 The Owner shall provide for coordination of the activities of the Owner's own forces. 6.3 If part of the Contractor's Work depends, for proper execution or results, upon construction or operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Owner apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acknowledgment that the Owner's or separate contractors' completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 7 CHANGES IN THE WORK 7.1 Changes in the work may be accomplished after execution of the Contract, and without invalidating the Contract, by Change Order. 7.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect. 7.3 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. 7.4 A Change Order is a written instrument prepared by the Owner or Architect and signed by the Owner, Contractor and Architect stating their agreement upon all of the following: 1. a change in the Work, 2. the amount of the adjustment in the Contract Sum, if any; and 3. the extent of the adjustment in the Contract Time, if any. ARTICLE 8 TIME AND LIQUIDATED DAMAGES 8.1 Contract time shall be as stated on "Notice of Call for Bids" from date of commencement. established in the Agreement until final completion. 8.2 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work. 8.3 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance to be furnished by the Contractor. The date of commencement of the Work shall be not changed by the effective date of such insurance. Unless the date of commencement is established by a notice to proceed given by the Owner, the Contractor shall notify the Owner in writing not less than five days or other agreed period before commencing the work to permit the timely filing of mortgages, mechanic's liens and other security interests. 8.4 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties or other causes beyond the Contractor's control, or by delay authorized by the Owner, then the Contract time shall be extended by Change Order. 8.5 Should the Contractor fail to complete the Work within the Contract Time, the Owner will sustain damage. 8.6 Therefore, the parties agree that the Contractor shall pay the Owner, as liquidated damages and not as penalty, an amount as follows, which shall be considered to be the amount of the damage sustained by the Owner on account of the condition specified and shall continue to be paid until the condition specified is met. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 8 I I I I I I I I I I I I I I I I I I I II I I ,I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 8.7 It is agreed by the parties that time is of essence in this agreement and, if the date of final completion is delayed, the Owner will be damaged. The exact amount of the damage will be difficult to calculate, but will include such items as outside leases, loss of efficient function, and inconvenience to the public and to the Owner. It is agreed between the parties that the amount of damages will be $100.00 per calendar day from Final Completion date as designated for each individual project as stated on the Form of Agreement Between Owner and Contractor. The Owner may deduct the sum of such liquidated damages from any moneys due or that may become due the Contractor; or if such moneys are insufficient, the Contractor or his Surety or Sureties shall pay the difference. ARTICLE 9 PAYMENTS AND COMPLETION 9.1 The Contract Sum 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. 9.2 Before the first Application for Payment, the Contractor shall submit to the Owner or Architect a schedule of values allocated to various portions of the work, prepared in such form and supported by such data to substantiate its accuracy as the Owner or Architect may require. This schedule, unless objected to by the Owner or Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 9.3 At least ten days before the date established for each progress payment, the Contractor shall submit to the Owner or Architect, if one is used, an itemized Application for Payment for operations completed in accordance with the schedule of values. Such application shall be notarized, if required, and supported by such data substantiating the Contractor's right to payment as the Owner or Architect may require, such as copies or requisitions from Subcontractors and material suppliers, and reflecting Retainage if provided for elsewhere in the Contract Documents. 9.4 Such applications may include requests for payment on account of changes in the work which have been properly authorized by Change Orders. 9.5 Such applications may not include requests for payment of amounts the Contractor does not intend to pay to a Subcontractor or material supplier because of a dispute or other reason. 9.6 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 9 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 9.7 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work. 9.8 The Owner shall determine the payment amount to be made to the Contractor. 9.9 At the time each month stipulated in the Owner/Contractor Agreement, the Owner shall pay to the Contractor an amount equal to ninety-five percent (95%) of the value of labor and material incorporated in the work, all as approved by the Architect in accordance with the provisions of the Contract Documents; such amount paid to the Contractor shall be less the total of all previous payments and deductions provided for in the Contract Documents. The five percent (5%) withheld shall be Retainage, which shall be paid as provided hereinafter. The percentage of contract retained shall be five percent (5%) pursuant to RCW Chapter 60.28, as amended. Thirty days after final acceptance of the completed work, the balance due will be paid, provided, a. The work be fully completed. b. Certification has been received by the Owner from the State Department of Labor and Industries, as to payment of prevailing wages, in conformance with laws. c. Certification has been received by the Owner from the State Department of Revenue that all taxes have been paid, no tax lien may exist, and d. The Contractor warrants to the Owner all claims by materialmen and workmen, if any, for unpaid charges against the work have been satisfied, and e. To hold the Owner harmless from all liens on the completed work. In the event these provisions are not met, the Owner may pay a percentage of the Retainage, holding back that quantity of money for materialmen and laborer's liens, tax liens, cost and attorney's fees to defray the cost of foreclosing all other liens, costs, and Architect's fee to defray cost of additional Construction Administration services. After the award of a Contract for public improvement or work for which retained percentages are required to be reserved under the provisions of RCW 60.28.010., Owner shall require the Contractor to exercise in writing, one of the options listed in RCW 60.20.010. Retained amounts shall be paid into an escrow account, if requested, in a financial institution chosen by the Contractor and approved by the Owner, the interest earnings from which shall accrue to the benefit of the Contractor. 9.10 Final payment will not be made by the Owner until all contract conditions and requirements have been fulfilled and all forms and certificates are received in full. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 9.11 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Owner or Architect will promptly make such inspection, and when Owner and Architect finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a final Certificate for Payment. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY 10.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 10.2 In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop Work in the area affected and report the condition to the Owner and Architect in writing. The Work in the affected area shall not thereafter be resumed except by written agreement of the Owner and Contractor if, in fact, the material is asbestos or polychlorinated biphenyl (PCB) and has not been rendered harmless. The work in the affected area shall be resumed in the absence of asbestos or PCB, or when it has been rendered harmless by written agreement of the Owner and Contractor. 10.3 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: 1. employees on the Work and other persons who may be affected thereby; 2. the work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors, and 3. other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 10.4 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. 10.5 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. 10.6 When use or storage of explosive or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 11 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 10.7 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible, except damage or loss attributable to acts or omissions. of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor. the foregoing obligations of the Contractor are in addition to the Contractor's obligations. 10.8 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. 10.9 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. 10.10 The Contractor agrees to comply with Chapter 49.18 RCW providing that no laborer, workman, or mechanic in the employ of the Contractor, Subcontractor, or other person doing or contracting to do the work or any part of the work contemplated by the Contract, shall be permitted or required to work more than eight (8) hours in anyone calendar day, provided that, in cases of extraordinary emergency, such as danger to life or property, the hours of work may be extended, but in such cases shall not be less than one and one-half times the rate allowed for this same amount of time during eight (8) hours' service. Any work necessary to be performed after regular working hours, or Sunday or legal holidays shall be performed without additional expense to the Owner. Contractor further agrees the said Contract is terminable in case the Contractor shall violate the provisions of such act. ARTICLE 11 INSURANCE & BONDS 11.1 The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 1. claims under workers or workmen's compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 4. claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another person; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; 6. claims for damages because of bodily injury, death of a person or property damage Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION " arising out of ownership, maintenance or use of a motor vehicle; and 7. claims involving contractual liability insurance applicable to the Contractor's obligations. 11.2 The Contractor shall name the Owner, the Architect, their consultants, and their officers, agents, and employees, as additional insured on the insurance policies, except the workers' or workmen's compensation policy. The Contractor shall obtain from the Owner and Architect the list of names to appear on the insurance policies. 11.3 The insurance required by Paragraph 11.1 shall be written for not less than the following, or greater if required by law: 1. Workers' Compensation; a. State: Statutory b. Applicable Federal (e.g. Longshoremen, harbor Work, Work at or outside U.S. Boundaries): Statutory c. Employer's Liability: $500,000.00 d. Benefits Required by Union labor contracts: as applicable e. Include all-states endorsement 2. Comprehensive General Liability (Including Premises-Operations; Independent Contractor's Protective, Products and Completed Operations; Broad Form Property Damage ): a. Bodily Injury: - $500,000.00 Single Limit Per Occurrence - Full Contract Amount Aggregate, Products and Completed Operations b. Property Damage: Course of Construction Insurance - Full Contract Amount Each Occurrence - Full Contract Amount Aggregate c. Products and Completed Operations Insurance shall be maintained until 30 days after final completion d. Property Damage Liability Insurance shall include coverage for the following hazards: Vandalism, Fire, Explosion, Collapse, and Underground e. Contractual Liability: 1. Bodily Injury: $500,000 Each Occurrence 2. Property Damage: - Full Contract Amount Each Occurrence - Full Contract Amount Aggregate f. Personal Injury with Employment Exclusion Deleted: - $500,000.00 Aggregate 3. Comprehensive Automobile Liability (Owned, Non-owned, Hired): a. Bodily Injury: $500,000.00 Each Person $500,000.00 Each Occurrence b. Property Damage: $100,000.00 Each Occurrence 4. If possible, all of the above insurance coverage shall be carried with the same insurance company. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 13 50% Bid Documents General Conditions of the Contract 00600 - Page 14 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 11.4 Certificates of Insurance acceptable to the Owner shall be filed with the Owner and the Architect prior to commencement of the work. These Certificates shall contain a provision that coverage's afforded under the policies will not be canceled until at least thirty (30) days' prior written notice has been given to the Owner, the Architect, the Contractor, and the Owner's insurer. Certificates shall be furnished in duplicate and stipulate all coverage required, and the Contractor shall furnish to the Owner and the Architect copies of all endorsements that area subsequently issued amending coverage or limits. 11.5 The Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made. 11.6 Property insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Architect's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. 11.7 The Contractor shall secure and pay for performance and payment bonds issued by a bonding company, licensed to transact business in the locality of the project, on a Bond Form executed in pursuance to Chapter 39.08 Revised Code of Washington. The Bond Form must comply with all requirements of the Owner's attorney. The surety bond shall be in the following penal sums: 1. Performance Bond 100% of agreement sum, including Washington State Sales Tax 2. Labor and Material 1 00% of agreement sum, including Washington State Sales Tax 3. Four copies of Bond Certification required. 11.8 The Contract Bond or an equivalent Maintenance Bond shall continue in for force until final acceptance of the Work by the Owner. 11.9 The Contractor guarantees the excellence of both workmanship and material, and the payment of all obligations incurred until the Work is finally accepted and for (30) days thereafter, and until the provisions of the Contract Documents are fulfilled. 11.10 For the projects under $25,000.00 Contractor may agree to a 50% Retainage fund in lieu of providing a performance bond. The Retainage fund to be held by the County until work is complete, all paperwork is turned in and state releases signed and returned to County. Clallam County Project No. 620613CH 'I I II I I I I I ,I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 12 WARRANTY 12.1 The Contractor shall warranty all labor, materials and work performed for a period of 1 year from date of final completion. ARTICLE 13 LAW,SUCCESSORS,TESTS 13.1 The contract shall be governed by law of the place where project is located. 13.2 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents. Neither party to the Contract shall assign the Contract as a whole without written consent of the other. If either party attempts to make such as assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. 13.3 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. 13.4 No action or failure to act by the Owner, Architect or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except a may be specifically agreed in writing. 13.5 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority and shall bear all related costs of tests, inspections and approvals. The contractor shall give the Owner timely notice of when and where tests and inspections are to be made so the Owner may observe such procedures. The Owner shall bear costs of tests, inspections or approvals which do not become requirements until after bids are received or negotiations concluded. 13.6 If the Owner or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection or approval, instruct the Contractor to make arrangements for such additional testing, inspection or approval by an entity acceptable to the Owner, and the Contractor shall give timely notice of when and where tests and inspections are to be made so the Owner may observe such procedures. 13.7 If such procedures for testing, inspection or approval reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, the Contractor shall bear all costs made necessary by such failure including those of repeated procedures. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 15 50% Bid Documents General Conditions of the Contract 00600 - Page 16 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 13.8 Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Owner. ARTICLE 14 TERMINATION 14.1 The Owner may terminate the Contract if the Contractor: 1. refuses or fails to supply enough properly skilled workers or proper materials; 2. fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors; 3. disregards laws, ordinances, or rules, regulations, or orders of a public authority having jurisdiction; or 4. otherwise is guilty of substantial breach of a provision of the Contract Documents. ARTICLE 15 PREVAILING WAGES 15.1 REQUIRED: CONTRACTOR TO FILE STATEMENT OF INTENT TO PAY PREVAILING WAGES AND AFFIDAVIT OF WAGES PAID. The prevailing rate of wage to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended, and the rules and regulations of the Department of Labor and Industries of the State of Washington. The prevailing wage rates for the locality or localities where this Contract will be performed shall be determined by the Industrial Statistician of the Department of Labor and Industries, and are, by reference, made a part of this contract as though fully set forth herein. Current prevailing wage data is furnished by the Industrial Statistician. 15.2 Statement of Intent to Pay Prevailing Wages: The Contractor, on or before the date of commencement of work, shall complete, file and pay for a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen or mechanics employed upon the work by the Contractor or Subcontractor which shall be not less than the prevailing rate of wage. (State Form LI 700-29), State of Washington, Department of Labor and Industries, "Statement of Intent to Pay Prevailing Wages on Public Contract" form. Such statement and any subsequent statements shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. Therefore, the Contractor shall familiarize himself with this form and all its requirements. The Owner will not distribute any payments until all required certified copies of such forms are received. 15.3 It is the responsibility of the Contractor to require all his Subcontractors to complete and pay for "Statement of Intent to Pay Prevailing Wages" forms, submit these documents to the Department of Labor and Industries for certification and forward certified copies to the Owner as proof that the prevailing wage requirements of RCW 39.12.040 have been satisfied. Additional forms may be obtained from the Department of Labor and Industries, Industrial Relations Division, General Administration Building, Olympia, Washington 98504, and from all 15 service locations of the Department of Labor and Industries. 15.4 Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre-filed statement or statements of intent on file with the Department of Labor and Industrial Statistician. Clallam County Project No. 620613CH I I I I I I I I I I I I I II I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 15.5 The Contractor and Subcontractors shall further certify that: a. He has not employed or retained any company or person (other than a full-time bona fide employee working solely for the offer or to solicit or receive this Contract and b. He has not paid or agreed to pay any company or person (other than a full-time bona fide employee working solely for the offer or) any fee, commission, percentage or brokerage fee contingent upon or resulting from the award of this Contract; and c. He has not been asked or otherwise coerced, either expressed or implied, into contributing funds, for any purpose as a condition to doing business with the Owner; and d. He agrees to furnish information relating to items 1,2 and 3 as requested by the contracting officer. 15.6 It is further agreed that in case any dispute arises as to what are the prevailing wages for the work of a similar nature and such dispute cannot be adjusted by the parties involved, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decision therein shall be final, binding and conclusive on all parties involved in the dispute. 15.7 Upon completion of a Public Works Project, the Contractor, for himself and on behalf of all Subcontractors, shall file "Affidavit of Wages Paid" forms. Forms properly executed by the Contractor and all Subcontractors shall be submitted with proper payment to: Department of Labor and Industries, Industrial Insurance Division, Underwriting Section, General Administration Building, Olympia, WA 98504. Each "Affidavit of Wages" must be certified by the Industrial Statistician of the Department of Labor and Industries before it is submitted to the Owner. Copies of all required statements must be on file with the Owner before the retained percentage is released. 15.8 Upon completion of a Public Works project, the Contractor shall file a "Release for the Protection of Property Owner and General Contractor" form (L1 206-83 release 1-67) with the Department of Labor and Industries. The Owner will not disburse final payment or the Retainage to the Contractor until a release has been issued by the Department of Labor and Industries. Contractor shall pay for all costs of obtaining and filing all Labor and Industries forms. ARTICLE 16 OFFSHORE ITEMS 16.1 In compliance with RCW 39.25, the Contractor shall furnish the Owner a certified statement setting forth the nature and source to Offshore items in excess of $2,500 which have been utilized under each prime contract in the performance of the work. "Offshore Items" are those items procured from sources beyond the territorial boundaries of the United States including Alaska and Hawaii. This certified statement is mandatory and shall be received before final payment is made on the contract. Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 17 50% Bid Documents General Conditions of the Contract 00600 - Page 18 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 17 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 17.1 Pursuant to Chapter 62, Laws of 1973, 1st Ex. Session, those provisions of federal, state and local statutes, ordinances, and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources that affect, or are affected by, the herein described project are, to the extent they are reasonably obtainable, as follows: RCW 43.21.030; RCW 90.58.140; RCW 90.58.320; and RCW 70.94.152. Conform with the provisions thereof. ARTICLE 18 DISCRIMINATION 18.1 The Contractor, by entering this contract, agrees that Discrimination in all phases of employment is prohibited by Title VII of the Civil Rights Act of 1964, Presidential Executive Order 11375, the Washington State Law Against Discrimination, Chapter 49.60 RCW, and by Gubernatorial Executive Orders 66-1 and 70-01, among other laws and regulations. 18.2 During the performance of this Contract, the Contractor agrees as follows: 18.2.1 The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, sexual orientation, age, marital status, or the presence of any physical, sensory or mental handicap, nor shall the Contractor commit any of the other unfair practices defined in RCW 79.60, the Washington State Law Against Discrimination. 18.2.2 The Contractor will, in all solicitation or advertisements for employees placed by on without regard to race, creed, color, national origin, sex, sexual orientation, age, marital status, or the presence of any physical, sensory, or mental disability. 18.2.3 The Contractor will send to each labor union, employment agency, or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice advising the labor union, employment agency, or workers' representative of the Contractor's commitments under this contract and RCW 49.60, the Washington State Law Against Discrimination. 18.2.4 The Contractor will permit access to its books, records and accounts, and to its premises by the Owner or the Washington State Human Rights Commission for the purpose of investigation to ascertain compliance with these specifications. 18.2.5 The Contractor will include the provisions of clauses, .1 through .4 above in every Subcontract or purchase order, so that such provisions will be upon each Subcontractor or vendor. Clallam County Project No. 620613CH I I II CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ARTICLE 19 COUNTY/CONTRACTOR RELATIONSHIP I I I I I I I I I I I I I I I I 19.1 In the event that either the state or federal government determines that an employer- employee relationship exists, rather than an independent contractor relationship, such that Clallam County is deemed responsible for federal withholding, social security contributions and the like, the Contractor agrees to reimburse Clallam County for any payments made or required to be made by Clallam County. Should any payments be due to the Contractor pursuant to this agreement, the Contractor agrees that reimbursement may be made by deducting from such future payments a pro rata share of the amount to be reimbursed based upon the following formula: Total amount to be reimbursed = Deduction from payment Number of payments remaining. Notwithstanding a determination by the state orfederal government that employer-employee relationship exists, the Contractor, its officers, employees and agents, shall not be entitled to any benefits which Clallam County provides to its employees, including, but not limited to, vacation and medical benefits. 19.2 The status of the Contractor hereunder is that of an independent contractor and the Contractor shall not be construed to be an employee of Clallam County. As an independent contractor, the Contractor is not entitled to any benefits available to employees of Clallam County and the Contractor is responsible for withholding any moneys required to be withheld from the Contractor's employees pursuant to local, state, or federal law including, but not limited to, worker's compensation, social security, and taxes. END OF SECTION Clallam County Project No. 620613CH 50% Bid Documents General Conditions of the Contract 00600 - Page 19 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYW ALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code $36.24 1H 50 $47.4 7 1C 5N $43.75 1M 5A $14.67 $43.91 $43.75 $43.75 $43.85 $43.79 $43.75 $43.75 $43.75 $44.75 $43.95 $43.75 $43.75 $43.75 $43.75 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1H 50 1M 50 8A 1M 50 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1E 5P $36.24 $85.75 $44.22 $44.59 $44.08 $44.59 $44.64 $46.21 $44.08 $44.59 $44.21 $43.59 $9.37 I I I I I I I I I I I I I I I I I I I II CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER $55.05 1D 5A I CABLE SPLICER (TUNNEL) $58.86 10 5A CERTIFIED WELDER $53.16 1D SA CERTIFIED WELDER (TUNNEL) $57.15 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A I JOURNEY LEVEL $51 .25 10 5A JOURNEY LEVEL (TUNNEL) $55.05 10 5A ELECTRICIANS - MOTOR SHOP I CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION I CABLE SPLICER $54.37 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A I HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERA TOR $37.89 4A SA JOURNEY LEVEL L1NEPERSON $49.64 4A 5A I LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.89 4A 5A I ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q I MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 FLAGGERS I JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.13 1S 5J HEATING EQUIPMENT MECHANICS I MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS I MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 I INLAND BOATMEN CAPTAIN $59.22 COOK $34.81 I DECKHAND $34.52 ENGINEER/DECKHAND $58.62 MATE. LAUNCH OPERATOR $50.20 I Page 2 CLALLAM COUNTY I Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 GROUT TRUCK OPERATOR $11.48 I HEAD OPERA TOR $12.78 TECHNICIAN $7.93 TV TRUCK OPERATOR $10.53 I INSULATION APPLICATORS JOURNEY LEVEL $20.50 IRONWORKERS I JOURNEY LEVEL $47.92 10 5A LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D I BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D I BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D I CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN (OVER 30 LBS) $36.75 1H 5D I CHIPPING GUN (UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36.24 1H 5D I CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D I CRUSHER FEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $36.24 1H 5D I DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $36.75 1H 5D I DRILL OPERATOR, AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPOXY TECHNICIAN $36.24 1H 5D EROSION CONTROL WORKER $36.24 1H 5D I FALLER/BUCKER, CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP (Le., dusting, vacuuming, window cleaning; NOT $28.45 1H 5D construction debris cleanup) I FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1H 5D GAB ION BASKET BUILDER $36.24 1H 5D I GENERAL LABORER $36.24 1H 5D GRADE CHECKER & TRANSIT PERSON $36.75 1H 5D GRINDERS $36.24 1H 5D I GROUT MACHINE TENDER $36.24 1H 5D Page 3 I .1 CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 50 HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 50 I HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 50 HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 50 HIGH SCALER $37.20 1H 50 HOD CARRIERlMORTARMAN $36.75 1H 50 I JACKHAMMER $36.75 1H 50 LASER BEAM OPERATOR $36.75 1H 50 MANHOLE BUILDER-MUDMAN $36.75 1H 50 I MATERIAL YARDMAN $36.24 1H 50 MINER $37.20 1H 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36.75 1H 50 I PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36.75 1H 50 PILOT CAR $31.01 1H 50 I PIPE POT TENDER $36.75 1H 50 PIPE RELlNER (NOT INSERT TYPE) $36.75 1H 50 PIPELAYER & CAULKER $36.75 1H 50 PIPELAYER & CAULKER (LEAD) $37.20 1H 50 I PIPEWRAPPER $36.75 1H 50 POT TENDER $36.24 1H 50 POWDERMAN $37.20 1H 50 I POWDERMAN HELPER $36.24 1H 50 POWERJACKS $36.75 1H 50 RAILROAD SPIKE PULLER (POWER) $36.75 1H 50 I RE-TIMBERMAN $37.20 1H 50 RIPRAP MAN $36.24 1H 50 ROOOER $36.75 1H 50 SCAFFOLD ERECTOR $36.24 1H 50 I SCALE PERSON $36.24 1H 50 SIGNALMAN $36.24 1H 50 SLOPER (OVER 20") $36.75 1H 50 I SLOPER SPRAYMAN $36.24 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $36.75 1H 50 SPREADER (CONCRETE) $36.75 1H 50 I STAKE HOPPER $36.24 1H 50 STOCKPILER $36.24 1H 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $36.75 1H 50 TAMPER (MULTIPLE & SELF PROPELLED) $36.75 1H 50 I TOOLROOM MAN (AT JOB SITE) $36.24 1H 50 TOPPER-TAILER $36.24 1H 50 TRACK LABORER $36.24 1H 50 I TRACK LINER (POWER) $36.75 1H 50 TRUCK SPOTTER $36.24 1H 50 TUGGER OPERATOR $36.75 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36.24 1H 50 I VIBRATOR $36.75 1H 50 VINYL SEAMER $36.24 1H 50 WELDER $36.24 1H 50 I WELL-POINT LABORER $36.75 1H 50 I Page 4 ClAllAM COUNTY I Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $36.24 1H 50 PIPE LAYER $36.75 1H 50 I LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 LANDSCAPING OR PLANTING LABORERS $12.89 I LATHERS JOURNEY LEVEL $43.79 1M 50 METAL FABRICATION (IN SHOP) I FITTER/WELDER $15.16 LABORER $9.50 MACHINE OPERATOR $26.90 PAINTER $11.41 I PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS I JOURNEY LEVEL $25.83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 I PLUMBERS & PIPEFITTERS JOURNEY LEVEL $56.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 50 8L I BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $44.92 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $45.41 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45.96 1T 5D 8L I BACKHOES, (75 HP & UNDER) $44.50 1T 50 8L BACKHOES, (OVER 75 HP) $44.92 1T 50 8L BARRIER MACHINE (ZIPPER) $44.92 1T 50 8L I BATCH PLANT OPERA TOR, CONCRETE $44.92 1T 50 8L BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L BOBCAT (SKID STEER) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L I BUMP CUTTER $44.92 1T 50 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44.92 1T 5D 8L I COMPRESSORS $42.14 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREEO $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44.50 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 1T 5D 8L I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 5D 8L I WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $42.14 1T 5D 8L I CRANES, A-FRAME, OVER 10 TON $44.50 1T 5D 8L Page 5 I I CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 50 8L ATTACHMENTS I CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44.92 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 50 8L I CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 50 8L CRUSHERS $44.92 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 50 8L I DERRICK, BUILDING $45.41 1T 50 8L DOZERS, 0-9 & UNDER $44.50 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 50 8L DRILLING MACHINE $44.92 1T 50 8L I ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $42.14 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 50 8L I FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 50 8L GRADE ENGINEER $44.50 1T 50 8L I GRADECHECKER AND STAKEMAN $42.14 1T 50 8L GUARDRAIL PUNCH $44.92 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44.50 1T 50 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 .1T 50 8L I HORIZONT AUDIRECTIONAL DRILL OPERATOR $44.92 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 50 8L I LOADERS, OVERHEAD (6 YO UP TO 8 YO) $45.41 1T 50 8L LOADERS, OVERHEAD (8 YO & OVER) $45.96 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44.92 1T 50 8L I LOCOMOTIVES, ALL $44.92 1T 50 8L MECHANICS, ALL $45.41 1T 50 8L MIXERS, ASPHALT PLANT $44.92 1T 50 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 50 8L I MOTOR PATROL GRADER (NON-FINISHING) $44.50 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 50 BL OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 50 BL I OPERATOR PAVEMENT BREAKER $42.14 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 50 BL PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 50 BL I POSTHOLE DIGGER, MECHANICAL $42.14 1T 50 BL POWER PLANT $42.14 1T 50 8L PUMPS, WATER $42.14 1T 50 BL I QUAD 9,0-10, AND HD-41 $45.41 1T 50 BL REMOTE CONTROL OPERA TOR ON RUBBER TIRED EARTH MOVING $45.41 1T 50 8L EQUIP RIGGER AND BELLMAN $42.14 1T 50 8L I ROLLAGON $45.41 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 50 8L ROLLERS, PLANTMIX OR MUL TlLlFT MATERIALS $44.50 1T 50 8L I ROTO-MILL, ROTO-GRINDER $44.92 1T 50 8L SAWS, CONCRETE $44.50 1T 50 8L I Page 6 CLALLAM COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $44.92 1T 5D 8L $45.41 1T 5D 8L $44.50 1T 5D 8L $44.92 1T 5D 8L $42.14 1T 5D 8L $45.41 1T 5D 8L $44.92 1T 5D 8L $44.92 1T 5D 8L $44.50 1T 5D 8L $44.50 1T 5D 8L $44.92 1T 5D 8L $44.92 1T 5D 8L $45.41 1T 5D 8L $44.50 1T 5D 8L $44.50 1T 5D 8L $44.92 1T 5D 8L $44.92 1T 5D 8L $42.14 1T 5D 8L $44.92 1T 5D 8L I I I I I ********************************************************************************************************** Classification SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL Page 7 $35.62 $33.82 $34.27 $31.88 $24.03 5A 5A 5A 5A 5A I I I I I I I I I I I I I I 4A 4A 4A 4A 4A $27.68 $43.75 1M 5A $17.85 $25.63 $18.00 $27.78 $21.36 $9.86 $18.08 $15.97 $14.60 --- I CLAlLAM COUNTY Effective 08-31-07 ********************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $54.01 1G 5A I RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33.04 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 I RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 ROOFERS I JOURNEY LEVEL $20.51 1 USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A SHEET METAL WORKERS I JOURNEY LEVEL (FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $31 .46 1H 6W HEAT & FROST INSULATOR $46.13 1S 5J I LABORER $12.16 1 MACHINIST $17.16 1 SHIPFITTER $14.66 1 I WELDER/BURNER $14.66 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS I CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31 .15 1D 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE I CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER (REPAIRER) $29.41 2B 5A JOURNEY LEVEL TELEPHONE LINE PERSON $28.53 2B 5A I SPECIAL APPARATUS INSTALLER I $30.66 28 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A I TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION L1NEPERSON/INSTALLER $21.68 28 5A I TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 28 SA TREE TRIMMER $28.53 28 SA I Page 8 CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $41.96 1B 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $35.79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $41.19 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $41.90 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $41.90 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 OILER $9.45 WELL DRILLER $11.60 Page 9 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #1 - GENERAL REQUIREMENTS 011 00 Summary... . . . . .. .. . . . . .. . .. . .. .. .. .. .. .. .. . . .. .. .. .. . . .. .. .. .. .. . .. .. .. .. .. . .. . .. .. . . . .. .. ... .. .. .. .. .. 01250 Contract Modification Procedures................................ ....... ................... Architects Supplemental Instructions (Form)...... .................... ............... Contract Administration Change Order (Form)...................................... 01290 Payment Procedures...... ....................... .......................... ............ ........... Application and Certification for Payment (Form)................................... Application and Certification for Payment (Form)................................... 01310 Project Management and Coordination.......... .............. ........ ................... Request for Interpretation (Form)............................................................ 01315 Electronic Media Provisions.................................................................... Electronic Media Release (Form )........................................................... 01320 Construction Progress Documentation........ .................. ........... .............. 01330 Submittal Procedures............................................................................. Contract Administration Transmittal Letter (Form).................................. Contract Administration List of Subcontractors (Form)........................... 01400 Quality Requirements............................................................................. 01420 References............................................................................................. o 1500 Temporary Facilities and Controls.......................................................... Project Sign (Drawing)............................................................................ 01600 Product Requirements............................................................................ Substitution Request (Form)...... ........ ......... .... .... .... ...... ........... ...... ......... 01700 Execution Requirements......................................................................... 01731 Cutting and Patching........ ............ ....... ............ .................................. ...... 01732 Selective Demolition................................................................................ 01770 Closeout Procedures............................................................................... Contractors Punch List (Form)................................................................ 5 pages 2 pages 1 page 1 page 5 pages 1 page 2 pages 8 pages 1 page 2 pages 1 page 8 pages 1 0 pages 1 page 1 page 7 pages 15 pages 7 pages 1 page 8 pages 1 page 7 pages 4 pages 6 pages 7 pages 1 page Clallam County Project No. 620613CH Bid Documents Clallam County Project No. 620613CH Bid Documents Summary 01100 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01100 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prOVISions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Work phases. 4. Work under other contracts. 5. Products ordered in advance. 6. Owner-furnished products. 7. Use of premises. 8. Owner's occupancy requirements. 9. Work restrictions. 10. Specification formats and conventions. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Clallam County Correctional Facility Phase I Renovation. 1. Project Location: Port Angeles, Washington. B. Owner: Clallam County, 223 East Fourth Street, Port Angeles, Washington 98362. 1. Owner's Representative: Joel Winborn, Parks I Fair and Facilities Division Manager, 223 East Fourth Street, Suite 7, Port Angeles, Washington 98362. C. Architect: Robert Glass & Associates, Inc., PO Box 28097, Spokane, Washington 99228. D. The Work consists of the following: 1. The Work includes renovation construction. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.4 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. 1.5 OWNER-FURNISHED PRODUCTS A. Owner will furnish products indicated. The Work includes providing support systems to receive Owner's equipment. 1. Owner will arrange for and deliver Shop Drawings, Product Data, and Samples to Contractor. 2. Owner will arrange and pay for delivery of Owner-furnished items according to Contractor's Construction Schedule. 3. After delivery, Owner will inspect delivered items for damage. Contractor shall be present for and assist in Owner's inspection. 4. If Owner-furnished items are damaged, defective, or missing, Owner will arrange for replacement. 5. Owner will arrange for manufacturer's field services and for delivery of manufacturer's warranties to Contractor. 6. Owner will furnish Contractor the earliest possible delivery date for Owner- furnished products. Using Owner-furnished earliest possible delivery dates, Contractor shall designate delivery dates of Owner-furnished items in Contractor's Construction Schedule. 7. Contractor shall review Shop Drawings, Product Data, and Samples and return them to Architect noting discrepancies or anticipated problems in use of product. 8. Contractor is responsible for receiving, unloading, and handling Owner-furnished items at Project site. 9. Contractor is responsible for protecting Owner-furnished items from damage during storage and handling, including damage from exposure to the elements. 10. If Owner-furnished items are damaged as a result of Contractor's operations, Contractor shall repair or replace them. 11. Contractor shall install and otherwise incorporate Owner-furnished items into the Work. B. Owner-Furnished Products: 1. List of Items: a. Bunks b. Dayroom Tables. 1.6 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy of Project site. Clallam County Project No. 620613CH Bid Documents Summary 01100 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Driveways and Entrances: Keep driveways, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Use of Existing Building: Maintain Owner occupied existing building in a weather tight condition throughout construction period. Repair damage caused by construction operations. Protect building and its occupants during construction period. 1.7 OWNER'S OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: Owner will occupy site and building during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 48 hours' notice to Owner of activities that will affect Owner's operations. B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy. 3. Before partial Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of building. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of building. 1.8 WORK RESTRICTIONS A. On-Site Work Hours: Work shall be generally performed inside the existing building during normal business working hours of 7:00 a.m. to 6:00 p.m., Monday through Friday, except otherwise indicated. Clallam County Project No. 620613CH Bid Documents Summary 01100 - Page 3 I I I I I I I I I I I I I I I I I I I r-- I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Weekend Hours: Same as hours noted for Monday through Friday. 2. Hours for Core Drilling or Concrete Saw-Cutting: 7:00 a.m. to 8:30 a.m. and 5:00 p.m. to 6:00 p.m. unless otherwise agreed to with Owner. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. 1.9 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16-division format and the CSI/CSC "Master Format" numbering system. 1. Section Identification: The Specifications use Section numbers and titles to help cross-referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of Sections in the Contract Documents. 2. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred, as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. Clallam County Project No. 620613CH Bid Documents Summary 01100 - Page 4 END OF SECTION I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) Clallam County Project No. 620613CH Bid Documents Summary 01100 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01250 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prOVISions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on Architect's Supplemental Instructions form included at end of Part 3. 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by Architect are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within 20 days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity Clallam County Project No. 620613CH Bid Documents Contract Modification Procedures 01250 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor-Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to the Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect for Proposal Requests. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on Architect's form included at end of Section. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents Contract Modification Procedures 01250 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ROBERT GLASS & ASSOCIATES, INC. P.O. BOX 28097 SPOKANE, WA 99228 509.468.8320 FAX 509.279.0882 ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS PROJECT: CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION NO.:X CONTRACTOR: TO BE DETERMINED. DATE: X-xx-xx CONTRACT: GENERAL COUNTY JOB NO.: 620613CH DCVR/RFI REFERENCE: DESCRIPTION OF WORK TO BE PERFORMED: ASI NO. X-X MINOR CHANGE DESCRIPTION o Referenced Drawings: o Attached Drawings: As indicated above; Total sheets included including cover: X If above work results in a change in cost or time to the Contract, advise Architect within 10 working days. Reference Section 01250 "Contract Modification Procedures" Part 1.4.B. COPIES TO: DOWNER ............................... Clallam County o CONTRACTOR ................... To be determined I Contract Administration Change Order Distribution Ust: Owner Architect Contractor Field Other I PROJECT (Name and address): CHANGE ORDER NUMBER: DATE: I TO CONTRACTOR (Name and address): COUNTY'S PROJECT NUMBER: 620613CH CONTRACT DATE: CONTRACT FOR: I THE CONTRACT IS CHANGED AS FOLLOWS: I I I I I The original (Contract Sum) (Guaranteed Maximum Price) was The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order was The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order in the amount of The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order will be The Contract Time will be (increased) (decreased) (unchanged) by The date of Substantial Completion as of the date of this Change Order therefore is $ I $ ) days. I I NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. I NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. I ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) I ADDRESS ADDRESS ADDRESS I BY (Signature) BY (Signature) BY (Signature) (Typed name) (Typed name) (Typed name) I DATE DATE DATE I I I I II I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01290 - PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Sections include the following: 1. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Division 1 Section "Construction Progress Documentation" for administrative requirements governing preparation and submittal of Contractor's Construction Schedule and Submittals Schedule. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. c. Contractor's Construction Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section. Clallam County Project No. 620613CH Bid Documents Payment Procedures 01290 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of Architect. c. County's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value. 1) Percentage of the Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. Include separate. line items under required principal subcontracts for operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training in the amount of 5 percent of the Contract Sum. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. Include evidence of insurance or bonded warehousing, if required. 6. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7. Allowances: Provide a separate line item in the Schedule of Values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 8. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the Clallam County Project No. 620613CH Bid Documents Payment Procedures 01290 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Schedule of Values or distributed as general overhead expense, at Contractor's option. 9. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction Work, covered by each Application for Payment, is the period indicated in the Agreement. C. Payment Application Times: Progress payments shall be submitted to Architect. by the 15th of the month. The period covered by each Application for Payment is one month, ending on the last day of the month. D. Payment Application Forms: Use AlA Document G702 and AlA Document G703 Continuation Sheets as form for Applications for Payment. E. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. F. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction period covered by the previous application. 1. Submit partial waivers on each item for amount requested in previous application, before deduction for retainage. on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. Clallam County Project No. 620613CH Bid Documents Payment Procedures 01290 - Page 3 Clallam County Project No. 620613CH Bid Documents Payment Procedures 01290 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 4. Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application that is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Products list. 5. Schedule of unit prices. 6. Submittals Schedule (preliminary if not final). 7. List of Contractor's staff assignments. 8. Copies of building permits. 9. Initial progress report. 10. Report of pre-construction conference. 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds. 13. Data needed to acquire Owner's insurance. I. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AlA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AlA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AlA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final, liquidated damages settlement statement. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents Payment Procedures 01290 - Page 5 o w z o w t') <( 0.. o .~ ~ .E E -=~~....tn>' <O~l&~~ -c..eJU~ ~<Et:~ .0 '" ::s't l:: ~:.sga8 -; >.0 en ~ .....oug-5 ~ "0 ~ .- "e -:5eJ_>c t> 8 ~ ce ~i5uo....- t:uo{i~ 't ~ -= :.c ?; 80..<::?;0 "'::::=:"'0 ~o~c.8-S g;::8~E 1:0808 0:'::-0:::<';:; u2Ci...-o -o-o8..8~ GJ c ~ '- '0 ~dcBu .~ 25 ~ to) ~ o .- 0 r: '" ]~uEc ::s E c..8 E o..8Eo>' ~ .5 8 -= 2. ~ ~ t-.... ~ h ~ :::::i \..) a Q ~ ~ ~ Q - ~ Q o z z o f:: <C U :::l Cl.. Cl.. <C en o Z r-- u U.l ...... o ~ Cl.. W r-- <C o r-- u ~ r-- Z o u ~ 0 o r-- ~ (.t., o o Q2 U.l Cl.. c 0 0;;; c 'ii Cll Q, Z c ~ o~ f;I;J JJ .... r.J ~ ~ Cl.l I- .. '" >- .. c Z 0 oS: ex: u .... W ti ~ Cll :E os l. ~ .l:: C 0 I: ~ :I C > 0 0 Cl.l <( U ::) U ~ 0 e g a. -= .L. :€ ..! a::: z 'ii Oy ?; Cll 015 ::) U (.t., ~ - u u.. 'B - b U.l 0 ex: r-- Z g u.l - 08. ~ ...... ::r: ~ u 1:-0 - i= .- 0 .L. ~ ...<:: Cl.. <C <(?;g 0::: (.)-0 '" ~ .0 '" :J I: .-. JJ ?;...., a. 00 ~ ..<::l' a. '" C) ::;) '" - <( '" I: ..rO Z en ~ ~ ex: 6:: - ~ g z a::: '" 0 0 o 0.< ::) r-- I- .B :;: - u 6:: - ~ 0 (.).g ...r ex: (.t., ~ e] 6:: r-- r-- ~ Z ",en U .- I: - U.l 0 ~ I- 15.g .J ~ u .- os l. ~ r-- Z'i;::s 0 u I: l. 0 z 0'-'- c..c: ., 0 ~ 0 ,'0.0 ~ o E- U ;;i E- Z o U ;.:. CO 00 0 000 00 0 000 00 0 000 ...,...,..., ..., ...,...,..., W E- < o o E- 0.--. ..., N W ~ ~o ex: 0 -E- 0 I: ~o t;;~;JQO ;Jw _o,J<~~ ex: ""'uoo ~ ~~~ ~~;@ -g en.g<en E-E-o>-= ::: E- ... 0 o(! W ex: .5 ~ -0 U 0 ,..., ;;J Wu ~_o 0 <00...... - -0 ex: 0/) E- W ~ en ....l cJ5 c.. E-~~~ 0::>< E ZU~...... UOb~ 0 o en~ o-l>E-ii'i..U UEE-~ <WCOI:W'o o-loUO bex:::>.8~;::R < O/)::5UWE-(:l...en 0/)7" ~ 8 t= ....l E- en ~ Jj -=< NI C){iz<<(enO ~< 2-o0bOwex: ~~o:i OZUE- ....l~ ;;>ex: ... ,..;" o o o o o o ..., <ii 'C o 'i; ~ -0 o ... o ii'i '- o ~ NI .0 fIl ..... cd' . ,,=o..cu o~~g 15-C;~15d -o-;;>UW U U') 0 ~ ~~-5]e:: .0 .- '- - E- (/J.... "E .2 -5 cG E u -0 .~ W u..o-.o U E~-g8E- ::S.":: os I: Z (,) ..c ctS ::> 8l::!g"B0 - <'';::: 8 ~ oojgo< g-sc~o 8 d tE .; oS U .52 .5 .- '- /1) ~ C1.i"~ 0 -:5.;: 00 0 = -= c.. ]::: 0 .;; ~~ 0 ~ ""00-='" 0"<::1:'-0. u-~oo 8 ~~ 0'; ~ '(;; ():.= eJ 8 .~.~ ~ ~ gE{i~~ ~ 8 < -s .~ :F;P' ~ III gg g~fg 00 000 :.!.iWill'li 1hj: i l; Iii!. IIII il!il'I' :....1111. 'Ill,.. ill')1 'i1Ii'iI',' ',lill:, 1111; 11,,1.1- -'I,ll, ...,..., ...,..., .--. .0 .,., + os .,., '" o l: d- o 0/) '" I: 'is o ex: T9 o E- IX:? WOos C) ~s < en .- 2S ~13 ~ < <U ~ E-::::-uCip.lo W $3 - .;: ;:J <ii ex: 0 ~ 0. 0 en enE-~E .s en.,.,....oE-$3 WoW<l::Zen ....l .5 U \0 W I: Qo-leno~.8 f.I.1 ~::>.5 >- 0/) ~ 0 0 o-l < .5 ~~~'-'Q.....c ~"3"~!ZE-~ o-l .E g: ~ Z~ ~ <o-len ....... E-'-'en ,..., o w<( o-l E- o-l(:l...U~ C> C> ~ ex: o ~ u ~ ~ :z o u ~ ~ ..J -< ~ o ~ ,.; 0 0 0 0 0 0 0 0 en 0 0 0 0 ..., ..., .... ..., :z 0 1== U ;:J Q W Cl 0 0 0 0 0 0 0 0 0 en ..., ..., ..., :z 0 1== is 0 < >- ex: ... <l.l < "B ~ ... 0 ~ 0 0 ;:J I: 0/) ?; ..<:: I: en ]0 C '" ex: 0 ..<:: L.t.l ;.E ~ U f;2 8 '" '" >. .0 0...<:: :s en 0 0.- os I: -0 W L.t.l ~ ~ 0 " " ;. Z :z 0/)", 0 l: ::s ~ en < < os 0 :I: ..<:: .- o-l :I: u ;. '" < U U _ 0 ] $3 6. E- E- ~ .5 0 0 ~ E- E- := ~ E ~ ~ s:: ~ ~ -s::-S:: - " g ~ ~.:: t:~ ~ - ~~~ "tl~= "tlt5- ::! s::~ ~.s: 1:: l.. _ '" ~ ~.::> " ::: 0 i: .::; r;::.:: ::: - " s:: :::13 ~ ~ ~-s:: ~ ;; '- " "6"tl s:: s:: .. ~ ~ E- -s::u ~'2 ~ ii .~ s: <:l-U ::: !5:: ex: ~""<:< ..., o g: ~ &:: ex: W U E- 5 o ~ <( o o o ..., L.t.l " < ~ < E- ~ " 2S @ o-l U 2S :i.--. en \0 - <l.l 2S .5 ~....l o ~ E-~ W...., U 0 Z .5 <o-l ....l'-' <( CO I I I I ~o..c E=;:: ex: o...g B e 5 E-~B Z I: 0 ::> '" os oc-E ~ E 8 < >. ... o os 0 ..<:: 0.... E-o.~ .;g?; :0 go .~ o~.5 ~s::'- I: .- 0 '0 t ~ I:"<::~ .~ ] .;: o E 2 B d ~ t::.8 't ~ 8 a E ~ '" - ::s ;.:. ;a 5'0' co E- U 5. ~ I z w > <{ ! I w z '" '" ~ ~ I w f- :;: U a: <{ lL o W f- :J f- >= CIl ~ Z <{ u ii: w :::;: <{ w J: f- I I I I N I C1> C1> @ : I o >= 15 w N C1> C1> I f- Z w :::;: ~ I lL Z o >= <{ u u: >= a: w u o z <{ z o ~ u ::J Q. Q. <{ I I N o .... el f- Z w :::;: :J U o o d' I I I I Robert Glass & Associates, Inc. I Project: Owner: I Contractor: Application for Payment No. For Period From: To: I I I I I I I I I I I I I I I Original Contract Amount $ - Change Order Number - Adjusted Contract Amount $ - Item Spec DETAIL Estimated Cost Total Earned % Previously This Estimate No. Ref. Claimed 1 $ - - 0% - 2 $ - - 0% - 3 $ - - 0% - 4 $ - - 0% - 5 $ - - 0% - 6 - - 0% - 7 - - 0% - 8 - - 0% - 9 $ - - 0% - 10 $ - - 0% - 11 $ - - 0% - 12 - - 0% - 13 - - 0% - 14 - - 0% - 15 $ - - 0% - 16 - - 0% - 17 - - 0% - 18 - - 0% - 19 - - 0% - 20 - - 0% - 21 $ - - 0% - 22 $ - - 0% - 23 $ - - 0% - 24 - - 0% - 25 - - 0% - 26 - - 0% - 27 - - 0% - 28 $ - - 0% - 29 - - 0% - 30 - - 0% - 31 - - 0% - 32 - - 0% - 33 - - 0% - 34. $ - - 0% - 35 - - 0% - 36 - - 0% - 37 - - 0% - 37 - - 0% - 38 $ - - 0% - 39 - - 0% - 40 - - 0% - 41 - - 0% - 42 - - 0% - 43 - - 0% - TOTAL CONTRACT $ - $ - ##### $ - $ - I CHANGE ORDERS TOTALS 0% 0% 0% 0% 0% 1 2 3 4 5 Sales Tax 8% $ $ $ $ NET $ Less Previous Payment. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . TOTAL CHANGE ORDERS $ $ $ $ #DIV/O! TOTALS ##### Less Retainage 5% AMOUNT DUE THIS ESTIMATE................................................... This certifies that, the term of the above mentioned contract having been complied with, there is due and payable to the contractor the amount set after 'Amount due this Estimate'. By Robert Glass & Associates, Inc. (Architect) By Date W. Robert Glass I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. 4. Requests for Interpretation (RFls). B. Each contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor. C. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for preparing and submitting Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. B. Coordination: Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations, included in different Sections that depend on each other for proper installation, connection, and operation. Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION . 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. C. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre-installation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. Refer to other Sections for disposition of salvaged materials that are designated as Owner's property. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project-specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310- Page 2 I I I I I I I I I I I I I I I I I I I I I I II I II I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Indicate functional and ,spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. c. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to the Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit two opaque copies of each submittal. Architect will return one copy. a. Submit five copies where Coordination Drawings are required for operation and maintenance manuals. Architect will retain one copy; remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. 1. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1. Include special personnel required for coordination of operations with other contractors. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Pre-construction Conference: Schedule a pre-construction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFls. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Preparation of Record Documents. I. Use of the premises. m. Work restrictions. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. p. Construction waste management and recycling. q. Parking availability. r. Office, work, and storage areas. s. Equipment deliveries and priorities. t. First aid. u. Secu rity. v. Progress cleaning. w. Working hours. 3. Minutes: Record and distribute meeting minutes. C. Pre-installation Conferences: Conduct a pre-installation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. The Contract Documents. b. Options. c. Related RFls. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. I. Manufacturer's written recommendations. m. Warranty requirements. n. Compatibility of materials. o. Acceptability of substrates. p. Temporary facilities and controls. q. Space and access limitations. r. Regulations of authorities having jurisdiction. s. Testing and inspecting requirements. t. Installation procedures. u. Coordination with other work. v. Required performance results. w. Protection of adjacent work. x. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Conduct progress meetings at bi-weekly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFls. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.8 REQUESTS FOR INTERPRETATION (RFls) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. 1. RFls shall originate with Contractor. RFls submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFls in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 6 I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. a. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. C. Hard-Copy RFls: Sample Form at end of this Section. 1. Identify each page of attachments with the RFI number and sequential page number. 2. All RFls are to be submitted electronically via email. D. Software-Generated RFls: Software-generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. E. Architect's Action: Architect will review each RFI, determine action required, and return it. Allow seven working days for Architect's response for each RFI. RFls received after 1 :00 p.m. will be considered as received the following working day. 1. The following RFls will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFls or RFls with numerous errors. 2. Architect's action may include a request for additional information, in which case Architect's time for response will start again. Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. Architect's action on RFls that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 1 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. G. RFI Log: Prepare, maintain, and submit a tabular log of RFls organized by the RFI number. Submit log weekly. Software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFls that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents Project Management and Coordination 01310 - Page 8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CONTRACTOR NAME CONTRACTOR ADDRESS REQUEST FOR INTERPRETATION PROJECT: Clallam County Correctional Facility Phase I Renovation RFI NO.: CONTRACTOR: DATE: DOCUMENT REFERENCE: DESCRIPTION: REQUEST: REPLY REQUIRED BY: SIGNED: REPL Y: SIGNED: DATE: CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01315 - ELECTRONIC MEDIA PROVISIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemen- tary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for electronic media on the Project in- cluding, but not limited to, the following: 1. Use of electronic communications. 2. Electronic media. 1.3 USE OF ELECTRONIC COMMUNICATIONS A. Provide for electronic communications with the Architect utilizing computer hardware and software as approved by the Architect, including the following: 1. Word Processing: Microsoft Word (Latest Version) (MS Word). 2. Spread Sheets: Microsoft Excel (MS Excel). 3. E-Mail: Any standard service provider offering transmittal of E-Mail messages and MS Word, MS Excel, .txt, .bmp, .tif, .pic, and similar files as attachments. 4. Computer Aided Design (CAD): If used by the Contractor, the software must, in some conventionally, manageable way, be compatible with AutoCad V2002. B. Unless otherwise provided for, communications between the Contractor and the Con- tract Officer should utilize electronic communications when ever possible for the follow- ing: 1. Request for Interpretation (RFI). 2. Modification Proposal Request. 3. Other as directed. 1.4 ELECTRONIC MEDIA A. Standard forms: Standard forms required by the Contract Documents will be provided in electronic media to the Contractor. B. Construction Documents (Specifications and Drawings) 1. All requests for copies of the Construction Documents will be made through the Contractor; requests by subcontractors or vendors will not be acknowledged. The Contractor will be responsible for the distribution of electronic media to the Contractor's subcontractors and suppliers. 2. Copies of the Construction Documents will be made available to the Contractor, subject to the following: Clallam County Project No. 620613CH Bid Documents Electronic Media Provisions 01315 - Page 1 I I I I I I I I I I I I I I I I I I I ~------- II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Release: The Contractor will sign and return to the Architect, the Electronic Media Release Form included as part of this Section, and will reimburse the Architect the designated fee before any electronic media is released. b. Documents are AutoCad Version 2002 and will not be modified by the Ar- chitect for Contractor's use. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Electronic record drawings for all disciplines, except where specifically required in specifications (Le. Control Systems, Fire Protection Systems, etc.) are to be completed by Contractor from Contractor's redline as-built drawings. Contractor is required to complete both as-built, and record drawings as defined in Section 01770 "Closeout Procedures". PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents Electronic Media Provisions 01315 - Page 2 This release for electronic media is dated the Contractor and Robert Glass & Associates, Inc. between the I I I I I I I I I I I I I I I I I I I ELECTRONIC MEDIA RELEASE It is understood that the Contractor has requested to have Robert Glass & Associates, Inc. supply, to the Contractor electronic media containing information on the Clallam County Correctional Facility Phase I Renovation Project (hereinafter referred to as the Project), for use by the Contractor or others as the Contractor deems appropriate. Therefore, the Contractor and Robert Glass & Associates, Inc. agree as follows: The electronic files provided to the Contractor by Robert Glass & Associates, Inc. for the Project may be used by the Contractor for the processing of submittals for the Project. If the Contractor chooses to use or alter in any way, in whole or in part, the electronic files provided for the Project, the Contractor agrees that such use shall be without liability or legal exposure to Robert Glass & Associates, Inc. Because information and data provided electronically may be altered, whether inadvertently or otherwise, the electronic files are provided solely as a convenience to the Contractor by Robert Glass & Associates, Inc. and shall NOT be considered "Drawings of Record" or as "Construction Documents." All documents considered "Drawings of Record" or "Construction Documents" shall be HARDCOPY and shall be accompanied by a professional's stamp and signature. The HARDCOPY shall be referred to and shall govern in the event of any inconsistency between the HARDCOPY and the information provided electronically. All identification (such as logo, surveyor's seal, etc.) reflecting the involvement of Robert Glass & Associates, Inc. in their preparation shall be removed from the electronic data. The Contractor is advised to check all electronic media for computer viruses before loading the files. The Contractor is fully responsible for intercepting and disabling viruses, if any, that may be inadvertently transmitted with the electronic files and hereby agrees, to indemnify and hold Robert Glass & Associates, Inc. harmless, from and against all claims, of any type or nature asserted by the Contractor or any party as a result of viruses inadvertently transmitted with the electronic files. Files distributed electronically are subject to data erosion, erasure, alteration, and/or systems and software become obsolete in time. By accepting these electronic files, the Contractor acknowledges these risks and agrees to waive all claims against Robert Glass & Associates, Inc. should erosion, erasure and or alteration of these electronic files occur. Signed: Robert Glass & Associates, Inc. Signed: Title: Company: Date: Title: Job No.: Date: ELECTRONIC MEDIA RELEASE 01315 (FORM) II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. 5. Field condition reports. 6. Special reports. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes. 3. Division 1 Section "Submittal Procedures" for submitting schedules and reports. 4. Division 1 Section "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the Schedule of Values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum, unless otherwise approved by Architect. C. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Network calculations determine when activities can be performed and the critical path of Project. D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity. 1. Float time belongs to Owner. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. H. Major Area: A story of construction, a separate building, or a similar significant construction element. I. Milestone: A key or critical point in time for reference or measurement. J. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships. K. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 SUBMITTALS A. Qualification Data: For scheduling consultant. B. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. C. Preliminary Construction Schedule: Submit two opaque copies. 1. Approval of cost-loaded preliminary construction schedule will not constitute approval of Schedule of Values for cost-loaded activities. Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 2 I I I I I I I I I I I I I I I I I I I 'I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 2. Submit an electronic copy of schedule, using software indicated, on CD-R, and labeled to comply with requirements for submittals. Include type of schedule (Initial or Updated) and date on label. D. Daily Construction Reports: Submit two copies at monthly intervals. E. Field Condition Reports: Submit two copies at time of discovery of differing conditions. F. Special Reports: Submit two copies at time of unusual event. 1.5 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and reporting, with capability of producing CPM reports and diagrams within 24 hours of Architect's request. 1.6 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, re-submittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Initial Submittal: Submit concurrently with preliminary bar-chart schedule. Include submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead-time for manufacture or fabrication. Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead of tabulating them separately. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling. " B. Time Frame: Extend schedule from date established for the Notice to Proceed, to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. C. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and re-submittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than 21 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Work under More Than One Contract: Include a separate activity for each contract. 3. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 4. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 5. Owner-Furnished Products: Include a separate activity for each product. Include delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 6. Work Restrictions: Show the effect of the following items on the schedule: Claflam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. 7. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. c. Purchases. d. Mockups. e. Fabrication. f. Sample testing. g. Deliveries. h. Installation. i. Tests and inspections. j. Adjusting. k. Curing. I. Startup and placement into final use and operation. 8. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Permanent space enclosure. c. Completion of mechanical installation. d. Completion of electrical installation. e. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. F. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. G. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules. 1. Microsoft Project. Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.3 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within seven days of date established for the Notice to Proceed. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. CPM Schedule: Prepare Contractor's Construction Schedule using a computerized, time-scaled CPM network analysis diagram for the Work. 1. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 2. Use "one workday" as the unit of time. Include list of nonworking days and holidays incorporated into the schedule. B. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the preliminary network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Testing. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time- scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. C. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. 2.5 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Emergency procedures. 12. Orders and requests of authorities having jurisdiction. 13. Change Orders received and implemented. 14. Construction Change Directives received and implemented. 15. Services connected and disconnected. 16. Equipment or system tests and startups. 17. Partial Completions and occupancies. 18. Substantial Completions authorized. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for interpretation. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. 2.6 SPECIAL REPORTS A. General: Submit special reports directly to Owner within one day of an occurrence. Distribute copies of report to parties affected by the occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, responses by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 7 Clallam County Project No. 620613CH Bid Documents Construction Progress Documentation 01320 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In-House Option: Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. . 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01330 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and the Schedule of Values. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 4. Division 1 Section "Quality Requirements" for submitting test and inspection reports and for mockup requirements. 5. Division 1 Section "Closeout Procedures" for submitting warranties, Project Record Documents and maintenance manuals. 6. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will be provided by the Architect for Contractor's use in preparing submittals. Contractor is to reimburse Architect for all costs associated with handling, processing, delivery, etc. of Contractor's request. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for re- submittals, as follows. Time for review shall commence on Architect's receipt of submittal. 1. Initial Review: Allow 5 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Concurrent Review: Where concurrent review of submittals by Architect's consultants, Owner, or other parties is required, allow 15 days for initial review of each submittal. 3. Direct Transmittal to Consultant: Where the Contract Documents indicate that submittals may be transmitted directly to Architect's consultants provide duplicate copy of transmittal to Architect. Submittal will be returned to Architect before being returned to Contractor. . 4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 15 days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. 5. If intermediate submittal is necessary, process it in the same manner as initial submittal. 6. Allow 15 days for processing each re-submittal. 7. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Unique identifier, including revision number. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 2 I I I I I I I I I I I I I I I I I I I ~ I I I II I I I I I I I I I I I I I I I ----t~ CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. I. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will discard submittals received from sources other than Contractor. 1. Transmittal Form: Use facsimile of sample form at end of Section. 2. Include the following information: a. Project name. b. Date. c. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Specification Section number and title. i. Drawing number and detail references, as appropriate. j. Submittal and transmittal distribution record. k. Remarks. I. Signature of transmitter. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction and others as necessary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Use only final submittals with mark indicating "action" taken by Architect in connection with construction. 1.5 CONTRACTOR'S USE OF ARCHITECT'S CAD FILES A. General: At Contractor's written request, copies of Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the conditions listed in Section 01315 and 1.4.A. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. Architect will return two copies. Mark up and retain one returned copy as a Project Record Document. 2. Number of Copies: Submit copies of each submittal, as follows, unless otherwise indicated: a. Initial Submittal: Submit a preliminary single copy of each submittal where selection of options, color, pattern, texture, or similar characteristics is required. Architect will return submittal with options selected. b. Final Submittal: Submit three copies, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Architect will retain one copy; remainder will be returned. Mark up and retain one returned copy as a Project Record Document. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory-installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operation and maintenance manuals. k. Compliance with recognized trade association standards. I. Compliance with recognized testing agency standards. m. Application of testing agency labels and seals. n. Notation of coordination requirements. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 4 I I I I I I I I I I I I I I I I I I I ,-- I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION f. Shop-work manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. I. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Seal and signature of professional engineer if specified. o. Wiring Diagrams: Differentiate between manufacturer-installed and field- installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit copies of each submittal, as follows: a. Initial Submittal: Submit two blue- or black-line prints. Architect will return one print. b. Final Submittal: Submit three black-line prints, unless prints are required for operation and maintenance manuals. Submit five prints where prints are required for operation and maintenance manuals. Architect will retain one print; remainder will be returned. Mark up and retain one returned print as a Project Record Drawing. D. Coordination Drawings: Comply with requirements in Division 1 Section "Project Management and Coordination." E. Samples: Prepare physical units of materials or products, including the following: 1. Comply with requirements in Division 1 Section "Quality Requirements" for mockups. 2. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 3. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. 4. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Architect's sample where so indicated. Attach label on unexposed side that includes the following: a. Generic description of Sample. b. Product name or name of manufacturer. c. Sample source. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5. Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, provide the following: a. Size limitations. b. Compliance with recognized standards. c. Availability. d. Delivery time. 6. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 7. Number of Samples for Initial Selection: Submit one full set of available choices where color, pattern, texture, or similar characteristics, are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 8. Number of Samples for Verification: Submit three sets of Samples. Architect will retain one Sample set; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. a. Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 9. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. F. Product Schedule or List: Prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. G. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation" for Construction Manager's action. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 6 I I I I I I I I I I I I I I I I I I I ,---- I I I I I I I I I I II I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION H. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." I. Application for Payment: Comply with requirements specified in Division 1 Section "Payment Procedures." J. Schedule of Values: Comply with requirements specified in Division 1 Section "Payment Procedures." K. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Use form at end of Section. 1. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. Architect will return two copies. a. Mark up and retain one returned copy as a PrQject Record Document. 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Architect will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of Contractor, testing agency or design professional responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of the company. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." B. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." C. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Product Certificates: Prepare written statements on manufacturer's letterhead . certifying that product complies with requirements. H. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. I. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. J. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. K. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section. L. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. M. Manufacturer's Field Reports: Prepare written information documenting factory- authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION N. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. O. Material Safety Data Sheets (MSDS's): Submit information directly to Owner. If submitted to Architect, Architect will not review this information and will return it with no action taken. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: D REVIEWED D REVISE AND RESUBMIT D REJECTED D FURNISH AS CORRECTED Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with requirements of the draw- ings and specifications. This check is only for review of the general con- formance with the design concept of the project and general compliance with the information given in the contract documents. The contractor is responsible for; Confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinat- ing his or her work that of all other trades and performing all work in a safe and satisfactory manor. Robert Glass and Associates, Incorporated Date Bv Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 9 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Informational Submittals: Architect will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered non-responsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION Clallam County Project No. 620613CH Bid Documents Submittal Procedures 01330 - Page 10 I I I I I I I I I I I I I I I I I I I I Contract Administration I Transmittal Letter I I PROJECT (Name and address): TO I (Name and address): FROM (Name I and address): WE TRANSMIT: o Attached I VIA: o Overnight delivery FOR: o Approval I Action I o Comment THE FOLLOWING: o Drawings I NO. OF COPIES DATE FORMAT I I I I I REMARKS: I BY: I COPIES TO: I I I o Under separate cover o Mail o Information o Distribution o Specifications DESCRIPTION o E-mail o Use as requested o Other o Digital files o Courier o Submittals o Fax o Other o Other Contract Administration List of Subcontractors PROJECT (Name and address): TO (Architect): FROM (Contractor): ARCHITEcrs PROJECT NUMBER: CONTRACTOR'S PROJECT NUMBER: Page_ of Date: I I I I I I I I I I I I I I I I I I I (List Subcontractors and others proposed to be employed on the above Project as required by the bidding documents) Work/Firm Name Address/Phone Superintendent I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality-assurance and control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and control services required by Architect, Owner or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Division 1 Section "Cutting and Patching" for repair and restoration of construction disturbed by testing and inspecting activities. 3. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Pre-construction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards. E. Source Quality-Control Testing: Tests and inspections that are performed at the source, Le., plant, mill, factory, or shop. F. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Using a term such as "carpentry" does not imply that certain construction activities' must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. I. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 QUALITY ASSURANCE A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 2 I I I I I I I I I I I I I I I I I I I I I I 'I I I. I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirement for specialists shall not supersede building codes and regulations governing the Work. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 548; and with additional qualifications specified in individual Sections; and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. d. Build site-assembled test assemblies and mockups using installers who will perform' same tasks for Project. e. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work. f. When testing is complete, remove test specimens, assemblies, mockups, and laboratory mockups; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances, as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Division 1 Section "Submittal Procedures." D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests, inspections. and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality assurance and control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-control services required by the Contract Documents. Submit schedule within 30 days of date established for the Notice to Proceed. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. 1.7 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality control service to the Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Comply with the Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Clallam County Project No. 620613CH Bid Documents Quality Requirements 01400 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01420 - REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and mayor may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. Clallam County Project No. 620613CH Bid Documents References 01420 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG Americans with Disabilities Act (ADA) (800) 872- 2253 Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities (202) 272- 0080 Available from Access Board www.access-board.gov FED-STD Federal Standard (See FS) NES (Formerly: National Evaluation Service) (See ICC-ES) UFAS Uniform Federal Accessibility Standards (800) 872- 2253 (202) 272- 0080 Available from Access Board www.access-board.gov 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) (202) 862- 5100 www.aluminum.org AAADM American Association of Automatic Door Manufacturers (216) 241- 7333 www.aaadm.com Clallam County Project No. 620613CH Bid Documents References 01420 - Page 2 ------ --- - --- --- - -- ----- CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION AABC Associated Air Balance Council (202) 737- I 0202 www.aabchq.com I AAMA American Architectural Manufacturers Association (847) 303- 5664 I www.aamanet.org AASHTO American Association of State Highway and (202) 624- I 5800 Transportation Officials www.transportation.org I AATCC American Association of Textile Chemists and Colorists (The) (919) 549- 8141 I www.aatcc.org ACI ACllnternational (248) 848- 3700 I (American Concrete Institute) www.aci-int.org ACPA American Concrete Pipe Association (972) 506- I 7216 www.concrete-pipe.org I AEIC Association of Edison Illuminating Companies, Inc. (The) (205) 257- 2530 I www.aeic.org AF&PA American Forest & Paper Association (800) 878- I 8878 www.afandpa.org (202) 463- 2700 AGC Associated General Contractors of America (The) (703) 548- I 3118 www.agc.org I AI Asphalt Institute (859) 288- 4960 I www.asphaltinstitute.org AlA American Institute of Architects (The) (800) 242- I 3837 www.aia.org (202) 626- 7300 I AISC American Institute of Steel Construction (800) 644- 2400 I Clallam County Project No. 620613CH References Bid Documents 01420 - Page 3 I --- I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I www.aisc.org (312)670- 2400 I AISI American Iron and Steel Institute (202) 452- 7100 I www.steel.org AITC American Institute of Timber Construction (303) 792- . 9559 I www.aitc-glulam.org ALSC American Lumber Standard Committee, Incorporated (301) 972- I 1700 www.alsc.org I AMCA Air Movement and Control Association International, Inc. (847) 394- 0150 www.amca.org I ANSI American National Standards Institute (202) 293- 8020 I www.ansLorg APA APA - The Engineered Wood Association (253) 565- 6600 I www.apawood.org ARI Air-Conditioning & Refrigeration Institute (703) 524- I 8800 www.arLorg I ASCE American Society of Civil Engineers (800) 548- 2723 www.asce.org (703) 295- I 6300 ASHRAE American Society of Heating, Refrigerating and (800) 527- 4723 I Air-Conditioning Engineers www.ashrae.org (404) 636- 8400 I ASME ASME International (800) 843- 2763 I (The American Society of Mechanical Engineers International) (212) 591- 7722 www.asme.org I ASSE American Society of Sanitary Engineering (440) 835- 3040 I www.asse-plumbing.org Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION ASTM ASTM International (610) 832- I 9585 (American Society for Testing and Materials International) I www.astm.org AWCI AWCllnternational (703) 534- I 8300 (Association of the Wall and Ceiling Industries International) www.awci.org I AWCMA American Window Covering Manufacturers Association (Now WCSC) I AWl Architectural Woodwork Institute (800) 449- 8811 I www.awinet.org (703) 733- 0600 AWPA American Wood-Preservers' Association (334) 874- I 9800 www.awpa.com AWS American Welding Society (800) 443- I 9353 www.aws.org (305) 443- I 9353 AWWA American Water Works Association (800) 926- I 7337 www.awwa.org (303) 794- 7711 I BHMA Builders Hardware Manufacturers Association (212) 297- 2122 www.buildershardware.com I CCC Carpet Cushion Council (203) 637- 1312 I www.carpetcushion.org w3.pwgsc.gc.ca/cgsb (819) 956- I 0425 CISCA Ceilings & Interior Systems Construction Association (630) 584- I 1919 www.cisca.org CISPI Cast Iron Soil Pipe Institute (423) 892- I 0137 www.cispLorg I Clallam County Project No. 620613CH References Bid Documents 01420 - Page 5 I --..--- ----- ------ I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I CLFMI Chain Link Fence Manufacturers Institute (301) 596- I 2583 www.chainlinkinfo.org CRI Carpet & Rug Institute (The) (800) 882- I 8846 www.carpet-rug.com (706) 278- 3176 I CRSI Concrete Reinforcing Steel Institute (847) 517- 1200 I www.crsi.org CSA CSA International (800) 463- I 6727 (Formerly: IAS - International Approval Services) (416) 747- 4000 I www.csa-international.org CSI Construction Specifications Institute (The) (800) 689- 2900 I www.csinet.org (703) 684- 0300 I CTI Cooling Technology Institute (281) 583- 4087 (Formerly: Cooling Tower Institute) I www.cti.org DHI Door and Hardware Institute (703) 222- I 2010 www.dhLorg I EIA Electronic Industries Alliance (703) 907- 7500 www.eia.org I EJCDC Engineers Joint Contract Documents Committee (800) 548- 2723 www.asce.org (703) 295- I 6300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332- I 0040 www.ejma.org I ESD ESD Association (315)339- 6937 www.esda.org I Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 6 ------- -- ____ _n______ ___ ---------~ -------- ----- CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION FM Factory Mutual System I (Now FMG) FMG FM Global (401) 275- I 3000 (Formerly: FM - Factory Mutual System) www.fmglobal.com I GA Gypsum Association (202) 289- 5440 I www.gypsum.org GANA Glass Association of North America (785) 271- I 0208 www.glasswebsite.com GRI (Now GSI) I GS Green Seal (202) 872- 6400 I www.greenseal.org GSI Geosynthetic Institute (610) 522- I 8440 www.geosynthetic-institute.org HMMA Hollow Metal Manufacturers Association I (Part of NMMM) HPVA Hardwood Plywood & Veneer Association (703) 435- I 2900 www.hpva.org I HPW H. P. White Laboratory, Inc. (410) 838- 6550 www.hpwhite.com I IAS International Approval Services (Now CSA International) I ICEA Insulated Cable Engineers Association, Inc. (770) 830- 0369 I www.icea.net ICRI International Concrete Repair Institute, Inc. (847) 827- I 0830 www.icri.org IEC International Electrotechnical Commission 41 2291902 I 11 www.iec.ch I Clallam County Project No. 620613CH References Bid Documents 01420 - Page 7 I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I IEEE Institute of Electrical and Electronics Engineers, Inc. (The) (212) 419- I 7900 www.ieee.org IESNA Illuminating Engineering Society of North America (212) 248- I 5000 www.iesna.org I IGCC Insulating Glass Certification Council (315)646- 2234 www.igcc.org I IGMA Insulating Glass Manufacturers Alliance (The) (613) 233- 1510 I www.igmaonline.org ISO International Organization for Standardization 412274901 I 11 www.iso.ch ISSFA International Solid Surface Fabricators Association (702) 567- I 8150 www.issfa.net I ITU International Telecommunication Union 41 2273051 11 www.itu.int/home I LMA Laminating Materials Association (Now part of CPA) I LPI Lightning Protection Institute (800) 488- 6864 I www.lightning.org (847) 577- 7200 MBMA Metal Building Manufacturers Association (216) 241- I 7333 www.mbma.com I MFMA Metal Framing Manufacturers Association (312) 644- 6610 www.metalframingmfg.org I MH Material Handling (Now MHIA) I MHIA Material Handling Industry of America (800) 345- 1815 I www.mhia.org (704) 676- Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 8 ---- - - ------------ ------ CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION 1190 I MPI Master Painters Institute (888) 674- 8937 I www.paintinfo.com MSS Manufacturers Standardization Society of The Valve and (703) 281- I 6613 Fittings Industry Inc. www.mss-hq.com I NAAMM National Association of Architectural Metal Manufacturers (312) 332- 0405 I www.naamm.org NACE NACE International (281 ) 228- I 6200 (National Association of Corrosion Engineers International) www.nace.org I NADCA National Air Duct Cleaners Association (202) 737- 2926 www.nadca.com I NAIMA North American Insulation Manufacturers Association (The) (703) 684- 0084 I www.naima.org NCMA National Concrete Masonry Association (703) 713- I 1900 www.ncma.org NCTA National Cable & Telecommunications Association (202) 775- I 3550 www.ncta.com NEBB National Environmental Balancing Bureau (301) 977- I 3698 www.nebb.org I NECA National Electrical Contractors Association (301) 657- 3110 I www.necanet.org NEMA National Electrical Manufacturers Association (703)841- I 3200 www.nema.org NETA InterNational Electrical Testing Association (303) 697- I 8441 www.netaworld.org I Clallam County Project No. 620613CH References Bid Documents 01420 - Page 9 I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I NFPA NFPA (800) 344- I 3555 (National Fire Protection Association) (617) 770- 3000 I www.nfpa.org NFRC National Fenestration Rating Council (301) 589- 1776 I www.nfrc.org NGA National Glass Association (703) 442- I 4890 www.glass.org I NHLA National Hardwood Lumber Association (800) 933- 0318 www.natlhardwood.org (901) 377- I 1818 NLGA National Lumber Grades Authority (604) 524- 2393 I www.nlga.org NRCA National Roofing Contractors Association (800) 323- I 9545 www.nrca.net (847) 299- 9070 I NRMCA National Ready Mixed Concrete Association (888) 846- 7622 I www.nrmca.org (301) 587- 1400 I NSF NSF International (800) 673- 6275 (National Sanitation Foundation International) (734) 769- 8010 I www.nsf.org NSSGA National Stone, Sand & Gravel Association (800) 342- I 1415 www.nssga.org (703) 525- 8788 I OPL Omega Point Laboratories, Inc. (800) 966- 5253 I www.opl.com (210) 635- 8100 I PDCA Painting & Decorating Contractors of America (800) 332- Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION 7322 I www.pdca.com (314) 514- 7322 POI Plumbing & Drainage Institute (800) 589- I 8956 www.pdionline.org (978) 557- I 0720 PGI PVC Geomembrane Institute (217) 333- I 3929 http://pgi-tp.ce.uiuc.edu RCSC Research Council on Structural Connections (800) 644- I 2400 www.boltcouncil.org (312) 670- I 2400 RFCI Resilient Floor Covering Institute (301) 340- 8580 I www.rfci.com SAE SAE International (724) 776- I 4841 www.sae.org SOl Steel Deck Institute (847) 462- I 1930 www.sdi.org I SOl Steel Door Institute (440) 899- 0010 I www.steeldoor.org SEI Structural Engineering Institute (800) 548- 2723 I www.seinstitute.com (703) 295- 6195 SGCC Safety Glazing Certification Council (315) 646- I 2234 www.sgcc.org I SIA Security Industry Association (703) 683- 2075 I www.siaonline.org SIGMA Sealed Insulating Glass Manufacturers Association I (Now IGMA) SJI Steel Joist Institute (843) 626- I Clallam County Project No. 620613CH References Bid Documents 01420 - Page 11 I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I 1995 www.steeljoist.org I SMACNA Sheet Metal and Air Conditioning Contractors' National (703) 803- Association 2980 I www.smacna.org SPRI SPRI (781) 647- 7026 I (Single Ply Roofing Institute) www.spri.org I SSINA Specialty Steel Industry of North America (800) 982- 0355 www.ssina.com (202) 342- I 8630 SSPC SSPC: The Society for Protective Coatings (877) 281- I 7772 www.sspc.org (412) 281- 2331 I SWI Steel Window Institute (216) 241- 7333 www.steelwindows.com I SWRI Sealant, Waterproofing, & Restoration Institute (816) 472- 7974 I www.swrionline.org TCA Tile Council of America, Inc. (864) 646- I 8453 www.tileusa.com I TIA/EIA Telecommunications Industry Association/Electronic (703) 907- 7700 Industries Alliance I www.tiaonline.org TMS The Masonry Society (303) 939- 9700 I www.masonrysociety.org UL Underwriters Laboratories Inc. (800) 285- I 4476 www.ul.com (847) 272- 8800 I UNI Uni-Sell PVC Pipe Association (972) 243- 3902 I www.uni-bell.org Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 12 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION WASTEC Waste Equipment Technology Association (800) 424- 2869 (202) 244- 4700 www.wastec.org WCLlB West Coast Lumber Inspection Bureau (800) 283- 1486 (503) 639- 0651 (800) 550- 7889 (530) 661- 9591 www.wclib.org WMMPA Wood Molding & Millwork Producers Association www.wmmpa.com WSRCA Western States Roofing Contractors Association (800) 725- 0333 (650) 548- 0112 www.wsrca.com WWPA Western Wood Products Association (503) 224- 3930 www.wwpa.org B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (See ICC) CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and Mechanical Officials (909) 472- 4100 www.iapmo.org ICBO International Conference of Building Officials (See ICC) ICBO ICBO Evaluation Service, Inc. ES (See ICC-ES) ICC International Code Council (703) 931- 4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.org Clallam County Project No. 620613CH Bid Documents References 01420 - Page 13 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION www.icc-es.org (800) 423- 6587 (562) 699- 0543 ICC-ES ICC Evaluation Service, Inc. C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers www.usace.army.mil DOC Department of Commerce www.commerce.gov (800) 638-2772 (301) 504-6816 (202) 482-2000 CPSC Consumer Product Safety Commission www.cpsc.gov DOD Department of Defense www.dodssp.daps.mil (215) 697-6257 DOE Department of Energy www.eren.doe.gov (202) 586-9220 EPA Environmental Protection Agency www.epa.gov (202) 272-0167 FAA Federal Aviation Administration www.faa.gov (202) 366-4000 FCC Federal Communications Commission www.fcc.gov (888) 225-5322 FDA Food and Drug Administration www.fda.gov (888) 463-6332 HUD Department of Housing and Urban Development www.hud.gov (800) 488-3111 (202) 501-1888 (202) 708-1112 GSA General Services Administration www.gsa.gov LBL Lawrence Berkeley National Laboratory www.lbl.gov (510) 486-4000 NCHR National Cooperative Highway Research Program P (See TRB) Clallam County Project No. 620613CH Bid Documents References 01420 - Page 14 CLALLAM COUNTY CORRECTIONAL FACILITY I PHASE I RENOVATION NIST National Institute of Standards and Technology (301) 975-6478 I www.nist.gov I OSHA Occupational Safety & Health Administration (800) 321-6742 www.osha.gov (202) 693-1999 PBS Public Building Service I (See GSA) PHS Office of Public Health and Science (202) 690-7694 I http://phs.os.dhhs.gov RUS Rural Utilities Service (202) 720-9540 I (See USDA) SO State Department (202) 647-4000 I www.state.gov TRB Transportation Research Board (202) 334-2934 I www.nas.edu/trb USDA Department of Agriculture (202) 720-2791 I www.usda.gov USPS Postal Service (202) 268-2000 I www.usps.com PART 2 - PRODUCTS (Not Used) I PART 3 - EXECUTION (Not Used) I END OF SECTION I I I I I Clallam County Project No. 620613CH References I Bid Documents 01420 - Page 15 I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Sections include the following: 1. Division 1 Section "Summary" for limitations on utility interruptions and other work restrictions. 2. Division 1 Section "Submittal Procedures" for procedures for submitting copies of implementation and termination schedule and utility reports. 3. Division 1 Section "Execution Requirements" for progress cleaning requirements. 4. Divisions 2 through 16 Sections for temporary heat, ventilation, and humidity requirements for products in those Sections. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Water Service: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.4 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 1.5 QUALITY ASSURANCE A. Standards: Comply with ANSI A10.6, the NECA "Temporary Electrical Facilities," and NFPA241. Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Trade Jurisdictions: Assigned responsibilities for installation and operation of temporary utilities are not intended to interfere with trade regulations and union jurisdictions. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Pavement: Comply with Division 2 Pavement Sections. B. Chain-Link Fencing: Minimum 2-inch, 0.148-inch-thick, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8- inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top rails. C. Portable Chain-Link Fencing: Minimum 2-inch, 9-gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8- inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top and bottom rails. Provide concrete bases for supporting posts. D. Lumber and Plywood: Comply with requirements in Division 6 Section "Rough Carpentry. " E. Gypsum Board: Minimum 1/2 inch thick by 48 inches wide by maximum available lengths; regular-type panels with tapered edges. Comply with ASTM C 36/C 36M. F. Insulation: Un-faced mineral-fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively. G. Paint: Comply with requirements in Division 9 painting Sections. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. 1. All meetings are to be held in the County Courthouse Facility; verify all required dates and times with the Owner. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated, with class and extinguishing agent as required by locations and classes of fire exposures. Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. HV AC Equipment: Unless Owner authorizes use of permanent HV AC system provide vented, self-contained, Iiquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 3. Permanent HV AC System: If Owner authorizes use of permanent HV AC system for temporary use during construction, provide filter with MERV of 8 at each return air grille in system and remove at end of construction. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C. Water Service: Use of Owner's existing water service facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. 1. Where installations below an outlet might be damaged by spillage or leakage, provide a drip pan of suitable size to minimize water damage. Drain accumulated water promptly from pans. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1. Toilets: Use of Owner's existing toilet facilities will not be permitted. Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 3 Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 4 I I I I I I I I I 1 I I I I I I, I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. F. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. G. Electric Power Service: Use of Owner's existing electric power service will be permitted, as long as equipment is maintained in a condition acceptable to Owner. H. Electric Power Distribution: Provide electric power distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power distribution overhead, unless otherwise indicated. 2. Connect temporary service to Owner's existing power source, as directed by Owner. I. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2. Install lighting for Project identification sign. J. Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. Install one telephone line(s) for each field office. 1. Provide additional telephone lines for the following: a. Provide a dedicated telephone line for each facsimile machine and computer in each field office. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Architect's office. e. Engineers' offices. f. Owner's office. g. Principal subcontractors' field and home offices. 3. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. I I I I I I I I I I I I I 'I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION K. Electronic Communication Service: Provide temporary electronic communication service, including electronic mail, in field office. 1. Provide DSL in field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feetof building lines. Comply with NFPA 241. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Parking: Use designated areas of Owner's existing parking areas for construction personnel, as indicated in the Drawings. C. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties, nor endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. D. Project Identification and Temporary Signs: Provide Project identification and other signs as included herein. Install signs where indicated to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 1 Section "Execution Requirements" for progress cleaning requirements. F. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. G. Existing Elevator Use: Use of Owner's existing elevators will not be permitted. H. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. I. Existing Stair Usage: Use of Owner's existing stairs will not be permitted. J. Temporary Use of Permanent Stairs: Cover finished, permanent stairs with protective covering of plywood or similar material so finishes will be undamaged at time of acceptance. Clallam County Project No, 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 5 Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Division 1 Section "Summary." B. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As approved by Owner. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Provide Owner with one set of keys. C. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. D. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. E. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather-tight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, insulate temporary enclosures. F. Temporary Partitions: Provide f1oor-to-ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner from fumes and noise. 1. Construct dustproof partitions with gypsum wallboard with joints taped on occupied side, and fire-retardant plywood on construction operations side. 2. Construct dustproof partitions with 2 layers of 3-mil polyethylene sheet on each side. Cover floor with 2 layers of 3-mil polyethylene sheet, extending sheets 18 inches up the sidewalls. Overlap and tape full length of joints. Cover floor with fire-retardant plywood. a. Construct vestibule and airlock at each entrance through temporary partition with not less than 48 inches between doors. Maintain water- dampened foot mats in vestibule. 3. Insulate partitions to provide noise protection to occupied areas. 4. Seal joints and perimeter. Equip partitions with dustproof doors and security locks. 5. Protect air-handling equipment. 6. Weather strip openings. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 7. Provide walk-off mats at each entrance through temporary partition. G. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. 1. Smoking is allowed ONLY in County designated areas. 2. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire-protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Operate Project-identification-sign lighting daily from dusk until 12:00 midnight. D. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. E. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION Clallam County Project No. 620613CH Bid Documents 01500 - Temporary Facilities and Controls 01500 - Page 7 _I \J) ~ti i=~ UJ::> m~ ~3 n ..< ~x ~~ ,,9/11 S 3 ~ ~ m ~ J ~ ~ ~~ 0 ~ -15 ~ ~~ u 3 ..55 ~ lX: .- ~ OO~ ~~ E--~g ~ U ~ ~<8 ~3 ~0 \./ z~~ 005 u ~u ~ bz Z d9 ~ U~ .. l; O <~ (1)S::::M <S::::o 0 o .- -+-> U ~:> ] gj ~ ll:1 ~ c; ::;s ~OZ~~l;88~~~ Z 8 u'~ ,," '" ~ ~ t;j ~~ s-' g ~'" ~ 0 :::::::z ~ O~M ~...... -"l 5"'; -= Jj u gj' 01 . '1 E--<...... ~ u G ~ 8.!:i [/.> '" ~ Up;.:j~~-:~>~~~ ~ ~CZ) ~ 9.z;l!"E~ ~~ ~ <( 'i ~ ~ ~ ,s 0 Ei ~ .....-c '" '" "" 0 .=: 2 ~ 0 s:::: ~ O~ 1 ~ U U $' ~ o -.. . I uco s:::: s:::: -'c ~ (1) co (1) .~ .S ~gp .s~ gp~ ~:.::: s:::: ~ ~::E ] .. co........ ;:s ~ ~.- ~a 0(3-5 s:::: (1) (1)::E :g ~ ...=... ~ E ~ (1) ] o ~~-g W~ . 1:: o 0 vr I (1) .. "'t:i ~E---+-> ._ U.....:l o ~ .. 0 E-- (1)~ t)~53E ~< U 0 E--0(3lX:E 53 <.- u~~-5 ~G::;< ~1::us:::: (1) 0 S ..oCZl~ ~~<(1) Z G - .. l- e.) III ., ~~I a. ::r 81 I I I I I I I I I I I I I I I I I ---~ I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01600 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Division 1 Section "Closeout Procedures" for submitting warranties for Contract closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.3 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled-content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. 1.4 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products. Include generic names of products required. Include manufacturer's name and proprietary product names for each product. 1. Coordinate product list with Contractor's Construction Schedule and the Submittals Schedule. 2. Form: Tabulate information for each product under the following column headings: a. Specification Section number and title. b. Generic name used in the Contract Documents. c. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. h. Identification of items that require early submittal approval for scheduled delivery date. 3. Initial Submittal: Within 15 days after date of commencement of the Work, submit 3 copies of initial product list. Include a written explanation for omissions of data and for variations from Contract requirements. a. At Contractor's option, initial submittal may be limited to product selections and designations that must be established early in Contract period. 4. Completed List: Within 30 days after date of commencement of the Work, submit 3 copies of completed product list. Include a written explanation for omissions of data and for variations from Contract requirements. 5. Architect's Action: Architect will respond in writing to Contractor within 5 days of receipt of completed product list. Architect's response will include a list of unacceptable product selections and a brief explanation of reasons for this action. Architect's response, or lack of response, does not constitute a waiver of requirement to comply with the Contract Documents. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use Form 01600 following this Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency' indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated. /. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Addenda (prior to Bid) or Change Order (post Award). b. Use product specified, if Architect cannot make a decision on use of a proposed substitution within time allocated. C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 1 Section "Submittal Procedures." b. Use product specified, if Architect cannot make a decision on use of a comparable product request within time allocated. D. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturers' written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturers' written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 8. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Procedures." Comply with requirements in Division 1 Section "Closeout PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 6. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 7. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or approved equal" or "or approved," comply with provisions in Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that comply with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for considera~ion of an unnamed product. 7. Product Options: Where Specifications indicate that sizes, profiles, and dimensional requirements on Drawings are based on a specific product or system, provide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system. 8. Basis-of-Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product that complies with other specified requirements. Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 6 I I I I I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" of similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that does not include premium items. b. Full Range: Where Specifications include the phrase "full range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: Architect will consider requests for substitution if received within 10 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION Clallam County Project No. 620613CH Bid Documents Product Requirements 01600 - Page 8 I. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SUBSTITUTION REQUEST FORM 01600 TO: Robert Glass & Associates, Inc. PROJECT: Clallam County Correctional Facility Phase I Renovation SPECIFIED ITEM: Section Page Paragraph Description PROPOSED SUBSTITUTION: Attach data that includes product description, specifications, drawings, photographs, performance and test data that is adequate for evaluation of request including identification of applicable data portions. Identify all changes or modifications to Contract Documents that will result in installation of proposed substitutions, if any. Undersigned certifies the following items are correct, unless clearly identified by attachments. 1. Proposed substitution does not affect dimensions shown on drawings. 2. Undersigned will pay for any changes to building design, including engineering design, detailing and construction costs caused by proposed substitution. 3. Proposed substitution has no adverse effect on other trades, construction schedule or specified warranty requirements. 4. Maintenance and service parts are available locally or readily obtainable for proposed substitution. Undersigned further certifies function, appearance and quality of proposed substitution are equivalent or superior to specified item. Undersigned agrees to all terms and conditions that substitutions found in Contract Documents. apply to this proposed substitution. Submitted by: Name For use by AlE o Accepted o Accepted as noted o Not Accepted o Received too late Signature Firm Name Street Address City, State, Zip Code By Date Date General Contractor (if after award of Contract) CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 . SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Coordination of Owner-installed products. 5. Progress cleaning. 6. Starting and adjusting. 7. Protection of installed construction. 8. Correction of the Work. B. Related Sections include the following: 1. Division 1 Section "Project Management and Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section "Submittal Procedures" for submitting surveys. 3. Division 1 Section "Cutting and Patching" for procedural requirements for cutting and patching necessary for the installation or performance of other components of the Work. 4. Division 1 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning. 1.3 SUBMITTALS A. Qualification Data: For land surveyor. B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. C. Certified Surveys: Submit two copies signed by land surveyor. 1.4 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site-work, investigate and verify the existence and location of underground utilities and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. c. List of unacceptable installation tolerances. d. Recommended corrections. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for interpretation to Architect. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. See Section 01310 for form. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to layout the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to layout the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and layout site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Building Lines and Levels: Locate and layout control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 3 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.4 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and site-work. 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 8 feet in spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 OWNER-INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction forces. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction forces. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Pre-installation Conferences: Include Owner's construction forces at pre- installation conferences covering portions of the Work that are to receive Owner's work. Attend pre-installation conferences conducted by Owner's construction forces if portions of the Work depend on Owner's construction. Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.7 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 6 Clallam County Project No. 620613CH Bid Documents Execution Requirements 01700 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements." 3.9 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturers' written instructions for temperature and relative humidity. 3.10 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section "Cutting and Patching." 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01731 - CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. B. Related Sections include the following: 1. Division 1 Section "Selective Demolition" for demolition of selected portions of the building. 2. Divisions 2 through 16 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 3. Division 7 Section "Through-Penetration Firestop Systems" for patching fire-rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.4 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. Clallam County Project No. 620613CH Bid Documents Cutting and Patching 01731 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 1.5 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. C. Miscellaneous Elements: Do not cut and patch the following elements or related components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain-wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise- and vibration-control elements and systems. 7. Integral security systems, not approved by Owner. D. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS ~ 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. Clallam County Project No. 620613CH Bid Documents Cutting and Patching 01731 - Page 2 I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. Clallam County Project No. 620613CH Bid Documents Cutting and Patching 01731 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or re-hang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather-tight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION Clallam County Project No. 620613CH Bid Documents Cutting and Patching 01731 - Page 4 I I I I I I I I I I I I I I I I I I I ,- I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01732 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsIons of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. Related Sections include the following: 1. Division 1 Section "Summary" for use of premises, phasing, and Owner- occupancy requirements. 2. Division 1 Section "Temporary Facilities and Controls" for temporary construction and environmental-protection measures for selective demolition operations. 3. Division 1 Section "Cutting and Patching" for cutting and patching procedures. 1.3 DEFINITIONS A. Remove: Detach items from existing construction, and legally dispose of them oft-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner ready for reuse, as noted. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 1 Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.5 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Locations of temporary partitions and means of egress. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. B. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. C. Pre-demolition Photographs or Videotapes: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. Submit before Work begins. D. Record drawings at Project closeout according to Division 1 Section "Closeout Procedures." 1. Identify and accurately locate capped utilities and other structural or mechanical conditions. E. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.6 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. 1. Comply with requirements specified in Division 1 Section "Summary." B. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. C. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Owner will remove hazardous materials under a separate contract. D. Storage or sale of removed items or materials on-site is not permitted. E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.8 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES AND MECHANICAUELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. 1. Comply with requirements for existing services/systems interruptions specified in Division 1 Section "Summary." Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Service/System Requirements: Refer to Division 15 Section for shutting off, disconnecting, and sealing or capping utility services and mechanical/electrical systems. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris- removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 1 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 1 Section "Temporary Facilities and Controls." C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire- suppression devices during flame-cutting operations. 4. Maintain adequate ventilation when using cutting torches. 5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 6. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 7. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 8. Dispose of demolished items and materials promptly. B. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in small sections. Cut concrete to a depth of at least 3/4 inch at junctures with construction to remain, using power-driven saw. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete indicated for selective demolition. Neatly trim openings to dimensions indicated. B. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power-driven saw, then remove masonry between saw cuts. C. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove. Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI-WP and its Addendum. 1. Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION Clallam County Project No. 620613CH Bid Documents Selective Demolition 01732 - Page 6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions. of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Project Record Documents. 3. Operation and Maintenance Manuals. 4. Warranties. 5. Final cleaning. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Division 1 Section "Execution Requirements" for progress cleaning of Project site. 3. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete and submit to the Architect. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect, will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use form at end of Section. 1. Organize list of spaces in sequential order. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 1.6 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. B. Record Drawings: Maintain and submit one set of blue- or black-line white prints of Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity that obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. d. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. Where Shop Drawings are marked, show cross-reference on Contract Drawings. 2. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location. 3. Mark important additional information that was either shown schematically or omitted from original Drawings. 4. Note Construction Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets. 6. Contractor to hire a professional drafting firm to complete electronic record drawings of all changes noted on record prints. Record drawings are to be completed in AutoCAD V.2000 format based on backgrounds of Contract Documents provided by the Architect. Deliver (1) CD and (1) hardcopy to Architect, for review. C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Note related Change Orders, Record Drawings, where applicable. D. Record Product Data: Submit one copy of each Product Data submittal. Mark one set to indicate the actual product installation where installation varies substantially from that indicated in Product Data. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Drawings, where applicable. E. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. 1.7 OPERATION AND MAINTENANCE MANUALS A. Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system, subsystem, and piece of equipment not part of a system. Include operation and maintenance data required in individual Specification Sections and as follows: 1. Operation Data: a. Emergency instructions and procedures. b. System, subsystem, and equipment descriptions, including operating standards. c. Operating procedures, including startup, shutdown, seasonal, and weekend operations. d. Description of controls and sequence of operations. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 4 I I I I I I I I I I I I I I I I I I I ,I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION e. Piping diagrams. 2. Maintenance Data: a. Manufacturer's information, including list of spare parts. b. Name, address, and telephone number of Installer or supplier. c. Maintenance procedures. d. Maintenance and service schedules for preventive and routine maintenance. e. Maintenance record forms. f. Sources of spare parts and maintenance materials. g. Copies of maintenance service agreements. h. Copies of warranties and bonds. B. Organize operation and maintenance manuals into suitable sets of manageable size. Bind and index data in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents,. with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTENANCE MANUAL," Project name, and subject matter of contents. 1.8 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inchpaper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. . Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even- textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision- obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. I. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. m. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION n. Replace parts subject to unusual operating conditions. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. q. Clean ducts, blowers, and coils if units were operated without filters during construction. r. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. s. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION Clallam County Project No. 620613CH Bid Documents Closeout Procedures 01770 - Page 7 Ul llC D: <( == w D: l- I- Ul w tJ) ~ ::i J: :I: I- :l U Ul 0 Z ..J Ul ..J ;:) <( ~ I- a.. Ul <( tJ) w D:: J: 0 ~ t- o U z ~ C) z :J t- m Z u 0 U w Ul <( III D: 0 0 ..J u.. == w != - w == <( Z == 0 0 D: - == 0 0 D: - == ..- N C") '<t L.(') CD "... CO (J) 0 ..- N C") '<t L.(') CD "... CO (J) 0 ..- N C") '<t w ..- ..- ..- ..- ..- ..- ..- ..- ..- ..- N N N N N != I W l- e:( Cl I I I I I I I I I I I I I I I I I I 1- ~; ~ I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION IA DIVISION #2 - SITEWORK Not Used DIVISION #3 - CONCRETE 03300 Cast-in-Place Concrete........................................................................... 14 pages 03542 Hydraulic-Cement-Based Underlayment ............................................... 4 pages Clallam County Project No. 620613CH Bid Documents CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 03300 - CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footing. 2. Slabs-on-grade. 3. Concrete toppings. B. Related Sections include the following: 1. Division 3 Section "Hydraulic-Cement-Based Underlayment" for self-leveling concrete floor toppings. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume; subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. D. Samples: For vapor retarder. E. Welding certificates. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 1 I I I I I I I I I I I I I I I I I I I ;. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION F. Qualification Data: For Installer, manufacturer, testing agency. G. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. H. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form-release agents. 4. Steel reinforcement and accessories. 5. Curing compounds. 6. Vapor retarders. 7. Joint-filler strips. 8. Repair materials. I. Floor surface flatness and levelness measurements to determine compliance with specified tolerances. J. Field quality-control test and inspection reports. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI- certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to the NRMCA "Certification of Ready Mixed Concrete Production Facilities." C. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-01 or an equivalent certification program. 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. E. Welding: Qualify procedures and personnel according to AWS 01.4, "Structural Welding Code--Reinforcing Steel." F. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete, "Sections 1 through 5". 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." G. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. 1.6 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. B. Plain-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as-drawn steel wire into flat sheets. 2.3 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60, plain-steel bars, cut bars true to length with ends square and free of burrs. B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or pre-cast concrete according to the CRSI "Manual of Standard Practice," of greater compressive strength than concrete and as follows: Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 3 I I I I I I I I I I I I I I I I I I I r-n-- I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless- steel bar supports. 2.4 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I a. Fly Ash: ASTM C 618, Class C. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregates: ASTM C 33, Class 3S coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Coarse-Aggregate Size: 3/4 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Water: ASTM C 94/C 94M and potable. 2.5 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2.6 VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E 1745, Class A. recommended adhesive or pressure-sensitive tape. Include manufacturer's 1. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type 105. B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a NO.8 sieve. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand; ASTM D 448, Size 10, with 100 percent passing a 3/8- inch sieve, 10 to 30 percent passing a No. 100 sieve, and at least 5 percent passing No. 200 sieve; complying with deleterious substance limits of ASTM C 33 for fine aggregates. 2.7 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz.lsq. yd. when dry. B. Moisture-Retaining Cover: polyethylene sheet. ASTM C 171, polyethylene film or white burlap- C. Water: Potable. D. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Available Products: a. Burke by Edoco; Cureseal1315. b. Chern Masters; Spray-Cure & Seal Plus. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315. d. Dayton Superior Corporation; Day-Chern Cure and Seal (J-22UV). e. Euclid Chemical Company (The); Super Diamond Clear. f. Kaufman Products, Inc.; Sure Cure 25. g. Lambert Corporation; UV Super Seal. h. L&M Construction Chemicals, Inc.; Lumiseal Plus. i. Meadows, W. R., Inc.; CS-309/30. j. Metalcrete Industries; Seal N Kure O. k. Sonneborn, Div. of Chern Rex; Kure-N-Seal 5. I. Tamms Industries, Inc.; LusterSeal 300. m. Unitex; Solvent Seal 1315. n. US Mix Products Company; US Spec CS-25 o. Vexcon Chemicals, Inc.; Certi-Vex AC 1315 E. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Available Products: a. Burke by Edoco; Cureseal1315 WB. b. ChemMasters; Polyseal WB. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315 WB. d. Euclid Chemical Company (The); Super Diamond Clear VOX. e. Kaufman Products, Inc.; Sure Cure 25 Emulsion. f. Lambert Corporation; UV Safe Seal. g. L&M Construction Chemicals, Inc.; Lumiseal WB Plus. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 5 I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I, I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION h. Meadows, W. R., Inc.; Vocomp-30. i. Metalcrete Industries; Metcure 30. j. Symons Corporation, a Dayton Superior Company; Cure & Seal 31 Percent E. k. Tamms Industries, Inc.; LusterSeal WB 300. I. Unitex; Hydro Seal 25. m. US Mix Products Company; US Spec Radiance UV-25. n. Vexcon Chemicals, Inc.; Vexcon Starseal1315. 2.8 RELATED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Semi-rigid Joint Filler: Two-component, semi-rigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80 per ASTM D 2240. C. Bonding Agent: ASTM C 1059, Type II, non-re-dispersible, acrylic emulsion or styrene butadiene. D. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1. Type IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. E. Reglets: Fabricate reglets of not less than 0.0217-inch-thick, galvanized steel sheet. Temporarily fill or cover face opening of reg let to prevent intrusion of concrete or debris. 2.9 REPAIR MATERIALS A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thickness from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underJayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M. B. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thickness from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5000 psi at 28 days when tested according to ASTM C 109/C 109M. 2.10 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Reference Structural General Notes for requirements: 2.11 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Reference Structural General Notes for requirements: 2.12 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to the CRSI "Manual of Standard Practice." 2.13 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC "Code of Standard Practice for Steel Buildings and Bridges." Clallam County Project No. 620613CH Bid Documents Cast-in-Place Concrete 03300 - Page 7 I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.2 VAPOR RETARDERS A. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. B. Granular Course: Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch or minus 3/4 inch. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS 01.4, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. 3.4 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items are complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. Clallam County Project No. 620613CH Bid Documents Cast-in-Place Concrete 03300 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the- surface. Do not further disturb slab surfaces before starting finishing operations. 3.5 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1 R recommendations for screeding, re-straightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes to produce a profile amplitude of 1/4 inch in 1 direction. 1. Apply scratch finish to surfaces to receive concrete floor toppings. C. Float Finish: Consolidate surface with power-driven floats or by hand 'f1oating if area is small or inaccessible to power driven floats. Re-straighten, cut down high spots, and fill low spots. Repeat float passes and re-straightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces. Flat areas not exposed to public view. D. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, paint, or another thin-film-finish coating system. Clallam County Project No. 620613CH Bid Documents Cast-in-Place Concrete 03300 - Page 9 I I I I I I I I I I I I I I I I I I I I I I' I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Finish and measure surface so gap at any point between concrete surface and an unleveled, freestanding, 10-foot-long straightedge resting on 2 high spots and placed anywhere on the surface does not exceed 1/8 inch. E. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.6 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 3.7 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces jf hot, dry, or windy conditions cause moisture loss approaching 0.2 Ib/sq. ft. x h before and during finishing operations. Apply according to manufacturers' written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. Clallam County Project No. 620613CH Bid Documents Cast-in-Place Concrete 03300 - Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION c. Cure concrete surfaces to receive floor coverings with either a moisture- retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 3.8 LIQUID FLOOR TREATMENTS A. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions. 3.9 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturers' written instructions. 1. Defer joint filling until concrete has aged at least one month. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semi-rigid joint filler full depth in saw-cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.10 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry-pack patching mortar, consisting bf one part Portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through un-reinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturers' written instructions to produce a smooth, uniform, plane and level surface. Feather, edges to match adjacent floor elevations. Clallam County Project No. 620613CH Bid Documents Cast-in-Place Concrete 03300 - Page 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturers' written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. D. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. E. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.11 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections: 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from slabs. C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive- strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 12 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231. pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 6. Compression Test Specimens: ASTM C 31/C 31 M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 7. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratory- cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 8. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 10. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 11. Nondestructive Testing: Impact hammer, sonoscope, or other non-destructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 12. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. Clallam County Project No. 620613CH Bid Documents Cast-In-Place Concrete 03300 - Page 13 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 13. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 14. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E 1155 within 24 hours of finishing. END OF SECTION Clallam County Project No. 620613CH Bid Documents Cast~ln-Place Concrete 03300 - Page 14 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 03542 - HYDRAULlC-CEMENT-BASED UNDERLAYMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsIons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes hydraulic-cement-based underlayment for use below interior floor coverings and as finished floor surfaces. B. Related Sections include the following: 1. Division 9 Sections for patching and leveling compounds applied with floor coverings. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Plans indicating substrates, locations, and average depths of underlayment based on survey of substrate conditions. C. Manufacturer Certificates: Signed by manufacturers of both underlayment and floor covering system certifying that products are compatible. D. Qualification Data: For Installer. E. Minutes of pre-installation conference. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Installer who is approved by manufacturer for application of underlayment products required for this Project. B. Product Compatibility: Manufacturers of both underlayment and floor covering system certify in writing that products are compatible. C. Mockups: Apply hydraulic-cement-based underlayment mockups to demonstrate surface finish, bonding, texture, tolerances, and standard of workmanship. 1. Apply mockups approximately 100 sq. ft. in area in location indicated or, if not indicated, as directed by Architect. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Clallam County Project No. 620613CH Bid Documents Hydraulic-Cement-Based Underlayment 03542 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials to comply with manufacturer's written instructions to prevent deterioration from moisture or other detrimental effects. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Comply with manufacturer's written instructions for substrate temperature, ambient temperature and humidity, ventilation, and other conditions affecting underlayment performance. 1. Place hydraulic-cement-based underlayments only when ambient temperature and temperature of substrates are between 50 and 80 deg F. 1.7 COORDINATION A. Coordinate application of underlayment with requirements of floor covering products, including adhesives, specified in Division 9 Sections, to ensure compatibility of products. PART 2 - PRODUCTS 2.1 HYDRAULlC-CEMENT-BASED UNDERLAYMENTS A. Underlayment: Hydraulic-cement-based, polymer-modified, self-leveling product that can be applied in minimum uniform thickness of 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work are limited to, the following; no substitutions: a. Ardex; K-500 Self-Leveling Underlayment Concrete. b. Raeco; SLU-HS. c. USG; Levelrock SLC-200. 2. Cement Binder: ASTM C 150, Portland cement, or hydraulic or blended hydraulic cement as defined by ASTM C 219. 3. Compressive Strength: Not less than 5000 psi at 28 days when tested according to ASTM C 109/C 109M. 4. Underlayment Additive: Resilient-emulsion product of underlayment manufacturer formulated for use with underlayment when applied to substrate and conditions indicated. B. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch; or coarse sand as recommended by underlayment manufacturer. 1. Provide aggregate when recommended in writing by underlayment manufacturer for underlayment thickness required. C. Water: Potable and at a temperature of not more than 70 deg F. Clallam County Project No. 620613CH Bid Documents Hydraulic-Cement-Based Underlayment 03542 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Primer: Product of underlayment manufacturer recommended in writing for substrate, conditions, and application indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for conditions affecting performance. 1. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Prepare and clean substrate according to manufacturers' written instructions. 1. Treat nonmoving substrate cracks according to manufacturers' written instructions to prevent cracks from telegraphing (reflecting) through underlayment. 2. Fill substrate voids to prevent underlayment from leaking. B. Concrete Substrates: Mechanically remove, according to manufacturer's written instructions, laitance, glaze, efflorescence, curing compounds, form-release agents, dust, dirt, grease, oil, and other contaminants that might impair underlayment bond. 1. Moisture Testing: Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation only after substrates do not exceed a maximum moisture-vapor-emission rate of 3 Ib of water/1 000 sq. ft. in 24 hours. C. Adhesion Tests: After substrate preparation, test substrate for adhesion with underlayment according to manufacturer's written instructions. 3.3 APPLICATION A. General: Mix and apply underlayment components according to manufacturer's written instructions. 1. Close areas to traffic during underlayment application and for time period after application recommended in writing by manufacturer. 2. Coordinate application of components to provide optimum underlayment-to- substrate and inter-coat adhesion. 3. At substrate expansion, isolation, and other moving joints, allow joint of same width to continue through underlayment. B. Apply primer over prepared substrate at manufacturer's recommended spreading rate. C. Apply underlayment to produce uniform, level surface. 1. Apply a final layer without aggregate to produce surface. 2. Feather edges to match adjacent floor elevations. Clallam County Project No. 620613CH Bid Documents Hydraulic-Cement-Based Underlayment 03542 - Page 3 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I, I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Cure underlayment according to manufacturer's written instructions. contamination during application and curing processes. Prevent E. Remove and replace underlayment areas that evidence lack of bond with substrate, including areas that emit a "hollow" sound when tapped. F. Apply floor sealer recommended by underlayment manufacturer. 3.4 PROTECTION A. Protect underlayment from concentrated and rolling loads for remainder of construction period. END OF SECTION Clallam County Project No. 620613CH Bid Documents Hydraulic-Cement-Based Underlayment 03542 - Page 4 Bid Documents I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #4 - MASONRY 04810 Unit Masonry Assemblies... ................... ............ ............. ...... ................... 13 pages Clallam County Project No. 620613CH I. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 04810 - UNIT MASONRY ASSEMBLIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsIons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes unit masonry assemblies consisting of the following: 1. Concrete masonry units (CMUs). 2. Mortar and grout. 3. Reinforcing steel. 4. Ties and anchors. 5. Embedded flashing. 6. Miscellaneous masonry accessories. B. Related Sections include the following: 1. Division 7 Section "Through-Penetration Fire-stop Systems" for fire stopping at openings in masonry walls. 2. Division 7 Section "Joint Sealants" for sealing control and expansion joints in unit masonry. C. Products installed, but not furnished, under this Section include the following: 1. Steel lintels and shelf angles for unit masonry, furnished under Division 5 Section "Metal Fabrications." 1.3 DEFINITIONS A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PERFORMANCE REQUIREMENTS A. Provide structural unit masonry that develops indicated net-area compressive strengths (f m) at 28 days. B. Determine net-area compressive strength (f m) of masonry from average net-area compressive strengths of masonry units and mortar types (unit-strength method) according to International Building Code. C. Determine net-area compressive strength (f m) of masonry by testing masonry prisms according to ASTM C 1314. Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 1 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 2 I I I I I I I I I I I I I I I I I I I I ClAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For the following: 1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. 2. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." Show elevations of reinforced walls. C. Qualification Data: For testing agency. D. Material Certificates: Include statements of material properties indicating compliance with requirements including compliance with standards and type designations within standards. Provide for each type and size of the following: 1. Masonry units. a. Include material test reports substantiating compliance with requirements. b. For masonry units used in structural masonry, include data and calculations establishing average net-area compressive strength of units. 2. Cementitious materials. Include brand, type, and name of manufacturer. 3. Pre-blended, dry mortar mixes. Include description of type and proportions of ingredients. 4. Grout mixes. Include description of type and proportions of ingredients. 5. Reinforcing bars. 6. Anchors, ties, and metal accessories. E. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports, per ASTM C 780, for mortar mixes, required to comply with property specification. 2. Include test reports, per ASTM C 1019, for grout mixes, required to comply with compressive strength requirement. F. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net-area compressive strength of masonry units, mortar type, and resulting net-area compressive strength of masonry determined according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1093 for testing indicated, as documented according to ASTM E 548. B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these I I I II I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION characteristics, through one source from a single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from a single manufacturer for each cementitious component and from one source or producer for each aggregate. D. Pre-construction Testing Service: Owner will engage a qualified independent testing agency to perform construction testing indicated below. Payment for these services will be made by Owner. Retesting of materials that fail to meet specified requirements shall be done at Contractor's expense. 1. Concrete Masonry Unit Test: For each type of unit required, per ASTM C 140. 2. Mortar Test (Property Specification): For each mix required, per ASTM C 780. 3. Grout Test (Compressive Strength): For each mix required, per ASTM C 1019. 4. Prism Test: For each type of construction required, per ASTM C 1314. E. Fire-Resistance Ratings: Where indicated, provide materials and construction identical to those of a'ssemblies with fire-resistance ratings determined per ASTM E 119 by a testing and inspecting agency, by equivalent concrete masonry thickness, or by other means, as acceptable to authorities having jurisdiction. . 1.7 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver pre-blended, dry mortar mix in moisture-resistant containers designed for lifting and emptying into dispensing silo. Store pre-blended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.8 PROJECT CONDITIONS A. Do not apply uniform loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. B. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 3 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and doorframes, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2.2 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to exceed tolerances and to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not uses units where such defects, including dimensions that vary from specified dimensions by more than stated tolerances, will be exposed in the completed Work or will impair the quality of completed masonry. 2.3 CONCRETE MASONRY UNITS (CMU) A. Shapes: Provide shapes indicated and as follows: 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide bull-nose-edged units for outside corners, unless otherwise indicated. B. Concrete Masonry Units: ASTM C 90. 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 2800 psi. 2. Weight Classification: Normal weight. 3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 4. Faces to Receive Plaster: Where units are indicated to receive a direct application of plaster, provide textured-face units made with gap-graded aggregates. 2.4 MASONRY LINTELS A. General: Provide masonry lintels complying with requirements below. I - I II .1 I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Masonry Lintels: Prefabricated or built-in-place masonry lintels made from bond beam concrete masonry units with reinforcing bars placed as indicated and filled with coarse grout. Cure pre-cast lintels before handling and installing. Temporarily support built-in- place lintels until cured. 2.5 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold- weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement-Lime Mix: Packaged blend of Portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207, Type S. D. Masonry Cement: ASTM C 91. 1. Available Products: a. Capital Materials Corporation; Flamingo Color Masonry Cement. b. Holcim (US) Inc.; Mortamix Masonry Cement. c. Lafarge North America Inc.; Lafarge Masonry Cement. d. Lehigh Cement Company; Lehigh Masonry Cement. e. National Cement Company, Inc.; Coosa Masonry Cement. E. Mortar Cement: ASTM C 1329. 1. Available Products: a. Lafarge North America Inc.; Lafarge Mortar Cement. F. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick use aggregate graded with 100 percent passing the No. 16 sieve. G. Aggregate for Grout: ASTM C 404. H. Water: Potable. 2.6 REINFORCEMENT A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60. Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 5 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.7 TIES AND ANCHORS A. Materials: Provide ties and anchors specified in subsequent paragraphs that are made from materials that comply with subparagraphs below, unless otherwise indicated. 1. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60 zinc coating. 2. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2.8 MISCELLANEOUS ANCHORS A. Unit Type Inserts in Concrete: Cast-iron or malleable-iron wedge-type inserts. B. Anchor Bolts: Headed or L-shaped steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers; hot-dip galvanized to comply with ASTM A 153/A 153M, Class C; of dimensions indicated. C. Post-installed Anchors: Provide chemical anchors, with capability to sustain, without failure, a load equal to six times the load imposed when installed in solid or grouted unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 1. Corrosion Protection: Carbon-steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (5 microns) for Class SC 1 service condition (mild). 2. Corrosion Protection: Stainless-steel components complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 for bolts and nuts; ASTM A 666 or ASTM A 276, Type 304 or 316, for anchors. D. Solder and Sealants for Sheet Metal Flashings: As specified in Division 7 Section "Sheet Metal Flashing and Trim". 1. Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. 2. Elastomeric Sealant: ASTM C 920, chemically curing silicone sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. 2.9 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Pre-molded filler strips complying with ASTM D 1056, Grade 2A 1 ; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene, urethane, or PVC. B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D 2000, Designation M2AA-805 or PVC, complying with I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ASTM D 2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). D. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells with loops for holding reinforcing bars in center of cells. Units are formed from 0.142-inch steel wire, hot-dip galvanized after fabrication. Provide units with either two loops or four loops as needed for number of bars indicated. 1. Available Products: a. Dayton Superior Corporation, Dur-O-Wal Division; D/A 810, D/A 812 or D/A 817. b. Heckmann Building Products Inc.; No. 376 Rebar Positioner. c. Hohmann & Barnard, Inc.; #RB or #RB-Twin Rebar Positioner. d. Wire-Bond; O-Ring or Double O-Ring Rebar Positioner. 2.10 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Available Manufacturers: a. Diedrich Technologies, Inc. b. EaCo Chern, Inc. c. ProSoCo, Inc. 2.11 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Limit cementitious materials in mortar to Portland cement, mortar cement, and lime. 3. Limit cementitious materials in mortar for exterior and reinforced masonry to Portland cement, mortar cement, and lime. 4. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Pre-blended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a pre-blended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 7 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength of masonry. 1. For masonry below grade or in contact with earth, use Type S. 2. For reinforced masonry, use Type N. D. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 1.15.1 in ACI530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C 143/C 143M. 2.12 SOURCE QUALITY CONTROL A. Owner will engage a qualified independent testing agency to perform source quality- control testing indicated below: 1. Payment for these services will be made by Owner. 2. Retesting of materials failing to comply with specified requirements shall be done at Contractor's expense. B. Concrete Masonry Unit Test: For each type of unit furnished, per ASTM C 140. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. B. Before installation, examine rough-in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Thickness: Build composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, un-chipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Matching Existing Masonry: Match coursing, bonding, and texture of existing masonry. F. Comply with construction tolerances in ACI 530.1/ASCE 6/TMS 602 and with the following: 1. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet 114 inch in 20 feet, or 112 inch maximum. 2. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 3. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 118 inch in 10 feet, 114 inch in 20 feet or 112 inch maximum. 4. For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch with a maximum thickness limited to 1/2 inch. Do not vary from bed-joint thickness of adjacent courses by more than 118 inch. 5. For exposed head joints, do not vary from thickness indicated by more than plus or minus 118 inch. Do not vary from adjacent bed-joint and head-joint thickness by more than 1/8 inch. 6. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. 7. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch from one masonry unit to the next. 3.3 LAYING MASONRY WALLS A. Layout walls in advance for accurate spacing of surface bond patterns with uniform joint thickness and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4 inches. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 9 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 10 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar. E. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and masonry solidly with mortar, unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. H. Fill cores in hollow concrete masonry units with grout 24 inches under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. 3.4 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. 3. With webs fully bedded in mortar in grouted masonry, including starting course on footings. 4. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. C. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than paint), unless otherwise indicated. 3.5 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in-plane wall or partition movement. B. Form control joints in concrete masonry using one of the following methods: 1. Fit bond-breaker strips into hollow contour in ends of concrete masonry units on one side of control joint. Fill resultant core with grout and rake out joints in exposed faces for application of sealant. 2. Install preformed control-joint gaskets designed to fit standard sash block. 3. Install interlocking units designed for control joints. Install bond-breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 4. Install temporary foam-plastic filler in head joints and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick made from clay or shale as follows: 1. Build flanges of factory-fabricated, expansion-joint units into masonry. 2. Build in compressible joint fillers where indicated. D. Provide horizontal, pressure-relieving joints by either leaving an air space or inserting a compressible filler of width required for installing sealant and backer rod specified in Division 7 Section "Joint Sealants," but not less than 3/8 inch. 1. Locate horizontal, pressure-relieving joints beneath shelf angles supporting masonry. 3.6 LINTELS A. Install steel lintels where indicated. B. Provide masonry lintels where shown and where openings of more than 12 inches for brick-size units and 24 inches for block-size units are shown without structural steel or other supporting lintels. C. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated. 3.7 REINFORCED UNIT MASONRY INSTAllATION A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other temporary loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in ACI 530.1/ASCE 6/TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for c1eanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections indicated below and prepare test reports: Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 11 Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 12 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Payment for these services will be made by Owner. 2. Retesting of materials failing to comply with specified requirements shall be done at Contractor's expense. B. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof. C. Concrete Masonry Unit Test: For each type of unit provided, per ASTM C 140. D. Mortar Test (Property Specification): For each mix provided, per ASTM C 780. Test mortar for mortar air content and compressive strength. E. Grout Test (Compressive Strength): For each mix provided, per ASTM C 1019. F. Prism Test: For each type of construction provided, per ASTM C 1314 at 7 days and at 28 days. 3.9 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel un-cleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and non-masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 3.10 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Excess Masonry Waste: Remove excess clean masonry waste and other masonry waste, and legally dispose of off Owner's property. END OF SECTION Clallam County Project No. 620613CH Bid Documents Unit Masonry Assemblies 04810 - Page 13 DIVISION #5 - METALS 05500 Metal Fabrications. ..................... ...... ... .......... ............... ............................ 9 pages I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Clallam County Project No. 620613CH Bid Documents ~I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 05500 - METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Steel framing and supports for countertops. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Shelf angles. 4. Loose bearing and leveling plates. 5. Steel weld plates and angles for casting into concrete not specified in other Sections. 6. Miscellaneous steel trim including steel angle corner guards and steel edgings. B. Products furnished, but not installed, under this Section include the following: 1. Loose steel lintels. 2. Anchor bolts, steel pipe sleeves, and wedge-type inserts indicated to be built into unit masonry. C. Related Sections include the following: 1. Division 3 Section "Cast-in-Place Concrete" for installing anchor bolts, steel pipe sleeves, wedge-type inserts and other items indicated to be cast into concrete. 2. Division 4 Section "Unit Masonry Assemblies" for installing loose lintels, anchor bolts, and other items indicated to be built into unit masonry. 1.3 SUBMITTALS A. Product Data: For the following: 1. Paint products. 2. Grout. B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. 2. Provide templates for anchors and bolts specified for installation under other Sections. Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 1 Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Samples for Verification: For each type and finish of extruded nosing. D. Mill Certificates: Signed by manufacturers of stainless-steel sheet certifying that products furnished comply with requirements. E. Welding certificates. F. Qualification Data: For professional engineer. 1.4 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: 1. AWS 01.1, "Structural Welding Code--Steel." 2. AWS 01.3, "Structural Welding Code--Sheet Steel." 1.5 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 1.6 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Coordinate installation of steel weld plates and angles for casting into concrete that are specified in this Section but required for work of another Section. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: I. CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION II I I. I I I I I I I I I I I I I I I 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2.2 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.3 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Rolled-Steel Floor Plate: ASTM A 786, rolled from plate complying with ASTM A 36 or ASTM A 283, Grade C or D. C. Steel Tubing: ASTM A 500, cold-formed steel tubing. D. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. E. Slotted Channel Framing: Cold-formed metal channels with continuous slot complying with MFMA-3. 1. Size of Channels: 1-5/8 by 1-5/8 inches. 2. Material for Exterior: Galvanized steel complying with ASTM A 653, commercial steel, Type B, with G90 coating; 0.1 08-inch nominal thickness. 3. Material for Interior: Steel complying with ASTM A 1008, commercial steel, Type B; 0.0966-inch minimum thickness; coated with rust-inhibitive, baked-on, acrylic enamel. 2.4 FASTENERS A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts, Alloy Group 1. D. Anchor Bolts: ASTM F 1554, Grade 36. 1. Provide hot-dip or mechanically deposited, zinc-coated anchor bolts where item being fastened is indicated to be galvanized. E. Eyebolts: ASTM A 489. F. Machine Screws: ASME B18.6.3. Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 3 Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION G. Lag 8olts: ASME 818.2.1. H. Wood Screws: Flat head, ASME 818.6.1. I. Plain Washers: Round, ASME 818.22.1. J. Lock Washers: Helical, spring type, ASME 818.21.1. K. Cast-in-Place Anchors in Concrete: Anchors capable of sustaining, without failure, a load equal to four times the load imposed, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, hot-dip galvanized per ASTM A 153/A 153M. L. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Material for Anchors in Interior Locations: Carbon-steel components zinc-plated to comply with ASTM 8 633, Class Fe/Zn 5. 2.5 MISCELLANEOUS MATERIALS A. Welding Rods and 8are Electrodes: Select according to AWS specifications for metal alloy welded. B. Zinc-Rich Primer: Complying with SSPC-Paint 20 or SSPC-Paint 29 and compatible with topcoat. 1. Use primer with a VOC content of 420 g/L (3.5 Ib/gal.) or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Available Products: a. Benjamin Moore & Co.; Epoxy Zinc-Rich Primer CM18/19. b. Carboline Company; Carbozinc 621. c. ICI Devoe Coatings; Catha-Coat 313. d. PPG Architectural Finishes, Inc.; Aquapon Zinc-Rich Primer 97-670. e. Sherwin-Williams Company (The); Corothane I GalvaPac Zinc Primer. f. Tnemec Company, Inc.; Tneme-Zinc 90-97. C. Galvanizing Repair Paint: High-zinc-dust-content paint for re-galvanizing welds in steel, complying with SSPC-Paint 20. D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Non-shrink. Nonmetallic Grout: Factory-packaged. non-staining. non-corrosive. non- gaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. F. Concrete Materials and Properties: Comply with requirements in Division 3 Section "Cast-in-Place Concrete" for normal-weight. air-entrained, ready-mix concrete with a minimum 28-day compressive strength of 3000 psi, unless otherwise indicated. 2.6 FABRICATION, GENERAL A. Shop Assembly: Pre-assemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work true to line and level with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth. using concealed fasteners where possible. Where exposed fasteners are required. use Phillips flat- head (countersunk) screws or bolts, unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce. drill, and tap metal fabrications as indicated to receive finish hardware. screws. and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 5 Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6- inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts if units are installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. D. Prime miscellaneous framing and supports with zinc-rich primer where indicated. 2.8 LOOSE STEEL LINTELS A. Fabricate loose steel lintels from steel angles and shapes of size indicated for openings and recesses in masonry walls and partitions at locations indicated. Weld adjoining members together to form a single unit where indicated. B. Size loose lintels to provide bearing length at each side of openings equal to 1/12 inch of clear span but not less than 8 inches, unless otherwise indicated. C. Galvanize loose steel lintels located in exterior walls. D. Prime loose steel lintels located in exterior walls with zinc-rich primer. 2.9 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated. 1. Provide mitered and welded units at corners. 2. Provide open joints in shelf angles at expansion and control joints. Make open joint approximately 2 inches larger than expansion or control joint. B. Galvanize shelf angles located in exterior walls. C. Prime shelf angles located in exterior walls with zinc-rich primer. D. Furnish wedge-type concrete inserts, complete with fasteners, to attach shelf angles to cast-in-place concrete. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.10 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates after fabrication. C. Prime plates with zinc-rich primer. 2.11 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with not less than two integrally welded steel strap anchors for embedding in concrete. 2.12 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding in masonry construction. C. Galvanize exterior miscellaneous steel trim and interior miscellaneous steel trim, where indicated. D. Prime exterior miscellaneous steel trim and interior miscellaneous steel trim, where indicated with zinc-rich primer. 2.13 METAL FLOOR PLATE A. Fabricate from rolled-steel floor plate of thickness indicated below: 1. Thickness: 1/8 inch. B. Provide steel angle supports as indicated. C. Include steel angle stiffeners, and fixed and removable sections as indicated. D. Provide flush steel bar drop handles for lifting removable sections, one at each end of each section. 2.14 FINISHES, GENERAL A. Comply with the NMMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 7 Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Finish metal fabrications after assembly. 2.15 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123/A 123M, for galvanizing steel and iron products. 2. ASTM A 153/A 153M, for galvanizing steel and iron hardware. B. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Interiors (SSPC Zone 1A): SSPC-SP 3, "Power Tool Cleaning." C. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application Specification NO.1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with a heavy coat of bituminous paint. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. 3.3 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use non-shrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use non-shrink, nonmetallic grout in exposed locations, unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 painting Sections. C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION Clallam County Project No. 620613CH Bid Documents Metal Fabrications 05500 - Page 9 Bid Documents I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #6 - WOOD AND PLASTIC 06100 Rough Carpentry...... .......... ..................... .......... ....................... ........ ..... .... 6 pages 06400 Interior Architectural Woodwork.............................................................. 6 pages Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wood blocking and nailers. 2. Plywood backing panels. 1.3 DEFINITIONS A. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. B. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. WWPA: Western Wood Products Association. 1.4 SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amou.nt of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire-retardant treatments specified to be High-Temperature (HT) type, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. C. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Wood-preservative-treated wood. 2. Fire-retardant-treated wood. 3. Power-driven fasteners. 4. Powder-actuated fasteners. 5. Expansion anchors. 1.5 QUALITY ASSURANCE A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1. Miscellaneous lumber. 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules- writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 3. Provide dressed lumber, S4S, unless otherwise indicated. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA C2 except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Kiln-dry, lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat Items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofi ng. 2. Wood sills, sleepers, blocking, and similar concealed members in contact with masonry or concrete. 2.3 FIRE-RETARDANT-TREATED MATERIALS A. General: Comply with performance requirements in AWPA C20 (lumber) and AWPA C27 (plywood). 1. Use Interior Type A, High Temperature (HT) for enclosed roof framing, framing in attic spaces, and where indicated. 2. Use Interior Type A, unless otherwise indicated. B. Identify fire-retardant-treated wood with appropriate classification marking of testing and inspecting agency acceptable to authorities having jurisdiction. C. Application: Treat all rough carpentry, unless otherwise indicated. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. B. For items of dimension lumber size, provide Standard, Stud, or NO.3 grade lumber with 15 percent maximum moisture content of any species. C. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Hem-fir or hem-fir (north), Construction or 2 Common grade; NLGA, WCLlB, or WWPA. 2. Western woods, Construction or NO.2 Common grade; WCLlB or WWPA. D. For blocking not used for attachment of other construction, Utility, Stud, or NO.3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 3 CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent-over nails and damage to paneling. 2.5 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged, fire-retardant treated, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. D. Wood Screws: ASME B 18.6.1. E. lag Bolts: ASME B 18.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A, with ASTM A 563 hex nuts and, where indicated, flat washers. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2.7 MISCELLANEOUS MATERIALS A. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing, 3-iodo-2-propynyl butyl carbamate combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, 'and fitted. Fit rough carpentry to other construction; scribe and cope as needed for Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. C. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: 1. Fire block furred spaces of walls, at each floor level, at ceiling, and at not more than 96 inches o.c. with solid wood blocking or noncombustible materials accurately fitted to close furred spaces. D. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement... E. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative- treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. F. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in the IBC International Building Code. G. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. H. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. 3.2 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. C. Provide permanent grounds of dressed, pressure-preservative-treated, key-beveled lumber not less than 1-1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 5 Clallam County Project No. 620613CH Bid Documents Rough Carpentry 06100 - Page 6 I I I I I I I I I I I I I I I I I. I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.3 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION II CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION I I II I I I II II I II SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Plastic-laminate shelving. B. Related Sections include the following: 1. Division 6 Section "Rough Carpentry" for blocking, shims, and hanging strips required for installing woodwork and concealed within other construction before woodwork installation. 1.3 DEFINITIONS A. Interior architectural woodwork includes blocking, shims, and hanging strips for installing woodwork items unless concealed within other construction before woodwork installation. 1.4 SUBMITTALS II A. Product Data: For high-pressure decorative laminate, adhesive for bonding plastic laminate, fire-retardant-treated materials, hardware and accessories. I I I I I I I 1. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large- scale details, attachment devices, and other components. 1. Show details full size. 2. Show locations and sizes of blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. C. Samples for Verification: 1. Plastic laminates, 8 by 10 inches for each type, color, pattern, surface finish and specified edge material applied to 1 edge. 2. Exposed hardware and accessories, one unit for each type and finish. D. Product Certificates: For each type of product, signed by product manufacturer. Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Woodwork Quality Standard Compliance Certificates: AWl Quality Certification Program certificates. F. Qualification Data: For Installer and fabricator. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom-fabricate products similar to those required for this Project and whose products have a record of successful in-service performance. Shop is a certified participant in AWl Quality Certification Program. B. Installer Qualifications: Certified participant in AWl Quality Certification Program. C. Quality Standard: Unless otherwise indicated, comply with AWl "Architectural Woodwork Quality Standards" for grades of interior architectural woodwork indicated for construction, finishes, installation, and other requirements. 1. Provide AWl Quality Certification Program labels and certificates indicating that woodwork including installation, complies with requirements of grades specified. D. Fire-Test-Response Characteristics: Where fire-retardant materials or products are indicated, provide materials and products with specified fire-test-response characteristics as determined by testing identical products per test method indicated by UL, ITS, or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify with appropriate markings of applicable testing and inspecting agency in the form of separable paper label or, where required by authorities having jurisdiction, imprint on surfaces of materials that will be concealed from view after installation. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not deliver woodwork until painting and similar operations that could damage woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas where environmental conditions comply with requirements specified in "Project Conditions" Article. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet work is complete, and HV AC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. 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. Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 2 II I I I I I I I I I I I II I I II I II I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 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. 1.8 COORDINATION A. Coordinate sizes and locations of framing, blocking, reinforcements, and other related units of Work specified in other Sections to ensure that interior architectural woodwork can be supported and installed as indicated. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide materials that comply with requirements of AWl quality standard for each type of woodwork and quality grade specified, unless otherwise indicated. B. Wood Products: Comply with the following: 1. Softwood Plywood: DOC PS 1. C. High-Pressure Decorative Laminate: NEMA LD 3, grades as indicated or, if not indicated, as required by woodwork quality standard. 1. Manufacturer: Subject to compliance with requirements, provide high-pressure decorative laminates by one of the following: a. Formica Corporation. b. Nevamar Company, LLC; Decorative Products Div. c. Wilsonart International; Div. of Premark International, Inc. 2.2 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, use materials complying with requirements in this Article that are acceptable to authorities having jurisdiction, and with fire-test-response characteristics specified. 1. Do not use treated materials that do not comply with requirements of referenced woodworking standard or that are warped, discolored, or otherwise defective. 2. Use fire-retardant-treatment formulations that do not bleed through or otherwise adversely affect finishes. Do not use colorants to distinguish treated materials from untreated materials. 3. Identify fire-retardant-treated materials with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Fire-Retardant- Treated Lumber and Plywood by Pressure Process: Comply with performance requirements of AWPA C20 (lumber) and AWPA C27 (plywood). Use the following treatment type: 1. Exterior Type: Organic-resin-based formulation thermally set in wood by kiln drying. 2. Interior Type A: Low-hygroscopic formulation. 3. Mill lumber before treatment and implement special procedures during treatment and drying processes that prevent lumber from warping and developing discolorations from drying sticks or other causes, marring, and other defects affecting appearance of treated woodwork. 4. Kiln-dry materials before and after treatment to levels required for untreated materials. 2.3 HARDWARE AND ACCESSORIES A. General: Provide shelf support brackets and accessory materials associated with architectural woodwork. 2.4 MISCELLANEOUS MATERIALS A. Blocking, Shims, and Hanging Strips: Fire-retardant-treated softwood lumber, kiln dried to less than 15 percent moisture content. B. Adhesives, General: Do not use adhesives that contain urea formaldehyde. C. Adhesive for Bonding Plastic Laminate: Resorcinol. 1. Adhesive for Bonding Edges: Hot-melt adhesive or adhesive specified above. 2.5 FABRICATION, GENERAL A. Interior Woodwork Grade: Unless otherwise indicated, provide Custom-grade interior woodwork complying with referenced quality standard. B. Wood Moisture Content: Comply with requirements of referenced quality standard for wood moisture content in relation to ambient relative humidity during fabrication and in installation areas. C. Fabricate woodwork to dimensions, profiles, and details indicated. D. Complete fabrication, including assembly, finishing and hardware application, to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify Architect seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 4 I I I I I I I I I I I I I I I I I I I II II I II ,I I I I I I II II II ClAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION intended and check measurements of assemblies against field measurements indicated on Shop Drawings before disassembling for shipment. 2.6 PLASTIC-lAMINATE SHELVING A. Grade: Custom. B. High-Pressure Decorative laminate Grade: HGS. C. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: 1. As indicated by manufacturer's designations. D. Edge Treatment: As indicated. E. Core Material: Exterior-grade plywood. F. Backer Sheet: Provide plastic-laminate backer sheet, Grade BKl, on underside of shelving substrate. PART 3 - EXECUTION 3.1 PREPARATION A. Before installation, condition woodwork to average prevailing humidity conditions in installation areas. B. Before installing architectural woodwork, examine shop-fabricated work for completion and complete work as required, including removal of packing and back-priming. 3.2 INSTALLATION II A. Grade: Install woodwork to comply with requirements for the same grade specified in Part 2 for fabrication of type of woodwork involved. I I I I I I B. Assemble woodwork and complete fabrication at Project site to comply with requirements for fabrication in Part 2, to extent that it was not completed in the shop. C. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb (including tops) to a tolerance of 1/8 inch in 96 inches. D. Scribe and cut woodwork to fit adjoining work, refinish cut surfaces, and repair damaged finish at cuts. E. Fire-Retardant-Treated Wood: Handle, store, and install fire-retardant-treated wood to comply with chemical treatment manufacturer's written instructions, including those for adhesives used to install woodwork. F. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure with countersunk, concealed fasteners and blind nailing as required for Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION complete installation. Use finishing screws for exposed fastening, countersunk and filled flush with woodwork. G. Shelving: Anchor securely by screwing through supports into underside of shelving. 1. Install shelving with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. 2. Caulk space between shelving and wall with sealant specified in Division 7 Section "Joint Sealants." 3.3 ADJUSTING AND CLEANING A. Repair damaged and defective woodwork, where possible, to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. C. Clean woodwork on exposed and semi-exposed surfaces. Touch up shop-applied finishes to restore damaged or soiled areas. 3.4 PLASTIC LAMINATE AND SOLID SURFACE COLOR SCHEDULE A. Plastic Laminate colors are to match as follows: 1. PLAM-1: Nevamar, #PR5002T, "Papier Cache" textured. END OF SECTION Clallam County Project No. 620613CH Bid Documents Interior Architectural Woodwork 06402 - Page 6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #7 - THERMAL AND MOISTURE PROTECTION 07841 Through-Penetration Fire-Stop Systems.................................................. 8 pages 07920 Joint Sealants........................................................................................... 10 pages 07930 Security Sealant....................................................................................... 5 pages Clallam County Project No. 620613CH Bid Documents Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 07841 - THROUGH-PENETRATION FIRE-STOP SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes through-penetration fire-stop systems for penetrations through fire-resistance-rated constructions, including both empty openings and openings containing penetrating items. Contractor is responsible for identifying all required penetrations and assigning a jurisdiction-acceptable fire-stop system. B. Related Sections include the following: 1. Division 15 Sections specifying duct and piping penetrations. 2. Division 16 Sections specifying cable and conduit penetrations. 1.3 PERFORMANCE REQUIREMENTS A. General: For penetrations through the following fire-resistance-rated constructions, including both empty openings and openings containing penetrating items, provide through-penetration fire-stop systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire-resistance rating of construction penetrated. 1. Fire-resistance-rated walls including fire barriers and smoke barriers. B. Rated Systems: Provide through-penetration fire-stop systems with the following ratings determined per UL 1479: 1. F-Rated Systems: Provide through-penetration fire-stop systems with F-ratings indicated, but not less than that equaling or exceeding fire-resistance rating of constructions penetrated. 2. T-Rated Systems: For the following conditions, provide through-penetration fire- stop systems with T-ratings indicated, as well as F-ratings, where systems protect penetrating items exposed to potential contact with adjacent materials in occupiable floor areas: a. Penetrations located outside wall cavities. b. Penetrations located outside fire-resistance-rated shaft enclosures. 3. . L-Rated Systems: Where through-penetration fire-stop systems are required in smoke barriers, provide through-penetration fire-stop systems with L-ratings of not more than 3.0 cfm/sq. ft. at both ambient temperatures and 400 deg F. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. For through-penetration fire-stop systems exposed to view, traffic, moisture, and physical damage, provide products that, after curing, do not deteriorate when exposed to these conditions both during and after construction. 1. For piping penetrations for plumbing and wet-pipe sprinkler systems, provide moisture-resistant through-penetration fire-stop systems. 2. For penetrations involving insulated piping, provide through-penetration fire-stop systems not requiring removal of insulation. D. For through-penetration fire-stop systems exposed to view, provide products with flame-spread and smoke-developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each through-penetration fire-stop system, show each type of construction condition penetrated, relationships to adjoining construction, and type of penetrating item. Include fire-stop design designation of' qualified testing and inspecting agency that evidences compliance with requirements for each condition indicated. 1. Submit documentation, including illustrations, from a qualified testing and inspecting agency that is applicable to each through-penetration fire-stop system configuration for construction and penetrating items. 2. Where Project conditions require modification to a qualified testing and inspecting agency's illustration for a particular through-penetration fire-stop condition, submit illustration, with modifications marked, approved by through- penetration fire-stop system manufacturer's fire-protection engineer as an engineering judgment or equivalent fire-resistance-rated assembly. C. Through-Penetration Fire-stop System Schedule: Indicate locations of each through- penetration fire-stop system, along with the following information: 1. Types of penetrating items. 2. Types of constructions penetrated, including fire-resistance ratings and, where applicable, thickness of construction penetrated. 3. Through-penetration fire-stop systems for each location identified by fire-stop design designation of qualified testing and inspecting agency. D. Qualification Data: For Installer. E. Product Certificates: For through-penetration fire-stop system products, signed by product manufacturer. F. Product Test Reports: From a qualified testing agency indicating through-penetration fire-stop system complies with requirements, based on comprehensive testing of current products. Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 2 Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.5 QUALITY ASSURANCE A. Installer Qualifications: A firm that has been approved by FMG according to FMG 4991, "Approval of Fire-stop Contractors." B. Installer Qualifications: A firm experienced in installing through-penetration fire-stop systems similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful performance. Qualifications include having the necessary experience, staff, and training to install manufacturer's products per specified requirements. Manufacturer's willingness to sell its through-penetration fire-stop system products to Contractor or to Installer engaged by Contractor does not in itself confer qualification on buyer. C. Installation Responsibility: Assign installation of through-penetration fire-stop systems and fire-resistive joint systems in Project to a single qualified installer. D. Source Limitations: Obtain through-penetration fire-stop systems, for each kind of penetration and construction condition indicated, through one source from a single manufacturer. E. Fire- Test-Response Characteristics: Provide through-penetration fire-stop systems that comply with the following requirements and those specified in Part 1 "Performance Requirements" Article: 1. Fire-stopping tests are performed by a qualified, testing and inspecting agency. A qualified testing and inspecting agency is UL, or another agency performing testing and follow-up inspection services for fire-stop systems acceptable to authorities having jurisdiction. 2. Through-penetration fire-stop systems are identical to those tested per testing standard referenced in "Part 1 Performance Requirements" Article. Provide rated systems complying with the following requirements: a. Through-penetration fire-stop system products bear classification marking of qualified testing and inspecting agency. b. Through-penetration fire-stop systems correspond to those indicated by reference to through-penetration fire-stop system designations listed by the following: 1) UL in its "Fire Resistance Directory." 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver through-penetration fire-stop system products to Project site in original, unopened containers or packages with intact and legible manufacturers' labels identifying product and manufacturer, date of manufacture, lot number, shelf life if applicable, qualified testing and inspecting agency's classification marking applicable to Project, curing time, and mixing instructions for multi-component materials. B. Store and handle materials for through-penetration fire-stop systems to prevent their deterioration or damage due to moisture, temperature changes, contaminants, or other causes. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install through-penetration fire-stop systems when ambient or substrate temperatures are outside limits permitted by through-penetration fire-stop system manufacturers or when substrates are wet due to rain, frost, condensation, or other causes. B. Ventilate through-penetration fire-stop systems per manufacturers' written instructions by natural means or, where this is inadequate, forced-air circulation. 1.8 COORDINATION A. Coordinate construction of openings and penetrating items to ensure that through- penetration fire-stop systems are installed according to specified requirements. B. Coordinate sizing of sleeves, openings, core-drilled holes, or cut openings to accommodate through-penetration fire-stop systems. C. Notify Owner's inspecting agency at least seven days in advance of through- penetration fire-stop system installations; confirm dates and times on days preceding each series of installations. D. Do not cover up through-penetration fire-stop system installations that will become concealed behind other construction until each installation has been examined by Owner's inspecting agency and building inspector, if required by authorities having jurisdiction. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, through-penetration fire- stop systems that may be incorporated into the Work include, but are not limited to, those systems indicated that are produced by one of the following manufacturers: 1. NO Fire Protection Systems Inc. 2. Grace, W. R. & Co. - Conn. 3. Hilti, Inc. 4. Johns Manville. 5. Nelson Fire-stop Products. 6. NUCO Inc. 7. Specified Technologies Inc. 8. 3M; Fire Protection Products Division. 9. Tremco; Sealant/Weatherproofing Division. 10. USG Corporation. 2.2 FIRESTOPPING, GENERAL A. Compatibility: Provide through-penetration fire-stop systems that are compatible with one another; with the substrates forming openings; and with the items, if any, Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 4 Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION penetrating through-penetration fire-stop systems, under conditions of service and application, as demonstrated by through-penetration fire-stop system manufacturer based on testing and field experience. B. Accessories: Provide components for each through-penetration fire-stop system that are needed, to install fill materials. and to comply with Part 1 "Performance Requirements" Article. Use only components specified by through-penetration fire-stop system manufacturer and approved by qualified testing and inspecting agency for fire- stop systems indicated. Accessories include, but are not limited to, the following items: 1. Permanent forming/damming/backing materials, including the following: a. Slag-/rock-wool-fiber insulation. b. Sealants used in combination with other forming/damming/backing materials to prevent leakage of fill materials in liquid state. c. Fire-rated form board. d. Fillers for sealants. 2. Temporary forming materials. 3. Substrate primers. 4. Collars. 5. Steel sleeves. 2.3 FILL MATERIALS A. General: Provide through-penetration fire-stop systems containing the types of fill materials indicated in the Through-Penetration Fire-stop System Schedule at the end of Part 3 by referencing the types of materials described in this Article. Fill materials are those referred to in directories of referenced testing and inspecting agencies as "fill," "void," or "cavity" materials. B. Latex Sealants: Single-component latex formulations that after cure do not re-emulsify during exposure to moisture. C. . Fire-stop Devices: Factory-assembled collars formed from galvanized steel and lined with intumescent material sized to fit specific diameter of penetrant. D. Intumescent Putties: Non-hardening dielectric, water-resistant putties containing no solvents, inorganic fibers, or silicone compounds. E. Intumescent Wrap Strips: Single-component intumescent elastomeric sheets with aluminum foil on one side. F. Mortars: Prepackaged dry mixes consisting of a blend of inorganic binders, hydraulic cement, fillers, and lightweight aggregate formulated for mixing with water at Project site to form a non-shrinking, homogeneous mortar. G. Pillows/Bags: Reusable heat-expanding pillows/bags consisting of glass-fiber cloth cases filled with a combination of mineral-fiber, water-insoluble expansion agents, and fire-retardant additives. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION H. Silicone Foams: Multi-component, silicone-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, non-shrinking foam. I. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below: 1. Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces, and non-sag formulation for openings in vertical and other surfaces requiring a non-slumping, gunnable sealant, unless indicated fire-stop system limits use to non-sag grade for both opening conditions. 2. Grade for Horizontal Surfaces: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces. 3. Grade for Vertical Surfaces: Non-sag formulation for openings in vertical and other surfaces. 2.4 MIXING A. For those products requiring .mixing before application, comply with through- penetration fire-stop system manufacturer's written instructions for accurate proportioning of materials, water (if required), type of mixing equipment, selection of mixer speeds, mixing containers, mixing time, and other items or procedures needed to produce products of uniform quality with optimum performance characteristics for application indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for opening configurations, penetrating items, substrates, and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning: Clean out openings immediately before installing through- penetration fire-stop systems to comply with fire-stop system manufacturer's written instructions and with the following requirements: 1. Remove from surfaces of opening substrates and from penetrating items foreign materials that could interfere with adhesion of through-penetration fire-stop systems. 2. Clean opening substrates and penetrating items to produce clean, sound surfaces capable of developing optimum bond with through-penetration fire-stop systems. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form-release agents from concrete. Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 6 Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Priming: Prime substrates where recommended in writing by through-penetration fire- stop system manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces. C. Masking Tape: Use masking tape to prevent through-penetration fire-stop systems from contacting adjoining surfaces that will remain exposed on completion of Work and that would otherwise be permanently stained or damaged by such contact or by cleaning methods used to remove smears from fire-stop system materials. Remove tape as soon as possible without disturbing fire-stop system's seal with substrates. 3.3 THROUGH-PENETRATION FIRESTOP SYSTEM INSTALLATION A. General: Install through-penetration fire-stop systems to comply with Part 1 "Performance Requirements" Article and with fire-stop system manufacturer's written installation instructions and published drawings for products and applications indicated. B. Install forming/damming/backing materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross-sectional shapes and depths required to achieve fire ratings indicated. 1. After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not indicated as permanent components of fire-stop systems. C. Install fill materials for fire-stop systems by proven techniques to produce the following results: 1. Fill voids and cavities formed by openings, forming materials, accessories, and penetrating items as required, to achieve fire-resistance ratings indicated. 2. Apply materials so they contact and adhere to substrates formed by openings and penetrating items. 3. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.4 IDENTIFICATION A. Identify through-penetration fire-stop systems with preprinted metal or plastic labels. Attach labels permanently to surfaces adjacent to and within 6 inches of edge of the fire-stop systems so that labels will be visible to anyone seeking to remove penetrating items or fire-stop systems. Use mechanical fasteners for metal labels. For plastic labels, use self-adhering type with adhesives capable of permanently bonding labels to surfaces on which labels are placed and, in combination with label material, will result in partial destruction of label if removal is attempted. Include the following information on labels: 1. The words "Warning - Through-Penetration Fire-stop System - Do Not Disturb. Notify Building Management of Any Damage." 2. Contractor's name, address, and phone number. 3. Through-penetration fire-stop system designation of applicable testing and inspecting agency. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 4. Date of installation. 5. Through-penetration fire-stop system manLifacturer's name. 6. Installer's name. 3.5 FIELD QUALITY CONTROL A. Inspecting Agency: Owner will engage a qualified, independent inspecting agency to inspect through-penetration fire-stops. Independent inspecting agency shall comply with ASTM E 2174 requirements including those related to qualifications, conducting inspections, and preparing test reports. B. Where deficiencies are found, repair or replace through-penetration fire-stop systems so they comply with requirements. C. Proceed with enclosing through-penetration fire-stop systems with other construction only after inspection reports are issued and fire-stop installations comply with requirements. 3.6 CLEANING AND PROTECTING A. Clean off excess fill materials adjacent to openings as Work progresses by methods and with cleaning materials that are approved in writing by through-penetration fire- stop system manufacturers and that do not damage materials in which openings occur. B. Provide final protection and maintain conditions during and after installation that ensure that through-penetration fire-stop systems are without damage or deterioration at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated through-penetration fire-stop systems immediately and install new materials to produce systems complying with specified requirements. END OF SECTION Clallam County Project No. 620613CH Bid Documents Through-Penetration Fire-stop Systems 07841 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 07920 - JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prOVIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications: 1. Exterior joints in the following vertical surfaces and horizontal non-traffic surfaces: a. Construction joints in cast-in-place concrete. b. Control and expansion joints in unit masonry. c. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors. e. Other joints as indicated. 2. Interior joints in the following vertical surfaces and horizontal non-traffic surfaces: a. Perimeter joints of exterior openings where indicated. b. Vertical joints on exposed surfaces of interior unit masonry walls and partitions. c. Perimeter joints between interior wall surfaces and frames of interior doors. d. Joints between plumbing fixtures and adjoining walls, floors, and counters. e. Other joints as indicated. 3. Interior joints in the following horizontal traffic surfaces: a. Isolation joints in cast-in-place concrete slabs. b. Other joints as indicated. B. Related Sections include the following: 1. Division 4 Section "Unit Masonry Assemblies" for masonry control and expansion joint fillers and gaskets. 2. Division 7 Section "Security Sealants." 3. Division 9 Sections "Acoustical Panel Ceilings" for sealing edge moldings at perimeters of acoustical ceilings. 4. Division 11 Section "Security Glazing" for glazing sealants. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. 1.4 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each type and color of joint sealant required, provide Samples with joint sealants in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Product Certificates: For each type of joint sealant and accessory, signed by product manufacturer. E. SWRI Validation Certificate: For each elastomeric sealant specified to be validated by the SWRI Sealant Validation Program. F. Qualification Data: For Installer and testing agency. G. Pre-construction Field Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on pre-construction testing specified in "Quality Assurance" Article. H. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the following: 1. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. I. Field Test Report Log: For each elastomeric sealant application. J. Product Test Reports: Based on comprehensive testing of product formulations performed by a qualified testing agency, indicating that sealants comply with requirements. K. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 2 Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Pre-construction Compatibility and Adhesion Testing: Submit to joint-sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use ASTM C 1087 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Submit not fewer than eight pieces of each type of material, including joint substrates, shims, joint-sealant backings, secondary seals, and miscellaneous materials. 3. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 4. For materials failing tests, obtain joint-sealant manufacturers' written instructions for corrective measures including use of specially formulated primers. 5. Testing will not be required if joint-sealant manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to, and compatibility with, joint substrates and other materials matching those submitted. D. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36-month period preceding the commencement of the Work. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920, and where applicable, to other standard test methods. 3. Test elastomeric joint sealants according to the SWRI Sealant Validation Program for compliance with requirements specified by reference to ASTM C 920 for adhesion and cohesion under cyclic movement, adhesion-in-peel, and indentation hardness. ' 4. Test other joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. E. Pre-construction Field-Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each type of elastomeric sealant and joint substrate indicated. b. Each type of non-elastomeric sealant and joint substrate indicated. 3. Notify Architect seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint-sealant manufacturer's technical representative present. II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 5. Report whether sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6. Evaluation of Pre-construction Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.7 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Ten years from date of Substantial Completion. C. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.2 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. B. VOC Content of Interior Sealants: Provide interior sealants and sealant primers that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. C. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.3 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified to be non-staining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. Suitability for Immersion in Liquids. Where elastomeric sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247 and qualify for the length of exposure indicated by reference to ASTM C 920 for Class 1 or 2. Liquid used for testing sealants is de-ionized water, unless otherwise indicated. D. Single-Component Mildew-Resistant Neutral-Curing Silicone Sealant: Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 5 I I I I I I I I I I I I I I I I I I I I I il II il I I II I I I I I I, I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Available Products: a. Pecora Corporation; 898. b. Tremco; Tremsil 600 White. 2. Type and Grade: S (single component) and NS (non-sag). 3. Class: 25. 4. Use Related to Exposure: NT (non-traffic). 5. Uses Related to Joint Substrates: G, A, and, as applicable to joint substrates indicated, O. a. Use 0 Joint Substrates: Coated glass, color anodic aluminum, aluminum coated with a high-performance coating, galvanized steel and ceramic tile. E. Single-Component Non-sag Urethane Sealant: 1. Available Products: a. Sika Corporation, Inc.; Sikaflex - 1 a. b. Sonneborn, Division of ChemRex Inc.; Ultra. c. Sonneborn, Division of ChemRex Inc.; NP 1. d. Tremco; Vulkem 116. 2. Type and Grade: S (single component) and NS (non-sag). 3. Class: 25. 4. Uses Related to Exposure: T (traffic) and NT (non-traffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. a. Use 0 Joint Substrates: Color anodic aluminum, aluminum coated with a high-performance coating, galvanized steel, masonry and ceramic tile. 2.4 LATEX JOINT SEALANTS A. Latex Sealant: Comply with ASTM C 834, Type P, Grade NF. B. Available Products: 1. Bostik Findley; Chern-Calk 600. 2. Pecora Corporation; AC-20+. 3. Schnee-Morehead, Inc.; SM 8200. 4. Sonneborn, Division of ChemRex Inc.; Sonolac. 5. Tremco; Tremflex 834. 2.5 ACOUSTICAL JOINT SEALANTS A. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard non- sag, paintable, non-staining latex sealant complying with ASTM C 834 and the following: Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Product effectively reduces airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. 2. Available Products: a. Pecora Corporation; AC-20 FTR Acoustical and Insulation Sealant. b. United States Gypsum Co.; SHEETROCK Acoustical Sealant. 2.6 JOINT-SEALANT BACKING A. General: Provide sealant backings of material and type that are non-staining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), 0 (open-cell material), B (bi-cellular material with a surface skin), or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.7 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from pre-construction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Non-staining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 7 I I I I I I I I I I I I I I I I I I I II I I ,I I I I I I I I I I I I I I I I CLAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. c. Unglazed surfaces of ceramic tile. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. c. Porcelain enamel. d. Glazed surfaces of ceramic tile. B. Joint Priming: Prime joint substrates where recommended in writing by joint-sealant manufacturer, based on pre-construction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTAllATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Acoustical Sealant Application Standard: Comply with recommendations in ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. D. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. E. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. F. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. G. Tooling of Non-sag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed elastomeric sealant joints as follows: a. Perform 10 tests for the first 100 feet of joint length for each type of elastomeric sealant and joint substrate. b. Perform 1 test for each 500 feet of joint length thereafter or 1 test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab in Appendix X1 in ASTM C 1193 as appropriate for type of joint-sealant application indicated. Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 9 I I I I I I I I I I I I I I I I I I I I II I II II I I I I I I I, I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. For joints with dissimilar substrates, verify adhesion to each substrate separately; do this by extending cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 3. Inspect joints for complete fill, for absence of voids, and for joint configuration complying with specified requirements. Record results in a field-adhesion-test log. 4. Inspect tested joints and report on the following: a. Whether sealants in joints connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field-adhesion hand- pull test criteria. b. Whether sealants filled joint cavities and are free of voids. c. Whether sealant dimensions and configurations comply with specified requirements. 5. Record test results in a field-adhesion-test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether jOints were primed, adhesion results and percent elongations, sealant fill, sealant configuration, and sealant dimensions. 6. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. END OF SECTION Clallam County Project No. 620613CH Bid Documents Joint Sealants 07920 - Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 07930 - SECURITY SEALANT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. Surface mounted items in Sleeping Areas and Inmate Toilets below 10' at all walls, floors or ceilings on interior walls, floors and ceilings. Including surface mounted lights, grilles, registers, cover plates, enclosures, housings, cell mirrors, shelves, wall bumpers, cover plates, speaker covers, sprinkler heads, etc. B. Joints between metal opening frames and walls. C. Gaps between security plumbing fixtures, floors, and walls. D. Pick resistant sealant for joints between glazing or other joints as directed by the Architect. 1.3 RELATED WORK A. Detention Equipment General Requirements and related work noted therein; Section 11900. B. Non-Security Glass and Glazing; Division 8 C. Painting; Division 9 D. Joint sealants related to flashing and sheet metal work; Division 7 E. Firestopping sealants; Division 7 F. Acoustical sealants; Division 9 Clallam County Project No. 620613CH Bid Documents Security Sealant 07930 - Page 1 I I I I I I I I I I I I I I I I I I I I I I 'I I I I I, I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.4 QUALITY ASSURANCE A. Use only skilled, experienced tradespeople who have successfully completed installations similar in materials, design and extent to that indicated for the project. B. In order to ensure consistent quality of performance, provide all sealants from a single manufacturer. C. Verify construction details involving security sealant priorto shop drawing submittal. D. Prior to installation, Manufacturer's representative shall meet at the project site for the purpose of reviewing products and installation methods selected, procedures to be followed in performing the work, and coordination with other trades. 1.5 SUBMITTALS A. Submit product data in accordance with Division 1, with materials list before ordering materials. I B. Samples: Furnish two samples six (6") inches long of actual material. C. Test Reports: 1. Certified test results of sealants showing compliance with specified requirements. Include results of aged performances including hardness, stain-resistance, adhesion and cohesion under cyclic movement, low temperature flexibility, modulus of elasticity at 1 DO-percent strain, affects of heat and aging, and affects of accelerated weathering. 2. Preconstruction field test results indicating which products and joint preparation methods demonstrated acceptable adhesion to joint substrates. 3. Certificates: Manufacturer's certification that joint sealants comply with specified requirements and are suitable for uses indicated. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver security sealant to project site in manufacturer's unopened dated containers. Clallam County Project No. 620613CH Bid Documents Security Sealant 07930 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.7 WARRANTY A. Furnish a written warranty against defects of materials and workmanship for specified periods. Defects include but are not limited to changes in the structural, physical or chemical properties of the sealant materials that impair function or require abnormal maintenance, changes in surface finish, color or texture, failure in adhesion, weather resistance or durability, failure to prevent entry of water, or failure to comply with specified requirements. 1. Exterior Sealants: 20-years from Date of Substantial Completion. 2. Interior Sealants: 1 O-years from Date of Substantial Completion. B. This warranty shall not cover formation of cracks or defects in substrate materials adjacent to the seal, joint movement in excess of movement rating of sealant, or physical damage caused by others. C. Repair or replace defective materials and workmanship during warranty period without expense to Owner, including removal and replacement of other items as required. D. This warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. 1.8 APPLICABLE REFERENCE STANDARDS A. ASTM C881 "Shear Strength". B. ASTM 0638 "Tensile Strength". C. ASTM 0648 "Heat Deflection Temperature". D. ASTM 0695 "Compressive Yield Strength". 1.9 APPROVED MANUFACTURERS AND SUBSTITUTIONS A. Security Sealant Manufacturers: 1. Adhesives Technology Corporation; Kent, WA 2. Sika Corporation; Lyndhurst, NJ 3. Permagile Industries Inc.; Plainview, NY 4. The Burke Company; San Mateo, CA 5. Tremecrete Systems; 1.10 EXTRA STOCK A. Provide 2% extra stock of each type of material used, turn over to owner. Clallam County Project No. 620613CH Bid Documents Security Sealant 07930 - Page 3 I I I I I I I I I I I I I I I I I I I I I I I II II I I" I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS 2.1 MATERIALS A. Type 1 - Security Sealant Product 1. Strength Tests: a. Compressive Yield Strength-Minimum 8,000 PSI, ASTM D695. b. Shear Strength-Minimum 5,000 PSI, ASTM C881. c. Tensile Strength-Minimum 3,000 PSI, ASTM D638. 2. Color: Manufacturers standard "Concrete Gray". B. Type 2 - Pick Resistant Sealant Product 1. Strength Tests a. Compressive Yield Strength-Minimum 8,000 PSI, ASTM D695. b. Shear Strength-Minimum 5,000 PSI, ASTM C881. c. Tensile Strength-Minimum 3,000 PSI, ASTM D638. 2. Color: Manufacturers standard "Concrete Gray". 3. Products: Two-part urethane; Pecora "Dynaflex" or approved equal. Use only where approved by the Architect. Other joints in the secure areas shall be sealed with Type 1 Security Sealant Product. PART 3 - EXECUTION 3.1 GENERAL A. Inspect areas to receive security sealant to determine if conditions are satisfactory for its proper installation. If unsatisfactory conditions exist, do not commence work until such conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing security sealants. 1. Remove foreign material from joint substrates which could interfere with adhesion of sealant, including dust, paints, oil, grease, waterproofing, water repellents, water, and surface dirt. 2. Clean concrete, masonry, unglazed surfaces of ceramic tile and similar porous surfaces, by brushing, grinding, blast cleaning, mechanical abrading, or acid washing to produce a clean, sound substrate. Remove loose particles remaining from cleaning operations by vacuuming or blowing out joints. 3. Remove laitance and form release agents from concrete. Clallam County Project No. 620613CH Bid Documents Security Sealant 07930 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 4. Clean metal, glass, glazed surfaces of ceramic tile and other non-porous surfaces by chemical cleaners or other means which are not harmful to substrates or leave residues capable of interfering with adhesion of sealants. 3.3 INSTALLATION A. Installation shall be the responsibility of the trade responsible to install each component into the adjacent concrete, plaster, masonry or other substrates under normal condition. B. Install products where indicated; completely fill joints, voids, pockets, etc., completely full. Finish exposed surfaces smooth. C. Comply with manufacturer's instructions and recommendations for handling and installation of products for particular conditions of installation in each case, and for substrate preparation. D. Environmental Conditions: Do not install sealants when ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer, or to wet joint substrates. E. Joint Width Conditions: Do not install sealants when joint widths are larger than permitted by sealant manufacturer. F. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 3.4 PROTECTION AND CLEANING A. Protect security sealants during and after curing period from contact with contaminating substances or from damage. B. Cut out and remove damaged or deteriorated joint sealant and reseal joints with matching new materials. C. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by sealant manufacturer. END OF SECTION Clallam County Project No. 620613CH Bid Documents Security Sealant 07930 - Page 5 I I I I I I I I I I I I I I I I I I I i- II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #8 ~ DOORS AND WINDOWS 08000 Door Schedule........... ........ ...................................................................... 2 pages 08712 Security Screws....................................................................................... 3 pages Clallam County Project No. 620613CH Bid Documents en w I- o Z W ..J :J C W J: U en 0::: o o c c: o n Q) 00 c: .2 ro u ~ '0 c: Q) .2 5} ro Q) U Q) .2 00 g> Cij "2 Ci) Q) E g. :: Q) .2 ;:; (5 _ .s:::. o z;. c: 'C .2 ::l ro l5 c: . 00 ,~e'\! ~ ~~o c: Q) ai (1l Q) 0 o...s:::. I ....(/)~ g Q) I - Q) LL.(/)(/) Q)~ g50~ro O~~~ O<(CO() ...... .,.... o en .,.... ...... ~g> ::l 'c "C Q) Q) C. -5 0 (/) ro .s:::. Q) oou "c 00 u:: Q) E~ g"C a::: ,S o c: o 0 o 'in en c: o Q) "C E ffi:O .... o 0 o 0 en "C en Ol o c: .~ ~ t5~ 5ls c: i..,.... o 0 :;.g .g Ol '0.= ~~ 00_ Q) 0 Q)- oo.s:::. _ Ol ~ "Qj >..s:::. - "C ~ ffi ~;:; 00:2 .$ :: o 00 c: Q) Q)- "C ~ >:::0 Cl.-= in c: o 'in .s:::. c: 00 Q) 'c E U::i5 OW ...... o en ...... ...... c: o n Q) 00 c: o ~ U ~ '0 Q) c. 00 Q) Q) 00 Cij (j) E :: .2 (5 .s:::. z;. 'C ::l U Q) 00 c'i 00 en Q) <(0 _ c: Q) Q) ~O (/)~ alI (/)(/) WQ):- ~ ~~ LL...(a:i N cry cri <( Q) Q) .s:::. (/) Q) Q) 00 vi Q) c. z;. .... o .s:::. U c: (1l Q) ~ :0 .= 00 .... Q) .0 a> E "S E "C Q) 'iij 1305 (/)"C .s:::. Q) .!!! ;: J:-g E:2: o Q) 0.0 a::: ~ o Q) o~ o Q) en..J o "C!!l. c: 'iij (1l(j) O"C o .... ffis O"C c: Q) o '_~ n Q) 00 oo(j) c: Q) ,2 ~ ~ Q) ~ 5l '0 Q)= 5}en Q)e(! Q) - 00 a::: ai:;;- ~E - (1l C..., 'm .-::. c.:::!.. 00.0 .$ E o (1l ai"" "C"C >< (1l I Q) Cl.I .s:::.~ 00 'iij 'c Q) U::o 00 "C ,~ 0.. c. (1l .!!? c. o Ui Q) III o .2 Q) ;:; ro ;:; Ol .= c: Q) c. o Q) ;:; - o Q) "C 'in Q) ;:; 00 Q) o c: Q) o Q) "C en c. o U5 Q) 00 o o ..J M 00 Q) -S c: 'E ,S "C Q) ro U :0 .S Ol .S ro a::: ..J ::::l t9 f- a::: .J ::::l -.:i en Q) c. z;. Ol c: 'N (1l (5 M cri a> <(~ NCij 'iij "C Q; ~ o Q) Q)~ 5l~ Qi.8 ~ ~ c.(1l Q;~ > .... o (1l U E .... o >. :g~ (1l..!!l t5 'E .2 "in ~ ~ Ol~ c: Q) ,- .s:::. E;- N E 5 o Q) en...."C ...... .... Q) ...... 0 c. - E 5 ~ (1l ~ "(j) (j) Q) 00 Q) 00 III .0 .~ ~ .8 ro(1lt: U Q) (1l ~.s:::.~ '(3 ~ 00 ~~ ~ Q)C::o ~c3c: .... S ex:> o en ...... ...... c: .2 13 Q) III c: o ~ ~ '0 Q) c. 00 Q) Q) (/) Q) c. >. f- (/) (/) <( ..J t9 W .s.i a::: ro ~ ~ Oa::: Q) <(8 ~ <(~ ~ I<(COO Lri cO I (I)...... "5 (I) -0 0> (I) (1l no.. CJ) .... o o o I I o o o 00 o I I I I I I I a> "S "C Q) .s:::. U (/) I .... o o o I - o Q) Ol (1l C. Ui ..!!l c: o 00 Q) o c: "C Q) >. Q) ~ Q) Q) (/) I I I o C") ...... CD o N CD o Z I I 00 ~ .... (1l E Q) a::: - U .~ C/) e"E 0.. (I) >.E "E B ::l 0 00 0-0 E .- ~co ro*- C3~ I I ,....: I I. I III "" ... I'll E I CIl It: I I tJ) w Z It: 0 ~ i= Q It: I ~ < :I: U'J 0 U'J ~ Z C) I w 0:: 'C) -!I- > :lit: I W t:: CIl ...J ..J III 0 - 0 ~ U ..J < I c LL W ..J < :I: z I (J 0 - U) .... U ~ w I 0::: w O~ == ~ OU u.. I c ~ z I ::) 0 U :E I :s ..J < I ..J U c::: I 0 0 c I I I ., II ,:~ I I I I I I ~ ~!.l'w.i, :.;'.:I:,.;.~...i.'.: I , I.~...'.'.'I '~ , I ~ ~~i :~~.' '.';.& I $1" ~ L] ~? ., ~w rm I~l: ~ ~K rk tl "I I I II I '~I~~~~I~I II I 1,] I Ili~.~iwl~1 I~I~ I I.: I~'I'~~I.~JIJ~@I'~ I .t* ~~ ~l ~1 J ,": :lli ~~~: I~I 1..~I.I~'IIMI.MI~~I.M'11~1~1;.'NI. 10I~lm 'I~I~I.I7IlfI+I@I~I~I: h 00 J Il~, 00 ?iiJ 00 1M 00 lil 00 rill! 00 ;; 00 f# 00 @ 00 .; 00 " "< ~< K~ M~ n~ we :::~'i ill$; fh: l:lm u :x: l 1'1 l'I'!'i'lgl'I'igig! ~,.r<<~.:.F...r,::.;....~.;.:.......,..~<',:'.~.<<,~.:'..' Ili,III,~.w.J'lw..~~I,I'II~ll~1 ;,' I;;w! I ~i! I~ ~ 'J wj ~,:[ I o I f.', "'.~:.'.".:.:".' I I~'~'!'."" 1;5 I .~ II' 0 Iff I. .'.;';.:.0 i'.:.' ~ I'~ M W I ~".;....'..,:.':.'.'... I: .. ,. 1M I fig I fM I :.t 1..:1'.. ~ I~; I@I,.M ,~ N~ Eft Gr.....'..'I'.. ~" E' . & I'" ~ll',/l", '* N" ~illl".'.,;..... Im_i,..... ~N .>>.;I..~:..,. ~N :,',,' ,. ,... '.;>>~ 4 ~;~ _~..:wi.:.' ,(.~.~.j. }!.~ 1~ .'.'.~.'.,,~ ~ . : m~~!..........Ji }i=:::: .~>-' ,...... Vi ~ ,ll~1 1111 lljrllllll;II!lrl~III'I'I'~I:fI tf0~ fm [t), w : q~ f,; Ii 7 ~, til' .:~,~ 1111.~ 'rlill ~lljll ij fj! It ~ ft; ml~ ~ ~r' ~! I' ~~ I'.' 'II@ ~f ilil If I <( Ii' CD iill <( ~F <( ; <( I'lli' <( "* <( pd CD t% CD .' CD "~ CD ~9 <( ill" <( # <( I'~ ~i~_.~'~~~I.~~~I~'~l.roJ~'.i~,roi~; ,,' !J, ~ ~" d ~, I ... L ill ",' ,__ iliJ ",' " <(IJCDr.r.r:.~I<(I'J~I..~.:<(Plr.i<(ICDI..CDI~<(I.CDI.'.l<(ill<(I':.~<(I:,. ~~~~llz!H~ 'l'~Z :~~:~t1t~ .' ~ I"~lm~~w~ q~ fro ,; IPill"v"xw*W" t' p~l* '''V;lli ~11.lffii~l~j~I'llllffiljffi'~ltffibI1111'~11~1 ;~ llit fill Jilin ~~ 1;% .~ I~ J, ,em I il ~0 ~ __<~ im ml g ~t:~._, },; At ,J Wl N'NI 'NI~ 'NININI'NININ"NININI1 , I' ff 1*' ..' Ii I w' , f;ll! I " , Ii' I,:L I @I 'I' m ~ ;~ ~~ :~ ~ ;;~;~ ~;~~~ ~~~ ~~:~ ~~~ :~~; ~I~I I~i I~I~I~I~I~I~I~I~I~I ~~'.t.r.l'.'~W.~.. 1r--}.jf'.'.'~I':.'.r; 1'......F.........~I..~...j.~lr.,.!.f.,~I'rt..~I'..~lr..:~i.f~...i.~r:.(..~.:~I:..~.i..~Ii' LL @ LL @j )1 LL #1. LL. LL :" LL ili LL 'LL8 LL 'tf LL ,< LL ,1 LLI oo@ 00 I j 00 ,# (f)} 00 if 00 if 00 ~ 00 Wi OOll 00 I (f)': 00 ;. . ~'~I~ :01& I~'~I~~~~~'~I~I~I~~I ~~~J ;~~ ~M~M.~.~.~I~.~I~s~1 011101 r--1i91' Iwll'~lol~oliolololiollol c:,,~c:,1 ,M i~l:~d~t~~~Ic:,I~Ic:,'Ic:,:c:,1 ~II~,I 1.;.~.t<..:-~o..,lt.~;. 1,1,1,1,ll~I~~_~I~'~lg 0...0... . 0 100010..10..10...o..Jo..l0..10..10..J ~I~I l.l.!~I.~ ~~illIJ~I.~I.l~li~I.;~I~I~ll~I'~ 001001 ~~,oo~~ I~ 'f~~I'~ii~~:~I~.~I~ ;~~ .# 0'<(1 .<(1: 1.;w'.J.:w~.~.J.,<(~.X<(I.ACDI.~.:<(r.;.;.wl.&.~..:.CD~.~.001.'..' OOIOO~ dOO. 100100.001001001001000001001 <(m.I.;.t.]<I..r.~.1ml.k.:.j.).<I'.ill.'.<(fI.~.r:..:.ml.%.'.'~.J.U~11.f..cli'~:lw~I..:.r.l..<I.~.1.'<r.i.tl:<I;.'.~,.l:.<(I'..~.::.;;<I.'.~..'.'.'. ~,~ tl~ i1~::;~ ~1~ ~I~ !(J~~I~~~ ~,,~ ~Iij J6 ,~~" NLN.N_N%NININ.N~NIN~NIN.N.N ~~ 1M: [J ~. ~~l: I~~ I _Ill;: ......"....... .:::" I.'IW. ~ : ~' .* II I; '^.~.". ~: i~ \". I"~ I" 'I"'~ :I~ ;1.! '.:'.. 'oW ~.x,. , ~ I :.fI f~. ..M,' :-::> tL ."/ I", I' ._... '~ '~~~ " '~,...... i:,...... << .i:i lxI, I I iF WI fI~~ ~,." ~ .\:X'-F~ ,m mE ~@ @[ ~.~Nk' I I'~ I III1 00 ,Ii 00 qr tA iM r dil M: ilh N~I 6!ll). oo@ w; ~1 o~w NIl ';;::4;. ~>>::: ;:;::~.,:: 111 Wi 'I'm .:m N I ill i ,t ,'? ~~ d :~i g -c Q) 15 c Ul Q) 0. .; ~ ~ .~ ~ ~ ~ Ul lIlo. C "5 U: ~ ,~ C':! 9 "OQ) Q)0l "5 cE "0<( (.) III III .... Ul Q) U) .:: ..Q CD E ~o 8~ Jg ~.g "EUl "0........ 'ffig> coo 0. .- III 0 - .... 3= .... CNIIi.E~ g 0 Ol<(' Q) Ol "0 "0 "'" ~oc Q) C'\!a;-co (ij . Ol Q) 0 .Q "0 c"O<(.cO-Q) .- (1)__ tn"'C (JUi "Ol;:::Q)"o Q).- (; .- Q) C 0 en - CfJo~.cIll-C~ W (.) 0. 00 Ul N .Q III I-OUlOlCo>(ijUl o :: gj .5 ~ <( .g 'ffi Zo 3= -.-- ...Jt)~~oal~~ <Ill III 0 o.c o.Q) c:::~3= I;:UlUl w15"EalQ)Q)Q)~ ZOlllooQ)Q)Q).... W .c OOOOOOLL C),..: NM..tLOu::) --l ~ W ~ ~ o --l --l O~ IO CfJ>---l ZI-O 0-0 -~-- 1-::>1- <OZ :;W- wOO<( c::: I 0.. m~' mI>::: <000.. iii .c .~ Q) .- E ~ .... ~ 0 g -Ul"O "CE...... cOlo III .- en .... Q) - o .c 0 o ..... .::. "0 0 C Q) 0 0 N "0 (.) '2 ~ .S2 III .... C ~'S e III C'- OlQ)U CfJ--.....Q wct)lD I- .Q III .8 0- X III B Q) c Z.Q.2''6 C .-.... w a; CD 0 >->>0 w> 0 ~"':NM ~N :J Q) 't:l0> Q) <tl 130.. U) .... o o o o o o CO o J: () C') .- CO o N CO o Z - (.) .~U'J 0- .... c: 0.. Q) >.E - :J c: (.) :J 0 00 ()'t:l E .- IIllIJ ~~ - 0 ()L{) Bid Documents Security Screws 08712 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 08712 - SECURITY SCREWS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. All exposed fasteners in the project, including fasteners used in fabrication of project components, shall be Security Screws as specified herein, unless the component or location is specifically excluded by inclusion on the list below. B. Excluded Items and Locations: 1. Mechanical, electrical, generator or communications equipment and rooms, including roof mounted equipment. 2. Control rooms and their attendant equipment in those rooms, except control panels and access panels. 3. Above suspended ceilings, behind access panels and within pipe or duct chases. 4. Kitchen, medical, property and laundry equipment. 5. Toilet partitions or standard plumbing fixtures. 6. Moveable furnishings, storage shelving, cabinet hardware. 7. Wall board screws. 9. All areas not within the secure perimeter of the facility. 1.3 QUALITY ASSURANCE A. All security screws shall be operable by tools produced for use on the specified security screws by manufacturer or other fabricators licensed by them. B. Purchase orders for screws for the work of this contract to either manufacturer shall indicate the following: 1. Screws are for Clallam County Correctional Facility; Port Angeles, WA. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS 2.1 GENERAL A. Size and shape variations shall be such that no more than 12 different tools/wrenches are required for all security screws on project. 2.2 MATERIALS A. Security screw head style and plating shall be selected as appropriate for installation requirements strength and finish of adjacent materials except all screws in painted materials shall be stainless steel. B. Types Allowed: 1. Pinned "Allen" head 2. Pinned "Torx" head C. Diameter: #4 through 3/4". D. Material: Black grade 9 alloy steel or austenitic stainless steel or martensitic steel as required for particular strength or finish. E. Head Styles: Socket head cap, button, flat or low head, as required by application or as indicated. F. Plating: Cadmium, Zinc, Nickel, Phosphate and chrome, to match adjacent materials. 2.3 SOURCES A. Security screws may be obtained through the following dealers: 1. 2. 3. 4. 5. 6. Riteloc Company; Freeport, NY Holo-Krome Company; West Hartford, CT Tamper-Pruf Screws, Inc.; Paramount, CA Camcar Division of Textron, Inc.; Rockford, IL Safety Socket Screw Corporation; Chicago, IL Bryce Fastener Company, Inc.; Seattle, WA (516) 378-1020 (203) 523-5235 (213) 531-9364 (815) 226-7721 (312) 763-2020 (800) 542-7031 2.3 TOOLS A. Provide six complete sets of tools required for all security screws on project. Package each set in an individual kit and deliver to authorized representative of the owner. Clallam County Project No. 620613CH Bid Documents Security Screws 08712 - Page 2 Bid Documents Security Screws 08712 - Page 3 I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 GENERAL A. Security screws as specified herein shall be obtained by the manufacturers, supplier or installer of each component requiring their use. It shall be their collective responsibility to assure use of proper size and type of Security Screw for each required application, and to coordinate with each other to assure that quantity of tools/wrenches required does not exceed specified maximum. Such coordination shall include sufficient provision of information to owner to indicate tool/wrench quantities specified are not exceeded. 3.2 INSTALLATION A. Security screw installation shall be the responsibility of whomever installs the screws under normal application conditions. END OF SECTION Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #9 - FINISHES 09000 Room Finish Schedule........ ............ ........... .......... ..... ................... ...... ...... 2 pages 09111 Non-Load-Bearing Steel Framing ........................................................... 6 pages 09220 Portland Cement Plaster.......................................................................... 6 pages 09310 Ceramic Tile.... .......... ............ ......... ...................................... ........ ............ 8 pages 09512 Acoustical Panel Tiles............................................................................. 8 pages 09652 Sheet Vinyl Floor Coverings ................................................................... 5 pages 09653 Resilient Wall Base and Accessories...................................................... 5 pages 09900 Painting..... ................................ ...... ................................. ....... ...... .......... 12 pages Clallam County Project No. 620613CH Bid Documents 0 l/) UJ UJ 0 f- < Z U. < a:: a.. :) UJ l/) CD ...J ...J 0 ~ f- l/) f- UJ Z 0 UJ < 0 u. a:: < ...., :) 0 l/) < ...J (!) l/) ...J Z ~ Z 0 f= ~ ...J l/) ...J X 0 < UJ 0 z :c ...J 0 0 :c f- ~ l/) z Z < :::E u:: a.. 0 0 ~ f- u:: l/) 0 ...J U ...J a.. ~ UJ UJ a.. 0 l/) UJ 0 a:: l/) UJ 0 < :c u. CD 0 l/) l/) X ~ (!) UJ a.. UJ z S f- 0 ~ ::: z ~ l/) UJ UJ ...J UJ 0 Z ~ 0 I- :> I- UJ 0 0 z UJ UJ z a:: < z l/) >- a.. a.. UJ w (!) ,...: lie ,...: N W ...J f= (!) z ::i iii 0 ...J < 0 f= w l/) f- :) W 0 a:: 0 0 a:: < z 0 0 0 ...J ...J W 0 >- 0 0 0 z 0 z UJ :> w ...J f- a.. L5 f- Z l/) W < :) l/) w a.. l/) , :c , , ...J l/) X ~ L5 , > d. l/) l/) l/) z < :::E w a:: 0 f- :c :c l/) Z (!) l/) z Z w u:: ~ u:: l/) ...J (!) z f= z >- 0 0 f= :::E a:: ~ ::E 0 l/) >- I- ~ X a:: 0 :> w f- < W UJ , Z u. a:: 0 a:: UJ , /Xl , t;: , 0 CD I- :::E < <( 0 w UJ u. l/) W I- 0 Z N ...... ...... ...... ...... ...... ...... ...... ...... ...... I- ...... ...... ...... ...... ...... l/) I ...... I I ...... ...... ...... W c:L c:L c:L c:L c:L c:L c:L c:L c:L ::: z :c t) l- I ...... I i ...... ...... ...... ...... ...... l- I-- ...... 0 :l c:L c:L c:L c:L c:L c:L t) t) <: c:L 0 u. i= l/) < l/) > ...J ...J 0 <( Z ~ w a:: I- ...... ...... ...... ...... ...... I-- ...... ...... ...... l/) I I - <( a.. c:L c:L c:L c:L c:L t) c:L c:L c:L w w tn W < ..J :I: ::J D.. C ~ :x: t) t) l- I ...... I I ...... ...... ...... ...... I-- I-- I-- ...... W ~ a:: c:L c:L c:L , c:L <: t) t) <: t) c:L 0 a.. u. u. ::r:: u z 0 < UJ LL ::r:: ....I < (!) UJ z ...... ...... z ~ ~ ...... ...... ...... ...... ...... ...... - 0 :J I I I I c:L c:L c:L c:L c:L c:L Z <: <: i= iii C/) C/) - tJ LL U w ~ a:: 0 a:: 0 0 U w 0:: l/) I co I I I i I I I I I I ~ <( a:: CD Z ::) 0 u :!: a:: ...J ...J ...J ...J ...J ...J ...J ...J < 0 I > I I L5 ::E L5 L5 L5 L5 L5 L5 L5 ....I 0 C/) W ...J C/) C/) C/) C/) C/) C/) C/) C/) ....I u. <t ....I (.) W N Cl U w ~ == <J:- <( a I-- z <: ::E I- W L5 C/) C/) C/) N == g w a Cl a a:: U 0 a:: a ...J <: 0 z <: 0 0 a:: z t) Cl >- ::E a:: a 0 w w <: a:: a:: a I Cl a:: z a:: w C/) C/) t) a c:: I-- a w a I-- ...J ;:) ;:) z ~ ~ t) ...J a:: !::: w w a:: < ...J a w w I-- I-- L5 z w <5 >- ...J I a a I <: ...J ~ I <: w C/) z z C/) t) ...., C/) I-- C/) 0 'It == 0 0 N to t-- co Ol 0 ...... N C') '<t It) to a:: 0 ~ ...... ...... ...... N N N N N N N N '<t '<t '<t '<t '<t '<t '<t '<t '<t '<t N N N N N N N N N N N N I Q)...... "S Q) "00) I Q) CIl -5 a.. C/) .r:: Vl 'c u: I E 8 a:: 0 0 I 0 Ol 0 I I I I I I I I I I I I t) C') ...... to 0 N I to 0 Z U Q) '0' ct I >.Vl 'E'E ~ Q) o E t) ~ E g I .!!!o ro"O C3iii I I I CIl 0 W W U ~ <( I z u.. <: a: a.. :J W CIl lD ...J ...J 0 ~ ~ I CIl ~ W Z U W <( U u.. a: <( .., :J 0 CIl <( I ...J " CIl ...J Z ~ Z 0 ~ ~ ...J CIl ...J X U <( w I 0 Z :I: ...J 0 U :I: ~ ~ CIl Z z <: ::E u:: a.. 0 u S< ~ I u:: CIl 0 ...J U ...J a.. ~ w w a.. 0 CIl W 0 a: CIl w 0 <( :I: I u.. lD U CIl X ~ '" <( " w a.. w z 5 ~ 0 ~ ~ z '" w W ...J W 0 z I i2 0 ~ :> ~ w 0 0 z w w z a: <: z CIl >- a.. a.. w w C) ~ :II: ~ N I w ...J ~ I " z ::::; W U ...J <( I u ~ w CIl ~ :J W 0 a: u u a: <( z I 0 0 0 ...J ...J W U >- 0 0 0 z u z w :> w ...J ~ a.. ~ ~ z CIl w <: :J CIl w I a.. CIl 0 :I: 0 0 ~ CIl X ~ > rl. CIl CIl CIl I z <: ::E I w a: 0 ~ :I: CIl :I: Z " CIl Z z I w u:: ~ u:: '" ...J " Z ~ Z >- 0 u ~ ::E a: ~ ~ 0 CIl >- ~ i2 x a: u :;: w ~ <( I w w , z u.. a: u a: w 0 lD 0 ~ U lD ~ u.. ::E <( <( u w w u.. I CIl W ~ 0 z ..- ..- ..- ..- ..- ..- ~ ..- ..- ..- a::: ..- '" I ..- I ..- Ii: w cL cL cL cL cL cL ;: w Z :I: a::: ~ I ..- I ..- ..- ..- ..- Ii: ..- 0 :J cL cL cL cL cL cL 0 i= '" w ~ '" ...J ...J 0 ~ z W a::: 0::: ~ ..- ..- ..- ..- ..- ..- '" I I Ii: - <( cL cL cL cL cL cL w w w en W < ..J ::r: :J a.. C ~ :I: a::: ~ I ..- I ..- ..- ..- ..- Ii: ..- W ::J a: cL cL cL cL cL cL 0 J: - z w () (.) < UJ u. J: ...J < C) UJ z z ..- ~ ..- ..- ..- ..- ~ ..- - 0 ::::; I cL I cL cL cL cL I cL Z i= w en en - u LL () w ~ 0::: 0 0::: 0 0 () w 0:: '" I I I I I I I I I ~ <( lD Z ::J 0 () ::E a: ...J ...J ...J ...J ...J a::: ....J < 0 I L5 I L5 L5 L5 L5 I- <eX: ...J 0 u. W ...J en en en en en w en ...J u.. 5 () N a::: U 0 I- W Cl a::: :E rri' 0:: 0 <( ~ a::: ..- a.. z 0 U >- :E a::: () ...J ...J 0 <( I- >- <( 0 Cl C> Cl z a::: en a::: a: w w w a::: 0 0 z t: w Cl en a:: en ~ I- W ...J ::::> ::::> w w 3: ~ () 0:: I- W I- > ...J 0 a::: :c a::: 0 w 0 0 <5 J: 0 W 0 ...J Z en z ~ I- en Cl > () ~ :E 0 0 ,.... co 0) 0 ..- N C') ~ ll) a: N N N C') C') C') C') C') C') ~ ~ ~ ~ ~ ~ ~ ~ ~ N N N N N N N N N Q)N "5 Q) "00> Q) ro -5 a.. en .s= IJl 'c u: E 8 a::: o o o 0) o J: () C') ..- (0 o N (0 c:i z 1:5 Q) '0' 0: z..l!! c: c: ::l Q) 8 ~ E g .!!!Cl ro"C BiD CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09111 - NON-LOAD-BEARING STEEL FRAMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes non-load-bearing steel framing members for the following applications: 1. Interior framing systems (e.g., supports for partition walls, framed soffits, furring, etc.). 2. Interior suspension systems (e.g., supports for ceilings, suspended soffits, etc.). 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Fire- Test-Response Characteristics: For fire-resistance-rated assemblies that incorporate non-load-bearing steel framing, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. PART 2 - PRODUCTS 2.1 NON-LOAD-BEARING STEEL FRAMING, GENERAL A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2.2 SUSPENSION SYSTEM COMPONENTS A. Tie Wire: ASTM A 641/A 641 M, Class 1 zinc coating, soft temper, 0.0625-inch- diameter wire, or double strand of 0.0475-inch-diameter wire. B. Hanger Attachments to Concrete: 1. Anchors: Fabricated from corrosion-resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Type: Post-installed, chemical anchor. 2. Powder-Actuated Fasteners: Suitable for application indicated, fabricated from corrosion-resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining, without failure, a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.162-inch diameter. D. Carrying Channels: Cold-rolled, commercial-steel sheet with a base-metal thickness of 0.0538 inch and minimum 1/2-inch-wide flanges. 1. Depth: 1-1/2 inches. E. Furring Channels (Furring Members): 1. Cold-Rolled Channels: 0.0538-inch bare-steel thickness, with minimum 1/2-inch- wide flanges, 3/4 inch deep. 2. Steel Studs: ASTM C 645. a. Minimum Base-Metal Thickness: 0.0179 inch. b. Depth: 1-5/8 inches. 3. Hat-Shaped, Rigid Furring Channels: ASTM C 645,7/8 inch deep. a. Minimum Base Metal Thickness: 0.0179 inch. F. Grid Suspension System for Ceilings: ASTM C 645, direct-hung system composed of main beams and cross-furring members that interlock. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Armstrong World Industries, Inc.; Drywall Grid Systems. b. Chicago Metallic Corporation; 640-C Drywall Furring System. c. USG Corporation; Drywall Suspension System. 2.3 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners: ASTM C 645. 1. Minimum Base-Metal Thickness: 0.0312 inch. 2. Depth: As indicated on Drawings. B. Slip-Type Head Joints: Where indicated, provide one of the following: 1. Deflection Track: Steel sheet top runner manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above; in thickness not less than indicated for studs and in width to accommodate depth of studs. Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1) Steel Network Inc. (The); VertiTrack VTD Series. 2) Superior Metal Trim; Superior Flex Track System (SFT). C. Fire-stop Tracks: Top runner manufactured to allow partition heads to expand and contract with movement of the structure while maintaining continuity of fire-resistance- rated assembly indicated; in thickness not less than indicated for studs and in width to accommodate depth of studs. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Fire Trak Corp.; Fire Trak attached to studs with Fire Trak Slip Clip. b. Metal-Lite, Inc.; The System. D. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base-Metal Thickness: 0.0312 inch. E. Cold-Rolled Channel Bridging: 0.0538-inch bare-steel thickness, with minimum 1/2- inch-wide flanges. 1. Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1/2 inches by 1-1/2 inches, 0.068-inch-thick, galvanized steel. F. Hat-Shaped, Rigid Furring Channels: ASTM C 645. 1. Minimum Base Metal Thickness: 0.0312 inch. 2. Depth: 7/8 inch. G. Cold-Rolled Furring Channels: 0.0538-inch bare-steel thickness, with minimum 1/2- inch-wide flanges. 1. Depth: As indicated on Drawings. 2. Furring Brackets: Adjustable, corrugated-edge type of steel sheet with minimum bare-steel thickness of 0.0312 inch. 3. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.0625-inch- diameter wire, or double strand of 0.0475-inch-diameter wire. H. Z-Shaped Furring: With slotted or non-slotted web, face flange of 1-1/4 inches, wall attachment flange of 7/8 inch, minimum bare-metal thickness of 0.0179 inch, and depth required to fit insulation thickness indicated. 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 3 I I I I I I I I I I I I I I I I I I I I. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow- metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Suspended Assemblies: Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will aevelop their full strength. 1. Furnish concrete inserts and other devices indicated to other trades for installation in advance of time needed for coordination and construction. 3.3 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754, except comply with framing sizes and spacing indicated. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar constructio~. C. Install bracing at terminations in assemblies. D. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.4 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components in sizes and spacing indicated on Drawings, but not less than those required by referenced installation standards for assembly types and other assembly components indicated. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. C. Suspend hangers from building structure as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, counter-splaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacing that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within U360. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Do not connect or suspend steel framing from ducts, pipes, or conduit. D. Seismic Bracing: Sway-brace suspension systems with hangers used for support. E. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross-furring members to each other and butt-cut to fit into wall track. F. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. 3.5 INSTALLING FRAMED ASSEMBLIES A. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. B. Install studs so flanges within framing system point in same direction. 1. Space studs as follows: a. Single-Layer Application: 16 inches o.c., unless otherwise indicated. Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on doorframes; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb, unless otherwise indicated. b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch clearance from jamb stud to allow for installation of control joint in finished assembly. c. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings, unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistance- rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. a. Fire-stop Track: Where indicated, install to maintain continuity of fire- resistance-rated assembly indicated. D. Direct Furring: 1. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder-driven fasteners spaced 24 inches o.c. E. Installation Tolerance: Install each framing member, so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing. END OF SECTION Clallam County Project No. 620613CH Bid Documents Non-Load-Bearing Steel Framing 09111 - Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09220 - PORTLAND CEMENT PLASTER PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Interior Portland cement plasterwork on metal lath plaster bases. 2. Exterior Portland cement plasterwork (stucco) on metal lath and solid-plaster bases; limited applications. B. Related Sections include the following: 1. Division 7 Section "Joint Sealants" for sealants installed with exterior Portland cement plaster (stucco). 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show locations and installation of control and expansion joints including plans, elevations, sections, details of components, and attachments to other work. C. Samples for Initial Selection: For each type of factory-prepared finish coat indicated. D. Samples for Verification: For each type of factory-prepared, colored finish coat indicated; 12 by 12 inches, and prepared on rigid backing. 1.4 QUALITY ASSURANCE A. Mockups: Before plastering, install mockups of at least 100 sq. ft. in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for each type of finish indicated. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Clallam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 -Page 1 I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.6 PROJECT CONDITIONS A. Comply with ASTM C 926 requirements. B. Interior Plasterwork: Maintain room temperatures at greater than 40 deg F for at least 48 hours before plaster application, and continuously during and after application. 1. Avoid conditions that result in plaster drying out during curing period. Distribute heat evenly; prevent concentrated or uneven heat on plaster. 2. Ventilate building spaces as required to remove water in excess of that required for hydrating plaster in a manner that prevents drafts of air from contacting surfaces during plaster application and until plaster is dry. C. Exterior Plasterwork: 1. Apply and cure plaster to prevent plaster drying out during curing period. Use procedures required by climatic conditions, including moist curing, providing coverings, and providing barriers to deflect sunlight and wind. 2. Apply plaster when ambient temperature is greater than 40 deg F. 3. Protect plaster coats from freezing for not less than 48 hours after set of plaster coat has occurred. D. Factory-Prepared Finishes: Comply with manufacturers' written recommendations for environmental conditions for applying finishes. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2.2 METAL LATH A. Expanded-Metal Lath: ASTM C 847 with ASTM A 653/A 653M, G60, hot-dip galvanized zinc coating. 1. Available Manufacturers: a. Alabama Metal Industries Corporation (AMICO). b. California Expanded Metal Products Company (CEMCO). c. Dale/lncor. d. MarinolWare; Division of Ware Industries, Inc. e. Phillips Manufacturing Co. f. Unimast, Inc. g. Western Metal Lath & Steel Framing Systems. 2. Diamond-Mesh Lath: Self-furring. Clallam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 -Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Weight: 3.4 Ib/sq. yd. 3. Flat Rib Lath at Ceiling Applications: Rib depth of not more than 1/8 inch. a. Weight: 3.4 Ib/sq. yd. 2.3 ACCESSORIES A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thickness and number of plaster coats required. B. Aluminum Accessories: 1. Available Manufacturers: a. Fry Reglet. 2. Corner-bead: Fabricated from 6063 T5 Alloy: XCM-75-75. 3. Casing Beads: Fabricated from 6063 T5 Alloy: JPM-75. 4. Control Joints: Fabricated from zinc or zinc-coated (galvanized) steel; one-piece- type, folded pair of u-perforated screeds in M-shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 5. Reveal Molding: Fabricated from 6063 T5 Alloy: PCSV-75-short. 6. Drip Cap: Fabricated from 6063 T5 Alloy: 2221. 2.4 MISCELLANEOUS MATERIALS A. Water for Mixing: Potable and free of substances capable of affecting plaster set or of damaging plaster, lath, or accessories. B. Fiber for Base Coat: Alkaline-resistant glass or polypropylene fibers, 1/2 inch long, free of contaminants, manufactured for use in Portland cement plaster. C. Bonding Compound: ASTM C 932. D. Steel Drill Screws: For metal-to-metal fastening, ASTM C 1002 or ASTM C 954, as required by thickness of metal being fastened; with pan head that is suitable for application; in lengths required to achieve penetration through joined materials of not fewer than three exposed threads. E. Fasteners for Attaching Metal Lath to Substrates: Complying with ASTM C 1063. 2.5 PLASTER MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Plastic Cement: ASTM C 1328. C. Colorants for Job-Mixed Finish-Coats: Colorfast mineral pigments that produce finish plaster color as selected by Architect from manufacturers' complete line. D. Lime: ASTM C 206, Type S; or ASTM C 207, Type S. Claflam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 -Page 3 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Sand Aggregate: ASTM C 897. F. Fine-Textured Acrylic-Based Finish Coatings: Factory-mixed acrylic-emulsion coating systems, formulated with colorfast mineral pigments and fine aggregates; for use over Portland cement plaster base coats. Include manufacturer's recommended primers and sealing topcoats for acrylic-based finishes. . 1. Available Products: a. Dryvit Systems, Inc.; TAFS. b. Sto Corp.; PowerfJex 280. c. Teifs: Acrylic Finish Coat: TeifsFLEX. 2. Color: As selected by Architect from manufacturer's full range. 2.6 PLASTER MIXES A. . General: Comply with ASTM C 926 for applications indicated. 1. Fiber Content: Add fiber to base-coat mixes after ingredients have mixed at least two minutes. Comply with fiber manufacturer's written instructions for fiber quantities in mixes, but do not exceed 1 Ib of fiber/cu. ft. of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. B. Base-Coat Mixes for Use over Metal Lath: Scratch and brown coats for three-coat plasterwork as follows: 1. Portland Cement Mixes: a. Scratch Coat: For cementitious material, mix 1 part Portland cement and 0 to 3/4 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). b. Brown Coat: For cementitious material, mix 1 part Portland cement and 0 to 3/4 parts lime. Use 3 to 5 parts aggregate per part of cementitious material (sum of separate volumes of each component material). C. Base-Coat Mixes for Use over Concrete Unit Masonry: Single base coats for two-coat plasterwork as follows: 1. Portland Cement Mix: For cementitious material, mix 1 part Portland cement and 3/4 to 1-1/2 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). D. Factory-Prepared Finish-Coat Mixes: For acrylic-based finish coatings, comply with manufacturers' written instructions. Clallam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 .Page 4 Clallam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 -Page 5 I I I I I I I I I I I I I I I I I I I CLAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow- metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. B. Prepare solid-plaster bases that are smooth or that do not have the suction capability required to bond with plaster according to ASTM C 926. 3.3 INSTALLING METAL lATH A. Expanded-Metal lath: Install according to ASTM C 1063. 1. Flat-Ceiling and Horizontal Framing: Install flat diamond-mesh lath. 2. On Solid Surfaces, Not Otherwise Furred: Install self-furring diamond-mesh lath. 3.4 INSTALLING ACCESSORIES A. Install according to ASTM C 1063 and at locations indicated on Drawings. B. Reinforcement for External Corners: 1. Install corner-bead at exterior locations. C. Control Joints: Install control joints at locations indicated on Drawings. 1. As required to delineate plasterwork into areas (panels) of the following maximum sizes: a. Vertical Surfaces: 144 sq. ft. b. Horizontal and other Non-vertical Surfaces: 100 sq. ft. 2. At distances between control joints of not greater than 18 feet o.c. 3. As required to delineate plasterwork into areas (panels) with length-to-width ratios of not greater than 2-1/2:1. 4. Where control joints occur in surface of construction directly behind plaster. 5. Where plasterwork areas change dimensions, to delineate rectangular-shaped areas (panels) and to relieve the stress that occurs at the corner formed by the dimension change. I I' I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.5 PLASTER APPLICATION A. General: Comply with ASTM C 926. 1. Do not deviate more than plus or minus 1/4 inch in 10 feet from a true plane in finished plaster surfaces, as measured by a 1 a-foot straightedge placed on surface. 2. Grout hollow-metal frames, bases, and similar work occurring in plastered areas, with base-coat plaster material, before lathing where necessary. Except where full grouting is indicated or required for fire-resistance rating, grout at least 6 inches at each jamb anchor. 3. Finish plaster flush with metal frames and other built-in metal items or accessories that act as a plaster ground, unless otherwise indicated. Where casing bead does not terminate plaster at metal frame, cut base coat free from metal frame before plaster sets and groove finish coat at junctures with metal. 4. Provide plaster surfaces that are ready to receive field-applied finishes indicated. B. Bonding Compound: Apply on unit masonry plaster bases. C. Acrylic-Based Finish Coatings: Apply coating system, including primers, finish coats, and sealing topcoats, according to manufacturers' written instructions. 3.6 CUTTING AND PATCHING A. Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing and check cracking, dry outs, efflorescence, sweat outs, and similar defects and where bond to substrate has failed. 3.7 CLEANING AND PROTECTION A. Remove temporary protection and enclosure of other work. Promptly remove plaster from doorframes, windows, and other surfaces not indicated to be plastered. Repair floors, walls, and other surfaces stained, marred, or otherwise damaged during plastering. END OF SECTION Clallam County Project No. 620613CH Bid Documents Portland Cement Plaster 09220 -Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09310 - CERAMIC TILE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Ceramic mosaic tile. B. Related Sections include the following: 1. Division 1 Section "Selective Demolition" for removing existing finishes. 2. Division 7 Section "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 1.3 DEFINITIONS A. Module Size: Actual tile size (minor facial dimension as measured per ASTM C 499) plus joint width indicated. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. 2. Assembled samples with grouted joints for each type and composition of tile and for each color and finish required, at least 8 inches square and mounted on rigid panel. Use grout of type and in color or colors approved for completed work. 3. Full-size units of each type of trim and accessory, for each color and finish required. C. Master Grade Certificates: For each shipment, type. and composition of tile, signed by tile manufacturer and Installer. D. Product Certificates: For each type of product, signed by product manufacturer. E. Qualification Data: For Installer. F. Material Test Reports: For each tile-setting and -grouting product. Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.5 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain all tile from one source or producer. 1. Obtain tile from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from a single manufacturer and each aggregate from one source or producer. C. Source Limitations for Other Products: Obtain each of the following products specified in this Section through one source from a single manufacturer for each product: 1. Joint sealants. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirement in ANSI A 137.1 for labeling sealed tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Store liquid latexes and emulsion adhesives in unopened containers and protected from freezing. E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage .and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 2 percent of amount installed, for each type, composition, color, pattern, and size indicated. Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 2 ,- I Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1, "Specifications for Ceramic Tile," for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements, unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI standards referenced in "Setting and Grouting Materials" Article. C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials complying with the following requirements: 1. As indicated by manufacturer's designations. D. Factory Blending: For tile exhibiting color variations within ranges selected during Sample submittals, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. E. Mounting: For factory-mounted tile, provide back- or edge-mounted tile assemblies as standard with manufacturer, unless otherwise indicated. 1. Where tile is indicated for installation in wet areas, do not use back- or edge- mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in- service performance. F. Factory-Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by pre-coating with continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.3 TILE PRODUCTS A. Available Manufacturers: 1. American Olean; Div. of Dal-Tile Intemational Corp. 2. Daltile; Div. of Dal-Tile International Inc. 3. Lone Star Ceramics Company. 4. Winburn Tile Manufacturing Company. B. Unglazed Ceramic Mosaic Tile CT: Factory-mounted flat tile as follows: 1. Composition: Porcelain. 2. Surface: Smooth, without abrasive admixture. 3. Module Size: 2 by 2 inches. 4. Nominal Thickness: 1/4 inch. 5. Face: Plain with cushion edges. 6. Available Products: a. Daltile. b. Keystones Clearglazed Mosaics. c. Color: #0317, "Biscuit". C. Ceramic Mosaic Trim Units: Matching characteristics of adjoining flat tile and coordinated with sizes and coursing of adjoining flat tile where applicable. Provide shapes as follows, selected from manufacturer's standard shapes: 1. External Corners for Thin-Set Mortar Installations: Surface bull-nose, module size 2 by 2 inches. 2. Internal Corners: Cove, module size 2 by 2 inches. 2.4 SETTING AND GROUTING MATERIALS A. Available Manufacturers: 1. Bostik. 2. Custom Building Products. 3. MAPEl Corporation. B. Latex-Portland Cement Mortar (Thin Set): ANSI A 118.4, consisting of the following: 1. Prepackaged dry-mortar mix containing dry, re-dispersible, ethylene vinyl acetate additive to which only water must be added at Project site. a. For wall applications, provide non-sagging mortar that complies with Paragraph F-4.6.1 in addition to the other requirements in ANSI A 118.4. C. Chemical-Resistant, Water-Cleanable, Tile-Setting and -Grouting Epoxy: ANSI A 118.3, with a VOC content of 65 g/L or less when calculated according to 40 CFR 59, Subpart 0 (EPA Method 24). Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 140 deg F and 212 deg F, respectively, and certified by manufacturer for intended use. D. Standard Sanded Cement Grout: ANSI A 118.6, color to match: 1. Bostik. 2. Hydroment Designer Series. 3. #S177/U600, "Myst". 2.5 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex-modified, Portland cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated. B. Temporary Protective Coating: Either product indicated below that is formulated to protect exposed surfaces of tile against adherence of mortar and grout; compatible with tile, mortar, and grout products; and easily removable after grouting is completed without damaging grout or tile. 1. Petroleum paraffin wax, fully refined, and odorless containing at least 0.5 percent oil with a melting point of 120 to 140 deg F per ASTM D 87. 2. Grout release in form of manufacturer's standard proprietary liquid coating that is specially formulated and recommended for use as temporary protective coating for tile. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. D. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints that does not change color or appearance of grout. 1. Available Products: a. Bostik; CeramaSeal Grout Sealer. b. Custom Building Products; Grout and Tile Grout Sealer. c. MAPEl Corporation; KER 004, Keraseal Penetrating Sealer for Unglazed Grout and Tile. 2.6 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equfpment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 5 I I I I I I I I I I I I I I I I I I I iU- - I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm; dry; clean; free of oil, waxy films, and curing compounds; and within flatness tolerances required by referenced ANSI A 108 Series of tile installation standards for installations indicated. 2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile, has been completed before installing tile. 3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove coatings, including curing compounds and other substances that contain soap, wax, oil, or silicone, that are incompatible with tile-setting materials. B. Provide substrates for tile installed with thin-set mortar, that comply with flatness tolerances specified in referenced ANSI A 108 Series of tile installation standards. 1. Fill cracks, holes, and depressions with trowelable leveling and patching compound according to tile-setting material manufacturer's written instructions. Use product specifically recommended by tile-setting material manufacturer. 2. Remove protrusions, bumps, and ridges by sanding or grinding. C. Blending: For tile exhibiting color variations within ranges selected during Sample submittals, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. D. Field-Applied Temporary Protective Coating: Where indicated under tile type or needed to prevent grout from staining or adhering to exposed tile surfaces, pre-coat them with continuous film of temporary protective coating, taking care not to coat unexposed tile surfaces. 3.3 INSTALLATION, GENERAL A. ANSI Tile Installation Standards: Comply with parts of ANSI A 108 Series "Specifications for Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods indicated in ceramic tile installation schedules. B. TCA Installation Guidelines: TCA "Handbook for Ceramic Tile Installation." Comply with TCA installation methods indicated in ceramic tile installation schedules. Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions, unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. E. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on walls and trim are same size. Layout tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. F. Expansion Joints: Locate expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated during installation of setting materials and tile. Do not saw-cut joints after installing tiles. 1. Locate joints in tile surfaces directly above joints in substrates. 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." G. Grout tile to comply with requirements of the following tile installation standards: 1. For ceramic tile grouts (sand-Portland cement; dry-set, commercial Portland cement; and latex-Portland cement grouts), comply with ANSI A108.10. 3.4 WALL TILE INSTALLATION A. Install types of tile designated for wall installations to comply with requirements in the Wall Tile Installation Schedule, including those referencing TCA installation methods and ANSI setting-bed standards. B. Install metal lath and scratch coat for walls to comply with ANSI A 108.1 A, Section 4.1. C. Joint Widths: Install tile on walls with the following joint widths: 1. Ceramic Mosaic Tile: 1/16 inch. 3.5 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove epoxy and latex-Portland cement grout residue from tile as soon as possible. Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 7 I I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I I I I I I I I ,I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions, but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3. Remove temporary protective coating by method recommended by coating manufacturer that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent it from clogging drains. B. When recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining; damage, and wear. C. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. 3.6 WALL TILE INSTALLATION SCHEDULE A. Tile Installation: Interior wall installation over sound, dimensionally stable masonry or concrete; thin-set mortar; TCA W202 and ANSI A 108.5. 1. Tile Type: Unglazed ceramic mosaic tile. 2. Thin-Set Mortar: Latex- Portland cement mortar. 3. Grout: Standard sanded cement grout. END OF SECTION Clallam County Project No. 620613CH Bid Documents Ceramic Tile 09310 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09511 - ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general proVIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes acoustical panels and exposed suspension systems for ceilings. B. Products furnished, but not installed under this Section, include anchors, clips, and other ceiling attachment devices to be cast in concrete at ceilings. 1.3 DEFINITIONS A. AC: Articulation Class. B. CAC: Ceiling Attenuation Class. C. LR: Light Reflectance coefficient. D. NRC: Noise Reduction Coefficient. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Ceiling suspension system members. 2. Method of attaching hangers to building structure. a. Furnish layouts for cast-in-place anchors, clips, and other ceiling attachment devices whose installation is specified in other Sections. 3. Ceiling-mounted items including lighting fixtures, diffusers, grilles, speakers, sprinklers, access panels, and CCTV cameras. 4. Minimum Drawing Scale: 1/4 inch = 1 foot. C. Samples for Initial Selection: For components with factory-applied color finishes. D. Samples for Verification: For each component indicated and for each exposed finish required, prepared on Samples of size indicated below. Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 1 I I I I I I I I I I I I I I I I I I I I. I II I I II I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Acoustical Panel: Set of 6-inch-square Samples of each type, color, pattern, and texture. 2. Exposed Suspension System Members, Moldings, and Trim: Set of 12-inch-long Samples of each type, finish, and color. E. Qualification Data: For testing agency. F. Field quality-control test reports. G. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each acoustical panel ceiling. H. Research/Evaluation Reports: For each acoustical panel ceiling and components and anchor and fastener type. I. Maintenance Data: For finishes to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Acoustical Testing Agency Qualifications: An independent testing laboratory, or an NVLAP-accredited laboratory, with the experience and capability to conduct the testing indicated. NVLAP-accredited laboratories must document accreditation, based on a "Certificate of Accreditation" and a "Scope of Accreditation" listing the test methods specified. B. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type through one source from a single manufacturer. 2. Suspension System: Obtain each type through one source from a single manufacturer. C. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension system through one source from a single manufacturer. D. Fire-Test-Response Characteristics: Provide acoustical panel ceilings that comply with the following requirements: 1. Surface-Burning Characteristics: Provide acoustical panels with the following surface-burning characteristics complying with ASTM E 1264 for Class A materials as determined by testing identical products per ASTM E 84: a. Smoke-Developed Index: 450 or less. E. Seismic Standard: Provide acoustical panel ceilings designed and installed to withstand the effects of earthquake motions according to the following: 1. Standard for Ceiling Suspension Systems Requiring Seismic Restraint: Comply with ASTM E 580. Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 2 Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver acoustical panels, suspension system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical panels, permit them to reach room temperature and a stabilized, moisture content. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1.8 COORDINATION A. Coordinate layout and installation of acoustical panels and suspension system with other construction that penetrates ceilings or is supported by them, including light fixtures, HV AC equipment, fire-suppression system, and partition assemblies. 1.9 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with. labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2.0 percent of quantity installed. 2. Suspension System Components: Quantity of each exposed component equal to 2.0 percent of quantity installed. 3. Hold-Down Clips: Equal to 2.0 percent of quantity installed. PART 2 - PRODUCTS 2.1 ACOUSTICAL PANELS, GENERAL A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectance, unless otherwise indicated. 1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface per ASTM E 795. B. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type, pattern, color, light reflectance, acoustical performance, edge detail, and size. C. Broad Spectrum Anti-microbial Fungicide and Bactericide Treatment: Provide acoustical panels treated with manufacturer's standard anti-microbial formulation that inhibits fungus, mold, mildew, and gram-positive and gram-negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21. 2.2 ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING A. Basis-of-Design Product (SAT-1): Subject to compliance with requirements, provide Armstrong World Industries, Inc.; Dune Second Look II, No. 2711 or a comparable product by one of the following: 1. Chicago Metallic Corporation. 2. Ecophon CertainTeed, Inc. 3. USG Interiors, Inc. B. Classification: Provide panels complying with ASTM E 1264 for type, form, and pattern as follows: 1. Type and Form: Type III, mineral base with painted finish; Form 4, cast or molded. 2. Pattern: As indicated by manufacturer's designation. C. Color: White. D. LR: Not less than 0.80. E. NRC: Not less than 0.50. F. CAC: Not less than 35. G. AC: Not less than 180. H. Edge/Joint Detail: Angled, tegular. I. Thickness: 3/4 inch. J. Modular Size: 24 by 48 inches. 2.3 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension System Standard: Provide manufacturer's standard direct-hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635. Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Finishes and Colors, General: Comply with the NAAMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Provide manufacturer's standard factory-applied finish for type of system indicated. C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. 1. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching hangers of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and inspecting agency. D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc-Coated, Carbon-Steel Wire: ASTM A 641/A 641 M, Class 1 zinc coating, soft temper. 2. Size: Select wire diameter so its stress at 3 times hanger design load (ASTM C 635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.135-inch-diameter wire. E. Angle Hangers: Angles with legs not less than 7/8 inch wide; formed with 0.04-inch- thick, galvanized steel sheet complying with ASTM A 653/A 653M, G90 coating designation; with bolted connections and 5/16-inch-diameter bolts. F. Seismic Stabilizer Bars: Manufacturer's standard perimeter stabilizers designed to accommodate seismic forces. G. Seismic Struts: Manufacturer's standard compression struts designed to accommodate seismic forces. H. Seismic Clips: Manufacturer's standard seismic clips designed and spaced to secure acoustical panels in-place. I. Hold-Down Clips: Where indicated, provide manufacturer's standard hold-down clips spaced 24 inches o.c. on all cross tees. 2.4 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING A. Basis-of-Design Products: Subject to compliance with requirements, provide Armstrong World Industries, Inc.; 15/16 inch, Prelude XL or a comparable product by one of the following: 1. Chicago Metallic Corporation. 2. Ecophon CertainTeed, Inc. 3. USG Interiors, Inc. Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 5 I I I I .1 I I I I I I I I I I I I I I ,-- II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.5 METAL EDGE MOLDINGS AND TRIM A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Armstrong World Industries, Inc. 2. BPB USA. 3. Chicago Metallic Corporation. 4. Fry Reglet Corporation. 5. Gordon, Inc. 6. USG Interiors, Inc. B. Roll-Formed, Sheet-Metal Edge Moldings and Trim: Type and profile indicated or, if not indicated, manufacturer's standard moldings for edges and penetrations that comply with seismic design requirements; formed from sheet metal of same material, finish, and color as that used for exposed flanges of suspension system runners. 1. Provide manufacturer's seismic edge moldings that fit acoustical panel edge details and suspension systems indicated and that match width and configuration of exposed runners, unless otherwise indicated. 2.6 ACOUSTICAL SEALANT A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Acoustical Sealant for Exposed and Concealed Joints: a. Pecora Corporation; AC-20 FTR Acoustical and Insulation Sealant. b. USG Corporation; SHEETROCK Acoustical Sealant. B. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard non- sag, paintable, non-staining latex sealant, with a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24), complying with ASTM C 834 and effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. 1. Proceed with installation only after unsatisfactory conditions have been corrected. Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 6 Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 7 I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.2 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at borders, and comply with layout shown on reflected ceiling plans. 3.3 INSTALLATION A. General: Install acoustical panel ceilings to comply with ASTM C 636 and seismic design requirements indicated, per manufacturer's written instructions and The CISCA "Ceiling Systems Handbook." B. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, counter-splaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacing that interferes with location of hangers at spacing required to support standard suspension system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Secure flat, angle, channel, and rod hangers to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices that are secure and appropriate for both structure to which hangers are attached and type of hanger involved. Install hangers in a manner that will not cause them to deteriorate or fail due to age, corrosion, or elevated temperatures. 6. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 7. Do not attach hangers to steel roof deck. Attach hangers to structural members. 8. Space hangers not more than 48 inches o.c. along each member supported directly from hangers, unless otherwise indicated; provide hangers not more than 8 inches from ends of each member. 9. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members as required for hangers, without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast-in-place or post-installed anchors. D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. i-- II I I II I I I I I I I I I, I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of moldings before they are installed. 2. Screw attach moldings to substrate at intervals not more than 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely. 3. Do not use exposed fasteners, including pop rivets, on moldings and trim. E. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. F. Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. Arrange directionally patterned acoustical panels as follows: a. As indicated on reflected ceiling plans. b. Install panels with pattern running in one direction parallel to long axis of space. 2. For reveal-edged panels on suspension system runners, install panels with bottom of reveal in firm contact with top surface of runner flanges. 3. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 4. Install hold-down clips, space as recommended by panel manufacturer's written instructions, unless otherwise indicated. 3.4 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION Clallam County Project No. 620613CH Bid Documents Acoustical Panel Ceilings 09511 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09652 - SHEET VINYL FLOOR COVERINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Vinyl sheet floor covering, without backing. B. Related Sections: 1. Division 9 Section "Resilient Wall Base and Accessories" for resilient floor transition accessories. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each type of floor covering. Include floor covering layouts, locations of seams, edges, columns, doorways, enclosing partitions, built-in furniture, cabinets, and cutouts. C. Samples for Verification: In manufacturer's standard size, but not less than 6-by-9-inch sections of each different color and pattern of floor covering required. 1. For heat-welding bead, manufacturer's standard-size Samples, but not less than 9 inches long, of each color required. D. Seam Samples: For seamless-installation technique indicated and for each floor covering product, color, and pattern required; with seam running lengthwise and in center of 6-by-9 inch sample applied to a rigid backing and prepared by Installer for this Project. E. Qualification Data: For qualified Installer. F. Maintenance Data: For each type of floor covering to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs workers for this Project who are competent in techniques required by manufacturer for floor covering installation and seaming method indicated. Clallam County Project No. 620613CH Bid Documents Sheet Vinyl Floor Coverings 09652 - Page 1 I I I I I I I I I I I I I I I I I I I 'I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. Engage an installer who employs workers for this Project who are trained or certified by floor covering manufacturer for installation techniques required. B. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store floor coverings and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. Store rolls upright. 1.6 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 85 deg F, in spaces to receive floor coverings during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Close spaces to traffic during floor covering installation. D. Close spaces to traffic for 48 hours after floor covering installation. E. Install floor coverings after other finishing operations, including painting, have been completed. 1.7 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Floor Covering: Furnish quantity not less than 10 linear feet for every 500 linear feet or fraction thereof, in roll form and in full roll width for each color, pattern, and type of floor covering installed. PART 2 - PRODUCTS 2.1 VINYL SHEET FLOOR COVERING A. Basis-of-Design Product: Subject to compliance with requirements, provide Mannington Commercial, BioSpec, or a comparable product by one of the following: 1. Armstrong World Industries, Inc. Clallam County Project No. 620613CH Bid Documents Sheet Vinyl Floor Coverings 09652 - Page 2 CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Tarkett, Inc. B. Un-backed Vinyl Sheet Floor Covering: ASTM F 1913, 0.080 inch thick. 1. Type (Binder Content): Type II, minimum binder content of 34 percent. 2. Wear-layer Thickness: Grade 1. 3. Overall Thickness: 0.080 inch. 4. Interlayer Material: None. C. Wearing Surface: Smooth. D. Sheet Width: 6 feet. E. Seaming Method: Heat welded. F. Colors and Patterns: To match Mannington, BioSpec, #15164 "New Glacier". 2.2 INSTALLATION MATERIALS A. Trowelable leveling and Patching Compounds: latex-modified, Portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by manufacturer to suit floor covering and substrate conditions indicated. 1. Use adhesives that have a VOC content of not more than 50 g/l when calculated according to 40 CFR 59, Subpart D (EPA Method 24). C. Seamless-Installation Accessories: 1. Heat-Welding Bead: Manufacturer's solid-strand product for heat welding seams. a. Color: Camouflaged Weld Rod #415164. D. Floor Polish: Provide protective liquid floor polish products as recommended by manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of floor coverings. C. Proceed with installation only after unsatisfactory conditions have been corrected. Clallam County Project No. 620613CH Bid Documents Sheet Vinyl Floor Coverings 09652 - Page 3 I I I I I I I I I I I I I I I I I I I II I II II I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3.2 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of floor coverings. B. Concrete Substrates: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing. 4. Moisture Testing: Perform tests recommended by manufacturer and as follows. Proceed with installation only after substrates pass testing. a. Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 Ib of water/1 000 sq. ft., in 24 hours. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install floor coverings until they are same temperature as space where they are to be installed. 1. Move floor coverings and installation materials into spaces where they will be installed at least 48 hours in advance of installation. E. Sweep and vacuum clean substrates to be covered by floor coverings immediately before installation. 3.3 FLOOR COVERING INSTALLATION A. Comply with manufacturers' written instructions for installing floor coverings. B. Unroll floor coverings and allow them to stabilize before cutting and fitting. C. Layout floor coverings as follows: 1. Maintain uniformity of floor covering direction. 2. Minimize number of seams; place seams in inconspicuous and low-traffic areas, at least 6 inches away from parallel joints in floor covering substrates. 3. Match edges of floor coverings for color shading at seams. 4. Avoid cross seams. D. Scribe and cut floor coverings to butt neatly and tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, and door frames. E. Extend floor coverings into toe spaces, door reveals, closets, and similar openings. Clallam County Project No. 620613CH Bid Documents Sheet Vinyl Floor Coverings 09652 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION F. Maintain reference markers, holes, or openings that are in place or marked for future cutting by repeating on floor coverings as marked on substrates. Use chalk or other non-permanent marking device. G. Install floor coverings on covers for telephone and electrical ducts and similar items in installation areas. Maintain overall continuity of color and pattern between pieces of floor coverings installed on covers and adjoining floor covering. Tightly adhere, floor covering edges to substrates that abut covers and to cover perimeters. H. Adhere floor coverings to substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. I. Seamless Installation: 1. Heat-Welded Seams: Comply with ASTM F 1516. Rout joints and use welding bead to permanently fuse sections into a seamless floor covering. Prepare, weld, and finish seams to produce surfaces flush with adjoining floor covering surfaces. 3.4 CLEANING AND PROTECTION A. Comply with manufacturers' written instructions for cleaning and protection of floor coverings. B. Perform the following operations immediately after completing floor covering installation: 1. Remove adhesive and other blemishes from floor covering surfaces. 2. Sweep and vacuum floor coverings thoroughly. 3. Damp-mop floor coverings to remove marks and soil. C. Protect floor coverings from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. D. Floor Polish: Remove soil, visible adhesive, and surface blemishes from floor covering before applying liquid floor polish. 1. Apply manufacturer's recommended number of coats. E. Cover floor coverings until Substantial Completion. END OF SECTION Clallam County Project No. 620613CH Bid Documents Sheet Vinyl Floor Coverings 09652 - Page 5 I I I I I I I I I I I I I I I I I I -I I II II II I I I I I I I I I I I I I I. I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09653 - RESILIENT WALL BASE AND ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsIons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Resilient base. 2. Resilient molding accessories. B. Related Sections: 1. Division 9 Section "Sheet Vinyl Floor Coverings" for resilient, sheet floor coverings. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each type of product indicated, in manufacturer's standard-size Samples but not less than 6 inches long, of each resilient product color, texture, and pattern required. 1.4 QUALITY ASSURANCE A. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. em. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. 1.6 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time periods: 1. 48 hours before installation. 2. During installation. Clallam County Project No. 620613CH Bid Documents Resilient Wall Base and Accessories 09653 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 3. 48 hours after installation. . B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Install resilient products after other finishing operations, including painting, have been completed. 1.7 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each type, color, pattern, and size of resilient product installed. PART 2 - PRODUCTS 2.1 RESILIENT BASE A. Resilient Base: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Burke Mercer Flooring Products; Division of Burke Industries, Inc. b. Flexco, Inc. c. Roppe Corporation, USA. B. Resilient Base Standard: ASTM F 1861. 1. Material Requirement: Type TS (rubber, vulcanized thermoset). 2. Manufacturing Method: Group I (solid, homogeneous). 3. Style: Cove (base with toe). C. Minimum Thickness: 0.125 inch. D. Height: 4 inches. E. Lengths: Coils in manufacturer's standard length. F. Outside Corners: Job formed or preformed. G. Inside Corners: Job formed or preformed. H. Finish: As selected by Architect from manufacturer's full range. I. Colors and Patterns: To match Marley Flexco, Wallflowers Series, #031"Zephyr". Clallam County Project No. 620613CH Bid Documents Resilient Wall Base and Accessories 09653 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ,I ~I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.2 RESILIENT MOLDING ACCESSORY A. Resilient Molding Accessory: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Burke Mercer Flooring Products; Division of Burke Industries, Inc. b. Marley Flexco, Inc. c. Roppe Corporation, USA. B. Description: Reducer strip for resilient floor covering and Transition strips. C. Material: Rubber. D. Profile and Dimensions: As indicated. E. Colors and Patterns: To match Marley Flexco, Fle?<tones, #031"Zephyr". 2.3 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex-modified, Portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated. 1. Use adhesives that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): a. Cove Base Adhesives: Not more than 50 g/L. b. Rubber Floor Adhesives: Not more than 60 g/L. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products.. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. Clallam County Project No. 620613CH Bid Documents Resilient Wall Base and Accessories 09653 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. C. Do not install resilient products until they are same temperature as the space where they are to be installed. 1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. D. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. 3.3 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. B. Apply resilient base to walls, columns, pilasters, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. F. On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material. G. Preformed Corners: Install preformed corners before installing straight pieces. H. Job-Formed Corners: 1. Outside Corners: Use straight pieces of maximum lengths possible. Form without producing discoloration (whitening) at bends. 2. Inside Corners: Use straight pieces of maximum lengths possible. 3.4 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of resilient floor covering that would otherwise be exposed. 3.5 CLEANING AND PROTECTION A. Comply with manufacturers' written instructions for cleaning and protection of resilient products. Clallam County Project No. 620613CH Bid Documents Resilient Wall Base and Accessories 09653 - Page 4 I I I I I I I I I I I I I I I I I I I II I I I I I I I I II I I I II I I I I -I- CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Perform the following operations immediately after completing resilient product installation: 1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum surfaces thoroughly. 3. Damp-mop surfaces to remove marks and soil. C. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. D. Cover resilient products until Substantial Completion. END OF SECTION Clallam County Project No. 620613CH Bid Documents Resilient Wall Base and Accessories 09653 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 09900 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemen- tary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and field painting of the following: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces. 3. Surface preparation, priming, and finish coats specified in this Section are in ad- dition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural. If the paint schedules do not spe- cifically mention an item or a surface, paint the item or surface the same as similar ad- jacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect will select from standard colors and finishes available. 1. Painting includes field painting of exposed bare and covered pipes and ducts (in- cluding color coding), hangers, exposed steel and ironwork, and primed metal surfaces of mechanical and electrical equipment. C. Do not paint pre-finished items, concealed surfaces, finished metal surfaces, operating parts, and labels. D. Related Sections include the following: 1. Division 5 Section "Metal Fabrications" for shop priming ferrous metal. 2. Division 8 Section "Standard Steel Doors and Frames" for shop priming steel doors and frames. 3. Division 9 Section "Portland Cement Plaster" for surface preparation for plaster. 4. Division 11 Section "Detention Equipment Doors and Frames" for shop priming steel doors and frames. 5. Divisions 15 and 16: Painting of mechanical and electrical work is specified in Di- visions 15 and 16, respectively. 1.3 DEFINITIONS A. General: Standard coating terms defined in ASTM D 16 apply to this Section. 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85-degree meter. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Eggshell refers to low-sheen finish with a gloss range between 5 and 20 when measured at a 60-degree meter. 3. Satin refers to low-sheen finish with a gloss range between 15 and 35 when measured at a 60-degree meter. 4. Semi-gloss refers to medium-sheen finish with a gloss range between 30 and 65 when measured at a 60-degree meter. 5. Full gloss refers to high-sheen finish with a gloss range more than 65 when measured at a 60-degree meter. 1.4 SUBMITTALS A. Product Data: For each paint system specified. Include block fillers and primers. 1. Material List: Provide an inclusive list of required coating materials. Indicate, each material and cross-reference specific coating, finish system, and applica- tion. Identify each material by manufacturer's catalog number and general classi- fication. 2. Manufacturer's Information: Provide manufacturer's technical information, includ- ing label analysis and instructions for handling, storing, and applying each coat- ing material proposed for use. 3. Certification by the manufacturer, that products supplied comply with local regu- lations controlling use of volatile organic compounds (VOC). B. Samples for Verification: Of each color and material to be applied, with texture to simu- late actual conditions, on representative Samples of the actual substrate. 1. Provide stepped Samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing Samples for review. Re- submit until required sheen, color and texture, are achieved. 2. Provide a list of materials and applications for each coat of each sample. Label each sample for location and application. 3. Submit Samples on the following substrates for the Architect's review of color and texture only: a. Concrete: Provide two 4-inch-square samples for each color and finish. b. Concrete Masonry: Provide two 4-by-8-inch samples of masonry, with mor- tar joint in the center, for each finish and color. c. Ferrous Metal: Provide two 4-inch-square samples of flat metal and two 8- inch-long samples of solid metal for each color and finish. C. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architects and Owners, and other information specified. 1.5 QUALITY ASSURANCE A. Applicator Qualifications: Engage an experienced applicator that has completed paint- ing system applications similar in material and extent to that indicated for this Project with a record of successful in-service performance. . Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coat- ing system from the same manufacturer as the finish coats. C. Benchmark Samples (Mockups): Provide a full-coat benchmark finish sample of each type of coating and substrate required on the Project. Comply with procedures speci- fied in PDCA P5. Duplicate finish of approved prepared samples. 1. The Architect will select one room or surface to represent surfaces and condi- tions for each type of coating and substrate to be painted. a. Wall Surfaces: Provide samples on at least 100 sq. ft. of wall surface. b. Small Areas and Items: The Architect will designate an item or area as re- quired. 2. After permanent lighting and other environmental services have been activated, apply coatings in this room or to each surface according to the Schedule or as specified. Provide required sheen, color, and texture on each surface. a. After finishes are accepted, the Architect will use the room or surface to evaluate coating systems of a similar nature. 3. Final approval of colors will be from job-applied samples. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work ar- eas are protected from fire and health hazards resulting from handling, mixing, and application. 1.7 PROJECT CONDITIONS A. Apply water-based paints only when the temperature of surfaces to be painted and sur- rounding air temperatures are between 50 and 90 deg F. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 3 I I I I I I I' I I I I I I I I I I I I II I I I I I I I I I I I I I I I I. I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F. C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufac- turer during application and drying periods. 1.8 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied in the quantities described below. Package, paint materials in un-opened, factory-sealed containers for storage and identify with labels describing contents. Deliver extra mate- rials to the Owner. 1. Quantity: Furnish the Owner with an additional 5 percent, but not less than 1 gal. of each material and color applied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be in- corporated into the Work include, but are not limited to, products listed in the paint schedules. B. Manufacturers Names: The following manufacturers are referred to in the paint sched- ules by use of shortened versions of their names, which are shown in parentheses: 1. Miller Paint Company, (Miller). 2. PPG Industries, Inc. (PPG). 3. Pratt & Lambert, Inc. (P & L). 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats, and finish-coat mate- rials that are compatible with one another and the substrates indicated under condi- tions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best-quality paint material of the various coat- ing types specified. Paint-material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to desig- nate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Fur- Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION nish manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Provide color selections made by the Architect. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Architect about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If re- moval is impractical or impossible because of the size or weight of the item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations in each space or area, reinstall items re- moved using workers skilled in the trades involved. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and painting so dust and other contaminants from the clean- ing process will not fall on wet, newly painted surfaces. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufac- turers written instructions for each particular substrate condition and as specified. 1. Provide barrier coats over incompatible primers or remove and re-prime. 2. Cementitious Materials: Prepare concrete, concrete masonry block, cement pIas- ter, and mineral-fiber-reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as re- quired to remove glaze. If hardeners or sealers have been used to improve cur- ing, use mechanical methods of surface preparation. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 5 I I I I I I I I I I I I I I I I I I .1 I I I II I I ! I I I ! I I I I I I I I I I I", CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Use abrasive blast-cleaning methods if recommended by paint manufac- turer. b. Determine alkalinity and moisture content of surfaces by performing appro- priate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint sur- faces where moisture content exceeds that permitted in manufacturer's written instructions. c. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. 3. Ferrous Metals: Clean un-galvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign sub- stances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council (SSPC) recommendations. a. Blast steel surfaces clean as recommended by paint system manufacturer and according to requirements of SSPC-SP 10. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. c. Touch up bare areas and shop-applied prime coats that have been dam- aged. Wire-brush clean with solvents recommended by paint manufac- turer, and touch up with the same primer as the shop coat. 4. Galvanized Surfaces: Clean galvanized surfaces with non-petroleum-based sol- vents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. 1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using. 3. Use only thinners approved by paint manufacturer and only within recommended limits. 3.3 APPLICATION A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes are indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or condi- tions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term, "exposed surfaces" includes areas visible when permanent or built-in fixtures, convector covers, covers for finned-tube radiation, grilles, and similar Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 6 _1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION components are in place. Extend coatings in these areas, as required, to main- tain the system integrity and provide desired protection. 5. Paint surfaces behind movable equipment and furniture the same as similar ex- posed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 6. Paint interior surfaces of ducts with a flat, non-specular black paint where visible through registers or grilles. 7. Paint backside of access panels and removable or hinged covers to match ex- posed surfaces. 8. Finish exterior doors and frames on tops, bottoms, side edges, and interior faces the same as exterior faces. 9. Sand lightly between each succeeding enamel or varnish coat. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. The number of coats and the film thickness required are the same regardless of application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions and sand between applications. 2. Omit primer on metal surfaces that have been shop primed and touchup painted. 3. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure edges, corners, crevices, welds, and exposed fasten- ers receive a dry film thickness equivalent to that of flat surfaces. 4. Allow sufficient time between successive coats to permit proper drying. Do not re-coat surfaces until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does not cause the undercoat to lift or lose adhesion. C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other ap- plicators according to manufacturer's written instructions. 1. Brushes: Use brushes best suited for the type of material applied. Use brush of appropriate size for the surface or item being painted. 2. Rollers: Use rollers of carpet, velvet back, or high-pile sheep's wool as recom- mended by the manufacturer for the material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's rec- ommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and in occupied spaces. F. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 7 I I I I I I I I I I I I I I I I I- I- ,.1 II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION G. Prime Coats: Before applying finish coats, apply a prime coat of material, as recom- mended by the manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Re-coat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing. H. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudi- ness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface im- perfections will not be acceptable. I. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 FIELD QUALITY CONTROL A. The Owner reserves the right to invoke the following test procedure at any time and as often as the Owner deems necessary during the period when paint is being applied: 1. The Owner will engage the services of an independent testing agency to sample the paint material being used. Samples of material delivered to the Project will be taken, identified, sealed, and certified in the presence of the Contractor. 2. The testing agency will perform appropriate tests for the following characteristics as required by the Owner: a. Quantitative material analysis. b. Abrasion resistance. c. Apparent reflectivity. d. Flexibility. e. Washability. f. Absorption. g. Accelerated weathering. h. Dry opacity. i. Accelerated yellowness. j. Re-coating. k. Skinning. I. Color retention. m. Alkali and mildew resistance. 3. The Owner may direct the Contractor to stop painting if test results show material being used does not comply with specified requirements. The Contractor shall remove non-complying paint from the site, pay for testing, and repaint surfaces previously coated with the rejected paint. If necessary, the Contractor may be required to remove rejected paint from previously painted surfaces if, on repaint- ing with specified paint, the 2 coatings are incompatible. 3.5 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces. 3.6 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Ar- chitect. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protec- tive wrappings provided by others to protect their work after completing painting opera- tions. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1. 3.7 EXTERIOR PAINT SCHEDULE A. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop-primed items. 1. Semi-gloss, Alkyd-Enamel Finish: 2 finish coats over a rust-inhibitive primer. a. Primer: Rust-inhibitive metal primer applied at spreading rate recom- mended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. 1) Miller: 468 Rust Control Red Oxide Primer. 2) PPG: 6-208 Speed hide Interior/Exterior Rust Inhibitive Steel Primer. 3) P & L: SID 1009 Suprime "9" Interior/Exterior Alkyd Metal Primer. b. First and Second Coats: Semi-gloss, exterior, acrylic-latex enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.6 mils. 1) Miller: 6750 Premium Enamel Semi-Gloss. 2) PPG: 78 Line Sun-Proof Semi-Gloss Acrylic Latex House and Trim Paint. 3) P & L: Z/F 3100 Series Aqua Royal Latex House & Trim Finish. B. Zinc-Coated Metal: Provide the following finish systems over exterior zinc-coated (gal- vanized) metal surfaces: 1. Semi-gloss, Acrylic-Enamel Finish: 2 finish coats over a galvanized metal primer. a. Primer: Galvanized metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 9 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1) Miller: 5000 Acrimetal DTM Primer Velvet White. 2) PPG: 90-709 Pitt-Tech Interior/Exterior Primer DTM. 3) P & L: Z1F 1003 Suprime "3" Interior/Exterior Latex Metal Primer. b. First and Second Coats: Semi-gloss, exterior, acrylic-latex enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.6 mils. 1) Miller: 5200 Acrimetal DTM Interior / Exterior Semi-Gloss Paint. 2) PPG: 90-474 Semi-Gloss / Satin DTM Pittech Interior / Exterior Trim Paint. 3) P & L: Z1F 3100 Series Aqua Royal Latex House & Trim Finish. 3.8 INTERIOR PAINT SCHEDULE A. Concrete and Masonry (Other than Concrete Masonry Units): Provide the following paint systems over interior concrete and brick masonry surfaces: 1. Semi-gloss, Waterborne Epoxy Finish: 2 finish coats over a primer. a. Primer: Premium 100 percent acrylic, penetrating pigmented primer-sealer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.0 mils. 1) Miller: 6040 Kril Primer Sealer. 2) Architect accepted equal. b. First and Second Coats: Odorless, semi-gloss, waterborne epoxy applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 3.0 mils. 1) Miller: 4200 Waterborne Epoxy Coating. 2) Architect accepted equal. B. Concrete Masonry Units: Provide the following finish systems over interior concrete masonry block units: 1. Semi-gloss, Waterborne Epoxy Finish: 2 finish coats over a filled surface. a. Block Filler: High-performance, 100 percent acrylic, block filler applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 5.0 mils. 1) Miller: 6015 Interior/Exterior Block Filler. 2) Architect accepted equal. b. First and Second Coats: Odorless semi-gloss, waterborne epoxy applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 3.0 mils. 1) Miller: 4200 Waterborne Epoxy Coating. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2) Architect accepted equal. C. Plaster: Provide the following finish systems over new, interior plaster surfaces: 1. Low-Luster, Acrylic-Enamel Finish: 2 finish coats over a primer. a. Primer: Alkali-resistant, alkyd- or latex-based, interior primer, as recom- mended by the manufacturer for this substrate, applied at spreading rate . recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. 1) Miller: 6040 Kril Primer Sealer. 2) PPG: 6-603 Speedhide Interior/Exterior Acrylic Latex Alkali Resistant Primer. 3) P & L: ZlF 1001 Suprime "1" 100 Percent Acrylic Multi-Purpose Primer. b. First and Second Coats: Low-luster (eggshell or satin), acrylic-latex, interior enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.8 mils. 1) Miller: 6200 Acrylic Satin Interior Latex Enamel. 2) PPG: 89 Line Manor Hall Eggshell Latex Wall and Trim Enamel. 3) P & L: ZlF 4000 Series Accolade Interior Velvet. D. Ferrous Metal: Provide the following finish systems over ferrous metal: 1. Semi-gloss, Alkyd-Enamel Finish: 2 finish coats over a primer. a. Primer: Quick-drying, rust-inhibitive, alkyd-based or epoxy-metal primer, as recommended by the manufacturer for this substrate, applied at spread- ing rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.5 mils. 1) Miller: 363 Premium Red Oxide Metal Primer. 2) PPG: 6-208 Speedhide Interior/Exterior Rust Inhibitive Steel Primer. 3) P & L: S 4551 Tech-Gard High Performance Rust Inhibitor Primer. b. First and Second Coats: Odorless, semi-gloss, alkyd, interior enamel ap- plied at spreading rate recommended by the manufacturer to achieve a to- tal dry film thickness of not less than 1.4 mils. 1) Miller: 6750 Premium Semi-Gloss Enamel. 2) PPG: 27 Line Wallhide Low Odor Interior Enamel Wall and Trim Semi-Gloss Oil. 3) P & L: SID 5700 Cellu-Tone Alkyd Satin Enamel. E. Zinc-Coated Metal: Provide the following finish systems over interior zinc-coated (gal- vanized) metal surfaces: 1. Semi-gloss, Acrylic-Enamel Finish: 2 finish coats over a galvanized metal primer. Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION a. Primer: Galvanized metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. 1) Miller: 5000 Acrimetal DTM Primer Velvet White. 2) PPG: 90-709 Pitt-Tech Interior/Exterior Primer DTM. 3) P & L: Z1F 1003 Suprime "3" Interior/Exterior Latex Metal Primer. b. First and Second Coats: Semi-gloss, exterior, acrylic-latex enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.6 mils. 1) Miller: 5200 Acrimetal DTM Interior / Exterior Semi-Gloss Paint. 2) PPG: 90-474 Semi-Gloss / Satin DTM Pittech Interior / Exterior Trim Paint. 3) P & L: Z1F 3100 Series Aqua Royal Latex House & Trim Finish. 3.9 PAINT COLOR SCHEDULE A. Paint colors are to match as follows: 1. P-1: Color Guild #8660W, "Grecian Ivory". 2. P-2: Color Guild #8663W, "Rugged Trail". END OF SECTION Clallam County Project No. 620613CH Bid Documents Painting 09900 - Page 12 DIVISION #10 - SPECIALITIES 10522 Fire Extinguisher Cabinets.... .......... ........... ......... ......... ..... ......... .......... .... 5 pages 10523 Fire Extinguishers..................................................................................... 3 pages 10812 Detention Toilet Accessories.................................................................... 7 pages I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION Clallam County Project No. 620613CH Bid Documents I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 10522 - FIRE EXTINGUISHER CABINETS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fire protection cabinets for the following: a. Portable fire extinguishers. B. Related Sections: 1. Division 10 Section "Fire Extinguishers." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for fire protection cabinets. 1. Fire Protection Cabinets: Include roughing-in dimensions, details showing mounting methods, relationships of box and trim to surrounding construction, door hardware, cabinet type, trim style, and panel style. B. Shop Drawings: For fire protection cabinets. Include plans, elevations, sections, details, and attachments to other work. C. Samples for Initial Selection: For each type of fire protection cabinet indicated. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Size: 6 by 6 inches square. E. Maintenance Data: For fire protection cabinets to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Fire-Rated, Fire Protection Cabinets: Listed and labeled to comply with requirements in ASTM E 814 for fire-resistance rating of walls where they are installed. Clallam County Project No. 620613CH Bid Documents Fire Extinguisher Cabinets 1 0522 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 1.5 COORDINATION A. Coordinate size of fire protection cabinets to ensure that type and capacity of fire extinguishers indicated are accommodated. B. Coordinate sizes and locations of fire protection cabinets with wall depths. 1.6 SEQUENCING A. Apply decals on field-painted, fire protection cabinets after painting is complete. PART 2 - PRODUCTS 2.1 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B. 2.2 SECURITY FIRE PROTECTION CABINET A. Cabinet Type: Suitable for fire extinguisher. 1. Products: Subject to compliance with requirements, provide one of the following: a. J. L. Industries, Inc., a division of Activar Construction Products Group. b. Larsen's Manufacturing Company. c. Potter Roemer LLC. B. Cabinet Construction: Non-rated or 1-hour fire rated, verify. 1. Fire-Rated Cabinets: Construct fire-rated cabinets with double walls lined with minimum 5/8-inch-thick, fire-barrier material. C. Cabinet Material: 0.0966-inch-thick steel sheet. 1. Shelf: Same metal and finish as cabinet. D. Recessed Cabinet: Cabinet box recessed in walls of sufficient depth to suit style of trim indicated. 1. Exposed Flat Trim: One-piece combination trim and perimeter doorframe overlapping surrounding wall surface with exposed trim face and wall return at outer edge (backbend). E. Semi-recessed Cabinet: Cabinet box partially recessed in walls of sufficient depth to suit style of trim indicated; with one-piece combination trim and perimeter doorframe overlapping surrounding wall surface with exposed trim face and wall return at outer Clallam County Project No. 620613CH Bid Documents Fire Extinguisher Cabinets 10522 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION edge (backbend). Provide where walls are of insufficient depth for recessed cabinets but are of sufficient depth to accommodate semi-recessed cabinet installation. 1. Rolled-Edge Trim: 2-1/2-inch backbend depth. F. Cabinet Trim Material: Steel sheet. G. Door Material: 0.0966-inch-thick steel sheet. H. Door Style: Solid opaque panel with frame. I. Door Hardware: Manufacturer's standard door-operating hardware of proper type for cabinet type, trim style, and door material and style indicated, and as follows: 1. Recessed door pull. 2. Continuous Hinge: Same material and finish as trim, permitting door to open 180 degrees. 3. Mechanical Deadlock: Lock-bolt retracted and extended by five-tumbler mogul cylinder; keyed one side. a. Lock-bolt: 1-1/2 inches high by 3/4 inch thick; S/8-inch throw. 4. Mechanical Snap-latch: Automatic snap-latch when closed; latch-bolt retracted by five-tumbler mogul cylinder; keyed one side. a. Lock-bolt: 1 inch high by 7/16 inch thick; S/16-inch throw. J. Accessories: 1. Mounting Bracket: Manufacturer's standard steel, designed to secure fire extinguisher to security fire protection cabinet, of sizes required for types and capacities of fire extinguishers indicated, with plated or baked-enamel finish. 2. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated. a. Identify fire extinguisher in security fire protection cabinet with the words "FIRE EXTINGUISHER." 1) Location: Applied to cabinet door. 2) Application Process: Silk-screened. 3) Lettering Color: Red. 4) Orientation: Vertical. 3. Keys to Door Locks: Three per lock. K. Finishes: 1. Manufacturer's standard baked-enamel paint for the following: a. Exterior of cabinet door, and trim except for those surfaces indicated to receive another finish. b. Interior of cabinet and door. Clallam County Project No. 620613CH Bid Documents Fire Extinguisher Cabinets 10522 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2. Steel: Baked enamel or powder coat. 2.3 FABRICATION A. Fire Protection Cabinets: Provide manufacturer's standard box (tub) with trim, frame, door, and hardware to suit cabinet type, trim style, and door style indicated. . 1. Weld joints and grind smooth. 2. Provide factory-drilled mounting holes. 3. Prepare doors and frames to receive locks. 4. Install door locks at factory. B. Cabinet Doors: Fabricate doors according to manufacturer's standards, from materials indicated and coordinated with cabinet types and trim styles selected. 1. Fabricate doorframes with tubular stiles and rails and hollow-metal design, minimum 1/2 inch thick. 2. Fabricate doorframes of one-piece construction with edges flanged. 3. Miter and weld perimeter doorframes. C. Cabinet Trim: Fabricate cabinet trim in one piece with corners mitered, welded, and ground smooth. 2.4 GENERAL FINISH REQUIREMENTS A. Comply with the NAAMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces of fire protection cabinets from damage by applying a strippable, temporary protective covering before shipping. C. Finish fire protection cabinets after assembly. D. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.5 STEEL FINISHES A. Surface Preparation: Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No.1, "White Metal Blast Cleaning" or SSPC-SP 8, "Pickling". After cleaning, apply a conversion coating suited to the organic coating to be applied over it. B. Baked-Enamel or Powder-Coat Finish: Immediately after cleaning and pre-treating, apply manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. Comply with coating manufacturers' written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils. 1. Color and Gloss: White, semi-gloss. Clallam County Project No. 620613CH Bid Documents Fire Extinguisher Cabinets 1 0522 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .1 I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 EXAMINATION A. Examine walls and partitions for suitable framing depth and blocking where recessed and semi-recessed cabinets will be installed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare recesses for recessed and semi-recessed fire protection cabinets as required by type and size of cabinet and trim style. 3.3 INSTALLATION A. General: Install fire protection cabinets in locations and at mounting heights indicated or, if not indicated, at heights indicated below: . . 1. Fire Protection Cabinets: 54 inches above finished floor to top of cabinet. B. Fire Protection Cabinets: Fasten cabinets to structure, square and plumb. 1. Unless otherwise indicated, provide recessed fire protection cabinets. If wall thickness is not adequate for recessed cabinets, provide semi-recessed fire protection cabinets. 2. Fasten mounting brackets to inside surface of fire protection cabinets, square and plumb. 3.4 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire protection cabinets are installed unless otherwise indicated in manufacturer's written installation instructions. B. Adjust fire protection cabinet doors to operate easily without binding. Verify that integral locking devices operate properly. C. On completion of fire protection cabinet installation, clean interior and exterior surfaces as recommended by manufacturer. D. Touch up marred finishes, or replace fire protection cabinets that cannot be restored to factory-finished appearance. Use only materials and procedures recommended or furnished by fire protection cabinet and mounting bracket manufacturers. E. Replace fire protection cabinets that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION Clallam County Project No. 620613CH Bid Documents Fire Extinguisher Cabinets 1 0522 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 10523 - FIRE EXTINGUISHERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes portable, hand-carried fire extinguishers. B. Related Sections: 1. Division 10 Section "Fire Extinguisher Cabinets." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rating and classification, material descriptions, dimensions of individual components and profiles, and finishes for fire extinguisher and mounting brackets. B. Product Schedule: For fire extinguishers. Coordinate final fire extinguisher schedule with fire protection cabinet schedule to ensure proper fit and function. C. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. D. Warranty: Sample of special warranty. 1.4 QUALITY ASSURANCE A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed, and labeled by FMG. 1.5 COORDINATION A. Coordinate type and capacity of fire extinguishers with fire protection cabinets to ensure fit and function. Clallam County Project No. 620613CH Bid Documents Fire Extinguishers 1 0523 - Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I- I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. . b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PORTABLE, HAND-CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each fire protection cabinet indicated. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Amerex Corporation. b. Ansullncorporated; Tyco International Ltd. c. Badger Fire Protection; a Kidde company. d. Buckeye Fire Equipment Company. e. Fire End & Croker Corporation. f. J. L. Industries, Inc.; a division of Activar Construction Products Group. g. Kidde Residential and Commercial Division; Subsidiary of Kidde pic. h. Larsen's Manufacturing Company. i. Moon-American. j. Pem All Fire Extinguisher Corp.; a division of PEM Systems, Inc. k. Potter Roemer LLC. I. Pyro-Chem; Tyco Safety Products. 2. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix B. B. Regular Dry-Chemical Type in Steel Container: UL-rated 10-B:C, 5-lb nominal capacity, with sodium bicarbonate-based dry chemical in enameled-steel container. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. ~I I, Clallam County Project No. 620613CH Bid Documents Fire Extinguishers 1 0523 - Page 2 ClAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Install fire extinguishers in locations indicated and in compliance with requirements of authorities having jurisdiction. END OF SECTION Clallam County Project No. 620613CH Bid Documents Fire Extinguishers 1 0523 - Page 3 I I I I I I I I I I I I I I I I I IJ . ,I I I I I I I I I I I I I I I I I I 1,0, 'I ClAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 10812 - DETENTION TOilET ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsIons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following toilet accessories for detention applications: 1. Safety hooks. 2. Miscellaneous toilet accessories. 3. Mirrors. B. Related Sections include the following: 1. Division 4 Section "Unit Masonry Assemblies" for building anchors into masonry construction. 2. Division 8 Section "Security Screws" for fasteners. 3. Division 11 Sections for general requirements for detention work, including responsibilities of a single-source detention specialist. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each type of product. Include plans, elevations, sections, details, and attachments to other Work. C. Coordination Drawings: Drawings of each built-in anchor supporting detention toilet accessories, including those to be installed as work of other Sections, drawn to scale and coordinating anchorage with detention toilet accessories. Show the following: 1. locations, dimensions, and profiles of wall and floor reinforcements. 2. locations and installation details of built-in anchors. 3. Elevations of each detention toilet accessory showing dimensions of accessory, preparations for receiving anchors, and locations of anchorage. 4. Details of attachment of each detention toilet accessory to built-in anchor. D. Samples for Verification: For each type of exposed finish required and detention toilet accessory indicated. 1. Approved full-size Samples will be returned and may be used in the Work. E. Product Schedule: Indicate types, quantities, sizes, and installation locations by room of each accessory required. Use detention toilet accessory designations indicated in this Section and on Drawings and room designations indicated on Drawings. Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 1 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION F. Product Certificates: For each type of detention toilet accessory, signed by product manufacturer. G. Qualification Data: For Installer and manufacturer. H. Maintenance Data: For detention toilet accessories to include in maintenance manuals. I. Warranty: Sample of special warranty specified in this Section. 1.4 QUALITY ASSURANCE A. Installer: An authorized representative of detention toilet accessory manufacturer for installation and maintenance of units required for this Project. B. Product Options: Drawings indicate size, profiles, and dimensional requirements of detention toilet accessories and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." 1. Do not modify intended security performance or aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review. 1.5 COORDINATION A. Coordinate installation of anchorages for detention toilet accessories. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors that are to be embedded in masonry. Deliver such items to Project site in time for installation. B. Coordinate wall construction to ensure that actual opening dimensions correspond to dimensions required for recessed detention toilet accessories. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of detention toilet accessories that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: 1. Structural failures including deflection exceeding 1/4 inch. 2. Faulty operation of hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal detention use. B. Warranty Period: Two years from date of Substantial Completion. 1.7 MAINTENANCE TOOLS A. Tool Kit: Provide six sets of tools for use with security fasteners, each packaged in a compartmented kit configured for easy handling and storage. Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .1 -I' II I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Security Fasteners: Furnish not less than 1 box for every 50 boxes or fraction thereof, of each type and size of security fastener installed. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: 1. Basis-of-Design Product: The design for each detention toilet accessory is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2.2 MATERIALS A. Stainless Steel Sheet, Strip, and Plate: ASTM A 666, Type 304. B. Concealed Bolts: ASTM A 307, Grade A, unless otherwise indicated. C. Anchors in Masonry: Anchors of type indicated below, fabricated from corrosion- resistant materials capable of sustaining, without failure, a load equal to 4 times the load imposed, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, hot-dip galvanized per ASTM A 153/A 153M. D. Embedded Plate Anchors: Fabricated from steel shapes and plates, minimum 3/16 inch thick; with minimum 1/2-inch-diameter headed studs welded to back of plate. 2.3 DETENTION SAFETY HOOKS A. Individual Detention Safety Hook: Stainless steel straight hook held by stainless steel mounting plate approximately 4 inches square. Provide pivoting assembly that maintains pressure on hook and snaps down when load exceeds 8 Ibf. 1. Finish: No.4. 2. Mounting: Front mounting with security fasteners. 3. Basis-of-Design Product: Bobrick; #B-983 or a comparable product of one of the following: a. Bradley Corporation. Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Multiple, Safety Hook Strip: Minimum 5-1/2-inch-high back-plate by length indicated, formed from stainless steel sheet. Provide stainless steel straight hooks attached to back-plate. Provide pivoting assembly that maintains pressure on hook and snaps down when load exceeds 8 Ibf. 1. Configuration: 18 inches long with 4 hooks. 2. Finish: NO.4. 3. Mounting: Front mounting with security fasteners. 4. Basis-of-Design Product: Bobrick; #B-985: or a comparable product of one of the following: a. Bradley Corporation. 2.4 MISCELLANEOUS DETENTION TOILET ACCESSORIES A. Recessed, Detention Toilet Tissue Dispenser: Minimum 5-inch diameter by 4-1/2 inches deep; formed from O.0625-inch-thick, stainless steel sheet. Secure to wall with rear-mounting steel strap and adjustment bolts. 1. Finish: No.4. 2. Mounting: Front mounting with security fasteners. 3. Basis-of-Design Product: Acorn; #1840-FA or a comparable product of one of the following: a. Architect accepted equal. B. Surface-Mounted, Detention Soft Rod/Shower Curtain Combination: Soft, lightweight, polyethylene foam rod with opaque 2-ply vinyl hook-less shower curtain. Secure rod to wall with heavy-duty Velcro adhesive-backed tabs, secure curtain to rod with Velcro quick secure/release strips. 1. Basis-of-Design Product: Bob Barker; High-Security Soft Rod / Opaque Hook- less Shower Curtain Combination or a comparable product of one of the following: a. Architect accepted equal. 2.5 DETENTION MIRRORS A. Large, Integrally Framed Detention Mirror with Round Corners: Minimum 11 inches wide by 16 inches high; with mirror and integral frame formed from stainless steel sheet; with round corners. 1. Finish: No. 8 for mirror; NO.4 for frame. 2. Mounting: Front mounting with security fasteners to O.1564-inch-thick, steel mounting plate. 3. Basis-of-Design Product: Bobrick; #B-942 or a comparable product of one of the following: a. Bradley Corporation. Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 4 I I I I I I I I I I I I I I I I I I I 1--- I I I ,I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.6 FABRICATION A. Coordinate dimensions and attachment methods of detention toilet accessories with those of adjoining construction to produce integrated assemblies with closely fitting joints and with edges and surfaces aligned, unless otherwise indicated. B. Shear and punch metals cleanly and accurately. Remove burrs. C. Form edges and corners to be free of sharp edges and rough areas. Fold back exposed edges of unsupported sheet metal to form a 1/2-inch-wide hem on the concealed side, or ease edges to a radius of approximately 1/32 inch and support with concealed stiffeners. D. Form metal in maximum lengths to minimize joints. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space, anchoring devices to secure detention toilet accessories rigidly in place and to support expected loads. Build in straps, plates, and brackets as needed to support and anchor fabricated items to adjoining construction. Reinforce formed- metal units as needed to attach and support other construction. F. Cut, reinforce, drill, and tap detention toilet .accessories to receive hardware, security fasteners, and similar items. G. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. H. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed security fasteners of type indicated or, if not indicated, flat-head (countersunk) security fasteners. Locate joints where least conspicuous. 2.7 FINISHES A. Comply with the NMMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish detention toilet accessories after assembly. C. Stainless Steel Finishes: Remove tool and die marks and stretch lines or blend into finish. 1. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. 2. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 5 Clallam County Project No. 620613CH Bid Documents Detention T oUet Accessories 10812 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of detention toilet accessories. 1. Examine roughing-in for embedded and built-in anchors to verify actual locations of detention toilet accessory connections before detention toilet accessory installation. 2. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of detention toilet accessories. B. Inspect built-in and cast-in anchor installations before installing detention toilet accessories to verify that anchor installations comply with requirements. Prepare inspection reports. 1. Remove and replace anchors where inspections indicate that they do not comply with specified requirements. Re-inspect after repairs or replacements are made. 2. Perform additional inspections to determine compliance of replaced or additional work. Prepare inspection reports. C. Verify locations of detention toilet accessories with those indicated on Coordination Drawings. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing detention toilet accessories to in-place construction. Include threaded fasteners for masonry inserts, security fasteners, and other connectors. B. Provide temporary bracing or anchors in formwork for items that are to be built into masonry or similar construction. C. Security Fasteners: Install detention toilet accessories using security fasteners with head style appropriate for installation requirements, strength, and finish of adjacent materials, except that a maximum of two different sets of tools shall be required to operate security fasteners for Project. Provide stainless steel security fasteners in stainless steel materials. 3.3 FIELD QUALITY CONTROL A. Inspect installed products to verify compliance with requirements. Prepare inspection reports and indicate compliance with and deviations from the Contract Documents. B. Remove and replace detention work where inspections indicate that work does not comply with specified requirements. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Perform additional inspections to determine compliance of replaced or additional work. Prepare inspection reports. D. Prepare field quality-control certification that states installed products and their installation comply with requirements in the Contract Documents. 3.4 ADJUSTING AND CLEANING A. Remove temporary labels and protective coatings. B. Adjust safety hooks to release with application of 8-lbf load. END OF SECTION Clallam County Project No. 620613CH Bid Documents Detention Toilet Accessories 10812 - Page 7 Bid Documents I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #11 - EQUIPMENT 11900 Detention Equipment General Requirements........................................... 9 pages 11901 Detention Equipment Doors and Frames................................................. 15 pages 11902 Detention Equipment Hardware............................................................... 9 pages 11908 Detention Equipment Security Glazing.................................................... 10 pages 11915 Detention Equipment Security Electronics ............................................. 13 pages Clallam County Project No. 620613CH 1- I II I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 11900 - DETENTION EQUIPMENT GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. Design, coordination, fabrication, assembly and installation of fully operational detention equipment as specified herein and in: B. Detention Equipment General Requirements and related work noted therein; Section 11901. C. Detention Equipment Hardware; Section 11902 D. Detention Equipment Security Glazing; Section 11908 E. Detention Equipment Security Electronics; Section 11915 1.3 RELATED WORK A. Final Cleaning; Division 1. B. Cast-In-Place Concrete, Precast Concrete, Grouts, and Forms; Division 3. C. Concrete Block Masonry; Division 4. D. Structural Steel, Metal Fabrications; Division 5. E. Sealants; Division 7. F. Painting; Division 9. G. Security Screws; Division 8. H. Security Sealant; Division 7. Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 1 Bid Documents Detention Equipment General Requirements 11900 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.4 QUALITY ASSURANCE A. One firm shall be responsible for providing all work as specified herein and in Sections 11901, 11902, 11908 and 11915 including composite submittals as described in 1.7 of this Section. This firm is hereafter referred to in these Sections as the Detention Equipment Subcontractor (DESC). B. Section 11901 doors and their attendant metal frames shall be fabricated by the same manufacturer. C. Furnish all required embedded items to providers of forms, concrete and masonry work. Include detailed plans and elevations for location of all items and instructions for placement and ship as directed. Review installation of embedded items and report status of installation to Architect. D. DESC shall perform field installation of detention frames, detention doors, detention hardware and other equipment as specified herein. E. Verify construction details involving detention equipment products prior to shop drawing submission. F. Prior to installation, meet at project site for purpose of reviewing products and installation methods selected, procedures to be followed in performing the work, and coordination with other trades. G. DESC's Representative shall provide regular on-site inspection of work being done by detention equipment installers. This shall happen once every two weeks during the construction stage when detention equipment is being installed and every day during the first two weeks. 1. DESC's Representative shall be thoroughly experienced in the application and installation of detention doors, frames and related hardware. 2. The representative shall keep a complete log of activities on the project. Dates, time, instructions given and to whom, relating to installation and proper operation of the system. 3. The representative shall participate in the final inspection ofthe work and the Architects Final Punch Out of all material and equipment in this scope. 1.5 APPLICABLE REFERENCE STANDARDS A. See Sections 11901, 11902, 11908 and 11915. 1.6 SUBSTITUTIONS A. Requests for approval of manufacturers, suppliers, vendors, installers or substitutions for material listed herein shall be made by the DESC. Clallam County Project No. 620613CH I ! I I I I I I I I I I I I I I I I .1 I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION - 1.7 SUBMITTALS A. Make submittals in accordance with the requirements of Division 1 and the following Sections. Submittals shall be provided within 60 days of the Notice To Proceed for the project. B. Submit operation and maintenance manual outline/table of contents for review and approval at the same time as packages 1, 2 & 3 are delivered to the Architect. C. Submittals for work in Section's 11901, 11902, 11908 and 11915 shall be submitted as complete composite packages by the DESC. Partial or incomplete packages will be rejected. All packages shall be delivered to the Owner at the same time in accordance with the approved submittal schedule. If the Owner determines that the submittals are acceptable in completeness to review, the DESC's project representative (and a representative of the firm's preparing the submittals for work of Sections 11901, 11902, 11908 and 11915 if different from the DESC) shall meet with the Owner at the Construction Site office for the purpose of the review of all submittals followina their receipt and approval of completeness bv the Owner. This review meeting will be held once and will take 2 (two) days and shall be attended by all parties, and it's intent is to provide the supplier with the ability to proceed into production while forwarding a final record set. If an additional meeting is required all labor and expense's for the Owner and Architect shall be backcharged to the Contractor by the Owner. 1.8 PRODUCT HANDLING A. DESC is responsible for all detention equipment material handling to all required work areas for items installed by the DESC. B. Conform to the applicable requirements of Division 1 and the following: 1. Delivery: Load products in such a manner that they may be transported and unloaded without being excessively stressed, deformed or otherwise damaged. Deliver products to product site cartoned or crated to provide protection during transit and project site storage. Move products to site storage location and/or installation locations as directed. Coordinate times of delivery and handling with Contractor. 2. Storage: Protect products from corrosion and deterioration. Do not store products on or in the structure in a manner that might cause distortion or damage to the products or the supporting structures. Repair or replace damaged products or structures as directed. 3. Markings Tag all products with markings which show proper installation locations. 4. Defective Products: Items found to be defective either through manufacturing, transit damage, improper storage, field installation, etc. will be replaced within a six-week period or prior to final completion which ever is sooner. Special shipment and manufacturing arrangements must be arranged to accomplish this requirement. Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 3 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.9 WARRANTY A. In addition to Requirements of Contract Conditions, DESC shall extend correction period for one additional year. B. DESC shall "warrant" products and installation by himself, his installers, manufacturers and product suppliers. 1.10 PATENTS A. DESC shall assume full responsibility and shall hold harmless and shall fully indemnify Architect, Owner or any of Owner's officers or agents, from all damage claims for patent right infringements and shall defend any suit brought against any or all of the parties aforesaid for infringement claims. 1.11 APPROVED DETENTION EQUIPMENT SUBCONTRACTORS (DESC) A. Detention Equipment Subcontractor List: 1. DDS Construction Services; Hayward, CA (510-783-0771) 2. CCC Group, Inc.-Detention Systems Division; San Antonio, TX (210-662- 1694 ) 3. CML Specialies, Inc.; Couer d' Alene, ID (208-765-2415) 4. Intermountain Erection; Salt Lake City, UT (801-266-5877) 5. ISI Detention Contracting Group, Inc.; San Antonio, TX (210-344-1110) 6. Maximum Security Products Corporation; Waterford, NY (518-233-1800) 7. McGregor Industries, Inc.; Dunmore, PA (570-343-2436) 8. Norment; Montgomery, AL (334-281-8440) 9. Sierra Steel Company; Highlands Ranch, CO (303-470-2925) 10. Southern Steel Company; San Antonio; TX (210-533-1231) 11. Tri-Star Detention, Inc.; Mulino, OR (503-632-3450) 12. Universal Security Products; Hayward, CA (510-785-8222) 13. Willo Products, Decatur, AL (256-353-7161) B. Others seeking approval as a DESC are to make substitution requests fourteen (14) days prior to the bid date in accordance with the requirements of the Contract, and which include the following. The submittal shall be divided into the following sections, and will not be reviewed if not in the following format: 1. Submit evidence that DESC has a minimum of twenty (20) years experience in successfully completing projects of equal scope, magnitude and products similar to those specified herein. Such evidence shall consists of a list of not less than thirty (30) projects which have been in actual and satisfactory use for not less than five (5) years and five (5) projects that utilize similar hardware as specified for this project. Provide a list of contacts at each facility, addresses and phone numbers. 2. Resume of proposed personnel in DESC's organization that have at least five (5) years experience in the 1) design, 2) fabrication, 3) installation of equipment comparable in quality and type to that required herein and 4) g Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION listino of not less than five (5) oroiects, comparable in quality and type to this project that have been executed by the proposed project personnel. Resume shall address each of the four items above for each person. 3. Copy of Washington State Contractors License. 4. Provide statement indicating the firm has not filed for bankruptcy protection within the past ten (10) years. 5. Submit a statement letter from the Surety Company stating that a 100% Payment and Performance Bond will be supplied if selected as the successful DESC. C. Requests shall be considered only from competent and reputable firms who specialize in this particular branch of work and who can demonstrate to the satisfaction of the Architect and Owner that they are fully capable of completing detention equipment work in accordance with requirements. The Architect reserves the right to consider each request on merits of material furnished or otherwise at this disposal, and to reject any or all requests which are not in the owner's best interest. The Owner's decision in this matter will be final and incontestable. DESC's accepted for bidding on this project will be announced by addendum before bid date. Bids received from others not named by addendum will be deemed non-responsive. 1.12 EXTRA STOCK/SPARE PARTS A. Provide quantities indicated in Sections 11901, 11902, 11908 and 11915. B. Deliver to location directed by Owner, cartoned to provide protection during transit and storage. Obtain receipt when delivered. C. Spare parts and extra stock will be retained by the owner and will not be released for use in installation. 1.13 OPERATING INSTRUCTIONS AND MATERIALS A. Provide four (4) operating/maintenance manuals and instructions for all Section 11901, 11902, 11908 and 11915 requirements. Include complete listing of spare parts furnished under detention equipment work (with re-order part numbers and re- order procedures), a list of contact persons (including addresses, phone numbers) for both routine and emergency advice, and a schedule for all maintenance activities required for each appropriate item provided. B. Include graphic and narrative descriptions of all equipment defining parts and their assembly; function; trouble-shooting situations and repair options, maintenance, replacement, and adjustment instructions. C. The object of the provided operating/maintenance manuals, shall be to communicate a total understanding of operations and maintenance of all detention equipment included in the work. . Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.14 OWNER TRAINING A. The object of the provided training materials and instruction periods shall be to communicate a total understanding of operations and maintenance of all detention equipment included in the work. Coordinate with the Owner to review materials and instruction periods, to assure Owner instruction and information requirements will be met. Obtain approval prior to scheduling training sessions. B. Provide a representative approved by the Owner, who is knowledgeable in operation of detention equipment, and who has thorough knowledge of its mechanisms, for an on-site instruction and training period involving Owner's designated personnel. Representative must be capable of training personnel in the adjustment and operation of detention equipment including pertinent safety requirements, and instructing maintenance personnel in its operation, repair, and upkeep. Instruction shall be given during the first work week after the system has been accepted and turned over to the Owner for regular operation, except if detention equipment adjustment and/or repairs are required for its use. In such cases, training sessions are not to occur until such adjustments and/or repairs are satisfactorily completed. Also, on-site instruction and training period will not exceed two 2 hour days in length. C. During the warranty period, if significant changes or modifications take place in the equipment or system, additional instruction shall be provided at no cost to the Owner (unless such changes or modifications are Owner initiated) to acquaint the operating personnel with the changes or modifications. PART 2 - PRODUCTS 2.1 GENERAL A. Comply with the requirements of Sections 11901, 11902, 11908 and 11915. PART 3 - EXECUTION 3.1 GENERAL A. Examine the areas and conditions under which installation is to occur and document conditions detrimental to the proper and timely completion of the work. Installation shall not proceed until unsatisfactory conditions are corrected. Beginning installation indicates acceptance of existing conditions. . B. See 1.4 Quality Assurance, pre-installation requirements. C. Protect adjacent surfaces while installing products against damage, stains. Prepare same to provide correct installation of Detention Equipment. Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 6 I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Ascertain location and arrangement of anchorage required to accommodate work; coordinate with other trades where necessary to make provisions for installation. E. Furnish setting drawings, diagrams, templates, instructions, and directions for installation of all products. Coordinate delivery of such products to project site. F. Distribute all items to installation locations immediately prior to installation, complying with all applicable product handling requirements. Coordinate timing of distribution. G. Coordinate with other trades for proper location of roughing-in services and service connections specified elsewhere. 3.2 INSTALLATION A. Securely place products in locations required. Install in alignment, free from warp, twist or distortion, plumb, level and true. Comply with reviewed shop drawings, manufacturer's instructions and recommendations for both handling and installation of the products for particular conditions of installation in each case, except where more stringent requirements are indicated or specified, or where project conditions require extra precautions or provisions for satisfactory performance of work. Where printed instructions are not available or do not apply to project conditions, consult manufacturer's technical representative for specific recommendations before proceeding. Do not install products which are observed to be defective. B. Perform cutting, drilling and fitting required for installation of detention equipment. C. Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels with lines visually parallel. D. Cut necessary holes for installation of other work in detention equipment; comply with templates or details drawings furnished by other trades prior to fabrication and installation of detention work. E. Comply with AWS Code for procedures of manual shielded metal-arc welding, appearance and quality of welds made, and methods used in correcting welding work. Where surfaces are to be exposed to view, grind welds smooth; finish holes, defects, other imperfections so surfaces will be smooth when painted. All Partially welded metal to metal joints exposed shall be filled with metal body putty and ground smooth prior to painting. F. Field welding or other field attachment of metal assemblies to embedded anchorages shall be accomplished by DESC, field welding shall be performed on products supplied by manufacturers if the product does not meet these requirements. Where metal assemblies are to be set into concrete or concrete masonry, brace such assemblies. Where adjustable anchors are required, coordinate location of anchors to provider of concrete masonry work. DESC shall also grout these frames, including intermediate mullions ortubular elements. Where assemblies are to have non-adjustable anchors, or where anchorage must be pre- Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 7 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION set prior to setting frames in substrates, anchorage attachment to assemblies shall be by DESC. G. Install sealants and/or security sealant around frame edges as indicated conforming to Division 7 requirements. H. Fasteners 1. Set removable fasteners in locktite (removable grade). 2. Set concrete/masonry anchors in an adhesive resin capsule. 3.3 FIELD QUALITY CONTROL A. DESC shall provide written approval of installation of all products specified in Sections 11901, 11902, 11908 and 11915 upon completion. Transmit approval in writing to Owner. 3.4 ADJUSTMENT, REPAIRING A. When connections to low voltage (24 VDC) power are made, test all operating or sensing items and adjust to proper functions. Test controlled doors utilizing the control consoles under normal operating procedures. B. Adjust and lubricate moving parts to operate smoothly and quietly, without binding. C. Work shall be free from scratches. dents, permanent discolorations and other defects; remove and replace damaged parts, surfaces with imperfections, or damaged during installation or thereafter before time of final project acceptance. Prior to touch-up painting, remove objectionable foreign material from metal surfaces including connections. Touch-up welds, bolted connections, and all abraded/damaged areas in shop applied finish with metal primer paint. 3.5 PROTECTION, CLEANING A. Comply with Division 1 requirements. B. During installation, protect adjacent surfaces and detention equipment from damage. Work shall be free from scratches, dents, permanent discolorations and other defects; remove and replace damaged parts, surfaces with imperfections, or damaged during installation or thereafter before time of final project acceptance. C. Remove all non-permanent labels, non-permanent protective coatings and identifying marks, and thoroughly clean all surfaces, remove foreign materials prior to inspections intended to set date of substantial completion. Clean concealed work similarly, prior to enclosure. Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. During installation, maintain storage and work area, and installation locations, in neat, orderly, broom clean condition. E. DESC shall advise Contractor of required procedures for protection of completed detention work by the contractor. Advice shall extend through period of installation of other work near detention work, and also through remainder of construction period, for the purpose of assurance that detention equipment will not be damaged. END OF SECTION Clallam County Project No. 620613CH Bid Documents Detention Equipment General Requirements 11900 - Page 9 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 11901 - DETENTION EQUIPMENT DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. Design, coordination, fabrication, assembly and installation of metal assemblies complete with all required embedments, applied glazing stops and fasteners, and other items required to assure proper and complete assemblies, conforming to the requirements of this Section and Section 11900. These assemblies are generally indicated by an liS" prefix on the architectural schedules/drawings. B. Grouting of hollow metal assemblies as specified herein. C. Installation of Security Sealant for hollow metal assemblies; Division 7. 1.3 RELATED WORK A. General Requirements for Detention Equipment and related work noted therein; Section 11900. B. Detention Equipment Hardware; Section 11902 C. Detention Equipment Security Glazing; Section 11908 D. Detention Equipment Security Electronics; Section 11915 1.4 QUALITY ASSURANCE A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." B. Qualifications for Welding work: 1. Qualify welding processes and welding operators in accord with AWS "Standard Qualification Procedure." 2. Provide certification that welders to be employed in work have passed AWS qualification tests within previous twelve months. If recertification of welders is required, retesting will be Detention Equipment Sub-Contractor's responsibility. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 1 I I I I I I I I I I I I I I I I I I I 1--- II I I I I II I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. When possible, take field measurements prior to preparation of shop drawings and fabrication to ensure proper fitting of the work. Otherwise, indicate field measurements on reviewed shop drawings. D. Furnish inserts and anchoring devices which must be set in concrete or built into masonry for installation of products. Coordinate delivery with other work to avoid delay. E. Shop Assembly: Preassemble products in shop to greatest extent possible to minimize field splicing and assembly. Disassemble products only as necessary for shipping and handling limitations. Clearly mark products. for reassembly and coordinated installation. F. Fire-Rated Assemblies: 1. Wherever a fire rating is scheduled for a metal detention equipment assembly, provide fire-rated assembly (complete with all products required) investigated and tested as a fire door assembly, complete with type of hardware to be used. Identify each fire door and frame with UL Labels, indicating applicable fire rating. UL Certificate of Inspection indicating that each assembly has been constructed with materials and methods equivalent to requirements for labeled construction of the Underwriters' Laboratories may be accepted in lieu of labeling if labeling can not be provided. Submit copies of such certificates to Architect and City Fire Marshal for approval. 2. Construct and install assemblies to comply with NFPA Standard No. 80, and as herein specified. 1.5 SUBMITTALS A. Make submittals in accordance with the requirements of Division 1 and Section 11900. An asterisk (*) indicates items required in a composite package. *B. Submit "composite" type shop drawings for each opening, showing complete details of construction including glazing, glazing stops, doors, frames, all hardware and electronic products whether included as detention equipment or otherwise, reinforcements, joints, connections and all other related types of construction. Also include methods of installation including anchorage, and include diagrams showing the sequence of installation. Shop drawings that are non-conforming to the above will be rejected. 1. All details at 3" = 1'-0" minimum 2. Enlarged plans at W' = 1'-0" minimum *C. Submit data defining proposed primer paints; include descriptions of equivalence to types specified and written confirmation that selected primer paints are compatible with finish paints and base materials. *0. Submit frame installation jigging system. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION *E. Submit an independent testing laboratory report certifying the following minimum performance of the manufacturer's typical flush 3 ft x 7 ft prison doors: 1. Test "A" - Static Load: Under centrally applied load of 14,000 Ibs. (660Ibs. per square foot) at quarter points the maximum permitted deflection of 0.58" with a rebound of 0.015 after release of load. 2. Test "B" - Rack Test: Under a concentrated load of 7,500 Ibs. on one unsupported corner of door the maximum deflection shall not exceed 3.5" without failure. *F. Submit notarized letter certifying that materials and fabrications proposed comply with the specifications. *G. Submit metal body putty filler product data. *H. Submit a listing of each opening that has a 'UL' rating required that cannot meet the requirements. List each reason that will not allow ratings. 1.6 APPLICABLE REFERENCE STANDARDS A. Comply with the following except where more stringent requirements are required. 1. ASTM A29 - Steel Bars, Carbon and Alloy, Hot-Wrought and Cold Finished, General Requirements. . 2. ASTM A36 "Specification for Structural Steel." 3. ASTM A 108 - Steel Bars, Carbon, Cold-Finished, Standard Quality. 4. ASTM A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 5. ASTM A153 - Zinc Coating (Hot Dip) on Iron and Steel Hardware. 6. ASTM A 167 - Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. 7. ASTM A283 - Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars. 8. ASTM A366 "Steel Sheet, Carbon, Cold-Rolled, Commercial Quality." 9. ASTM A501 "Hot-Formed Welded and Seamless Carbon Steel Structural Tubing." 10. ASTM A568 "Steel, Carbon and High-Strength Low-Alloy Hot-Rolled Sheet, Hot-Rolled Strip, and Cold-Rolled Sheet." 11. ASTM A569 "Steel, Carbon, (0.15 Maximum, Percent) Hot-Rolled Sheet and Strip, Commercial Quality." 12. ASTM A653A "Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality." 13. ASTM A653M "Steel Sheet, Zinc Coated (Galvannealed) by the Hot-Dip Process, General Requirements." 14. ASTM A1008 - Steel, Sheet, Carbon, Cold-Rolled, Commercial Quality. 15. ASTM B117 "Method of Salt Spray (Fog) Testing" 16. ASTM C143 "Standard Test for Slump of Hydraulic Cement Concrete" 17. ASTM D1735 "Practice for Testing Water resistance of Coating Using Water Fog Apparatus Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 3 I I I I I I I I I I I I I I I I I I I I -- I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 18. AWS D1.1 "Structural Welding Code - Structural SteeL" 19. AWS D1.3 "Structural Welding Code - Sheet SteeL" 20. HMMA "Hollow Metal Manufacturers Association", unless otherwise specified. 21. HMMA-863 Detention Hollow Metal Guide Specification, as modified herein. 22. NFPA 80 "Fire Doors and Windows" 1.7 PROJECT CONDITIONS A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 1.8 PRODUCT HANDLING/DELIVERY A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment" and HMMA 840-lnstallation and Storage of Hollow Metal Doors and Frames. B. Provide frame spreaders for shipment. Do not remove spreaders until after frame installation. C. When shipping limitations so dictate, frames for large openings shall be fabricated in sections designed for splicing in the field by installers. 1.9 WARRANTY A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 1.10 PATENTS A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 4 Bid Documents Detention Equipment Doors and Frames 11901 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1.11 APPROVED HOLLOW METAL ASSEMBLY SUPPLIERS A. Hollow Metal Assembly Supplier List: 1. American Steel Products; Swainsboro, GA (912-562-4444) 2. Curries Company; Mason City, IA (641-423-1334) 3. Independent Steel Products, LLC (631-777-5400) 4. Trussbilt, Inc.; New Brighton, MN (651-633-6100) B. Others seeking approval as a Hollow Metal Supplier are to make substitution requests in accordance with the requirements ofthe Contract, and which include the following: 1. Submit evidence that firm has a minimum of ten (10) years experience in successfully completing projects of equal scope and magnitude with products as specified herein. Such evidence shall consist of a list of not less than five (5) projects which have been in actual and satisfactory use for not less than five (5) years. Provide a list of contacts at each facility, addresses and phone numbers. 2. Provide a list of all projects in the past five (5) years in which the proposed firm has been involved in litigation with a city, county, state or federal government agency and the status thereof. 3. Furnish frame corners sections of door and window frame for review. Provide 2-12" corner, sample frames. 4. Submit copies of welder's certification for all personnel who will perform services on this project. 5. Submit a full size corner sample of each type door and frame showing door construction, face stiffening, insulation, and top hinge reinforcements; details of each type of door and frame, performance data in accordance with performance tests specified below. 6. Submit a statement letter from the Surety Company stating that a 100% Payment and Performance Bond will be supplied if selected as the successful Hollow Metal Assembly Supplier. 7. Submit an independent testing laboratory report certifying the following minimum performance of the manufacturer's typical flush 3 ft x 7 ft prison doors: a. Test "A" - Static Load: Under centrally applied load of 14,000 Ibs. (660 Ibs. per square foot) at quarter points the maximum permitted deflection of 0.58" with a rebound of 0.015 after release of load. b. Test "B" - Rack Test: Under a concentrated load of 7,500 Ibs. on one unsupported corner of door the maximum deflection shall not exceed 3.5" without failure. Performance Tests: All security hollow metal door manufacturers shall submit to the Architect evidence of compliance with ASTM F 1450 and HMMA 863. Test reports and documentation shall be in accordance with ASTM F 1450. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Requests shall be considered only from competent and reputable firms who specialize in this particular branch of work and who can demonstrate to the satisfaction of the Architect and Owner that they are fully capable of completing detention equipment work in accordance with requirements. The owner reserves the right to consider each request on merits of material furnished or otherwise at this disposal, and to reject any or all requests which are not in the owner's best interest. The Owner's decision in this matter will be final and incontestable. Hollow Metal Suppliers accepted for bidding on this project will be announced by addendum before bid date. Bids received from others not named by addendum will be deemed non-responsive. 1.12 OPERATING INSTRUCTIONS AND MANUALS A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. " PART 2 - PRODUCTS 2.1 MATERIALS REQUIRED A. Hot-Rolled Steel Sheets: ASTM A569 carbon steel, commercial quality, pickled and annealed. B. Cold-Rolled Steel Sheets: ASTM A366 carbon steel, commercial quality, pickled and annealed. C. Galvannealed Steel Sheets: ASTM 653M carbon steel, zinc-coated (Galvanized) or Zinc Alloy-Coated by the Hot Dip Process. D. Channels, Angles, Flat Bars, Steel Plate: ASTM A36 steel. E. Steel Tubular Products: ASTM A500, grade B; 46,000 psi yield point required. F. Security Screws: Provide security screws as specified in Division 8 G. Welding Electrodes: AWS Code series E70XX covered mild steel type. H. Metal Primer Paint: Weldable metal primer, Tnemec #66-1211, 3.0 mils dry minimum, coordinate compatibility with the required finish coats of paint. I. Metal Body Putty: Bondo or other accepted epoxy filler. J. Weld Studs: TRW Nelson Division "headed" studs; weld to steel plates. K. Frame Anchor Type A: Steel plate of type indicated and spaced as detailed; weld to steel strap attached to the frame form as required. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 6 Bid Documents Detention Equipment Doors and Frames 11901 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION L. Frame Anchor Type B: FS FF-S-325, group II, type 4, class 1 wedge type expansion anchors with FS QQ-Z-325C, type I, class 3 plated finish. Provide each anchor complete with bolt, expansion sleeve, hex nut, washer; W' diameter size required with length as required for 2-3/4" minimum embedment depth or minimum depth as required by the local code. M. For Expansion Bolts Concealed From View: FS FF-S-325, group II, type 4, class 1 wedge type expansion anchors with FS QQ-Z-325C, type \, class 3 plated finish. Provide each anchor complete with bolt, expansion sleeve, hex nut, washer; ~" diameter size required with length as required for 2-3/4" minimum embedment depth or minimum depth as required by the local code. N. Detention Equipment Hardware: See Section 11902. O. Electrical Conduit: 1. Racewavs: Intermediate metal conduit (IMC) shall be steel, galvanized inside and outside and shall be as manufactured by Republic Steel, Triangle, National or approved equal. Minimum 3/4" trade size conduit shall be used. 2. Raceway Fittinas: Fittings for steel conduit shall be galvanized or cadmium plated. Fittings for rigid conduit and IMC shall be threaded. Couplings shall be galvanized steel. Locknuts and bushings shall be steel or malleable iron. 3. Quantities: Provide separate conduit for each function listed below: a. Power over 24 volts. b. Power 24 volts and under. c. Audio communications. P. Lock Keys: See Section 11902 - "Detention Equipment Hardware." Q. Screw Thread Adhesive: Locktite #242-Blue, removable grade. Provide screw thread adhesive primer recommended by manufacturer. R. Exposed Fasteners: ASTM A307, Grade A. 2.2 DOOR AND FRAME FABRICATION A. General Workmanship: Use only materials of size and thickness as indicated which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness; work to dimensions indicated or accepted on shop drawings. Form exposed work true to line and level with accurate corners and surfaces and straight sharp edges. Ease exposed edges to a radius of approximately 1/32" unless otherwise noted. B. Hardware Preparation: Templates, hardware schedules to be furnished by Section 11902 suppliers. Prepare Section 11901 products to accept all required hardware properly. Clallam County Project No. 620613CH II 'I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Painting: Shop paint all metal work, except members or portions of members to be embedded in concrete or unit masonry. Prepare galvanized frames as required to accept paint. Remove scale, rust and other deleterious materials before applying shop coat; comply with Steel Structures Paint Council (SSPC) "SP-3 Power Tool Cleaning (for field welds only) or SP-7 Brush-Off Blast Cleaning" requirements. Immediately after surface preparation , brush or spray on primer in accord with manufacturer's instructions and at a rate to provide total uniform dry film thickness.; use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. D. Applied Glazing Stops: For all types, provide as indicated; form using 12 ga. hot rolled steel sheet except where angle types are required. "Mitered corner" design is required, with fully welded corners to provide a one piece glazing stop is required. Obtain all necessary tolerances for glass and glazing from Section 11908 supplier. Provide to secure to frames using security screws; space 2" from each applied stop corner and uniformly spaced on not greater than 8" between. Drill and tap to receive security screws. Protect inside of frame to assure complete screw penetration when frame grouted full, with continuous mortar boxes. Use of "self drilling" screws is not allowed. Coordinate placement of stops with work of Section 11908. Ship frames to project site with stops secured with standard screws. Also, ship security screws (plus 10% spare) in appropriate containers labelled and tagged to match frames. Provide instructions for proper stop installation to the installer of Section 11908 products and, when acceptable, approve such installation in writing. E. Welding: Steel components not plant fabricated shall be designed for plug or stitch weld field-welded connections, unless indicated otherwise. F. Install metal body putty to all metal to metal joints and/or connections on doors and/or frames, grind smooth and prepare surface for painting. G. Welding: 1. Welds to be of type, size and space indicated on drawings. Where not specifically indicated, provide stitch welds a minimum 1-1/2" long, 6" O.c.; plug welds 1/2" diameter, 4" o.c.. There must be a minimum of two per side of any opening. 2. Materials forming corners are to be welded along each line of transition at the corner. 3. Where exposed to view, fill between all welds, grind and finish smooth. 4. Tack weld all exposed bolts in areas where inmates have access. 5. Surface hinges and members 6" x 6" or less, shall be continuously welded. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.3 SWING DOOR ASSEMBLY REQUIREMENTS A. The following are in addition to general fabrication requirements listed in 2.2 above. B. Metal Frames: 1. General: Provide of styles as indicated/scheduled and that comply with requirements indicated/specified. 2. Form all frames using 12 gauge hot-rolled steel sheets, except galvanized at all exterior or wet applications. 3. Form plate covers using steel plate in thickness as required. At steel plate covers, accurately form joints and continuously weld; grind to smooth uniform finish. 4. Fully-welded frame construction required. 5. At frame corners, "miter" or "butt" design required which also is continuously welded on backside, all exposed sides and depth of frame with face side ground smooth for invisible joint. 6. At mullion (either vertical or horizontal) intersections, reinforce joints with concealed "clip" angles (or other acceptable shapes) of the same metal thickness as frames and welded to frame members. Also, at mullion (either vertical or horizontal) intersections, accurately form joints and continuously weld; grind to smooth uniform finish. 7. Manufacturing tolerances shall be maintained within the following limits: a. Frames for single door or pair of doors width, measured between rabbets at the head: Nominal opening width + 1/16" to -1/32"; height (total length of jamb rabbet): Nominal opening height +/- 3/64". b. Cross Section profile dimensions: 1) Face: +/-1/32" 2) Stop: +/- 1/32" 3) Rabbet: +/- 1/32" 4) Depth: +/- 1/32" 5) Throat: +/- 1/32" c. Hardware cutout dimensions: 1) Template dimensions: + 1/64" "-a" 2) Hardware location: +/- 1/32" 8. As shown on drawings, provide all electrical conduit in the frames. Provide separate conduits where audio signal wire is to run in frame. 9. For electrical devices that are not detention equipment hardware but are required in frame, provide properly sized cut-outs for the devices, properly sealed mortar boxes (14 ga. minimum) with access for conduit, and tapped holes for device and/or device cover plate attachment, with internal protection so fasteners seat properly when frame is grouted full. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 9 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 10. Hinge Reinforcement: a. Mortise: 3/16" x 1-1/2" x 10" steel plate, drilled and tapped at factory for mortised hinges, frame face. Fill spaces between frame face and hinge reinforcement with steel strips welded. Provide additional plate at top hinge of 1-1/2" x 3/16" x 1 a", welded to inside of frame trim. b. Surface: 3/8" x 1-1/2" x 1 A" steel plate, provide additional plate at top hinge of 3/16" x 1-1/2" x 1 a", welded to inside face of frame. 11. Lock bolt keepers: Minimum 14 ga. galv. steel with 1/8" steel backup at lock bolt. 12. Applied glazing stops: Drill and tap to receive security screws. Protect inside of frame to assure complete screw penetration when frame grouted full, with plastic cups or mortar boxes. Use of "self drilling" screws is not allowed. 13. Floor clips: Minimum 12 gauge angle clips, drilled for expansion bolts, welded to bottom of each jamb. Floor clip shall to be concealed within the frame assembly. Floor clips are required on all sliding and swing door frames. 14. Pockets for prison locks: Provide in each frame where jamb mounted prison locks are used, with min. 3/16" thick rounded edge steel plate cover to protect locking device; secure cover with a minimum of twelve security screws. Anchor locks to frame in accord with lock manufacturer's instructions and recommendations for particular conditions of installation in each case. 15. Provide steel spreaders temporarily attached to the feet of both jambs to serve as a brace during shipping and handling of frames. 16. Pockets for closers: Provide prepared to receive closers, in accordance with manufacturer's requirements. 17. Surface mounted items: Provide 3/8" x 1-1/2" x cont. steel plate. Provide additional 3/16" steel plate at top hinge. 18. Grout Stiffners: Provide as required to prevent frames from buckling during grouting in the field. 19. No electrical access boxes are to be provided except hardware pockets or communication mortar boxes. C. Metal Doors: Flush type doors are required, approximately 2" thick with door edges at top, sides and bottom finished flush; also, doors shall be mortised, accurately cut, reinforced internally, drilled and tapped as required for proper secure mounting of door accessories such as food passes, vision panels, locking devices, and all other detention equipment and hardware. 1. Doors shall have no more than 1/8" clearance at sides and tops. 2. Doors shall have proper bevel at lock and hinge edges so that door will operate without binding. 3. Doors shall not be out of wind and be reinforced at corners and elsewhere sufficiently to prevent sagging or twisting. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 10 Bid Documents Detention Equipment Doors and Frames 11901- Page 11 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Doors shall have face sheets of 12 ga. cold-rolled steel sheet material for all doors, except galvanized for exterior or wet applications, and shall be reinforced internally with formed or hot-rolled channels of not less than 1/8" thick material extending full height of door, spaced approximately 4" O.c., spot welded to face sheets 3" o.c. along entire length of each channel; weld to door perimeter reinforcing. Alternate acceptable internal reinforcing: a. Continuous steel truss design, 28 ga. minimum, resistance spot welded not over 2-3/4" o.c. horizontal, 3" o.c. vertical and welded to face sheets and perimeter reinforcing. b. 18 ga. hat-shaped continuous vertical steel stiffeners the full width and height of door, resistance spot welded not over 3" o.c. horizontally and vertically to face sheets and perimeter reinforcing. 5. Perimeter reinforcing: Provide with not less than 1/8" thick channel bending around complete door perimeter welded to face sheets 2" o.C. Do not cut except to allow for hinges, D.P.I.S., lock bolts, closers, strike plates. Return outer edges of face sheets at the edges to a close fit and tack welded 2" o.c. Grind welds smooth. 6. Hinge Reinforcing: a. Mortise: 3/16" x 1-1/2" x 10" steel plate, drilled and tapped at factory for mortised hinges, frame face. Fill spaces between frame face and hinge reinforcement with steel strips welded. Provide additional channel attop hinge of 1-1/2" x 3/4" x 1/8"x 10"'ong, welded to plate inside edge channel. b. Surface: 3/16" x 10" steel channel. 7. Other reinforcing: Provide all other door reinforcement for surface items such as pulls, lock plates. Door closer reinforcement shall be 12 ga. one piece channel type, 3-1/2" deep by 14" long. Reinforcement for handle type pulls shall be 3/8" x 2" x 12" steel plate. 8. Vision panels, food pass and cuff port openings: Where required, provide factory made openings, reinforced with not less than 1/8" thick material bending around complete opening perimeter welded to face sheets 2" o.c.; grind welds smooth and fill between welds with body putty. 9. Pockets for prison locks: Provide in each door where required. Detention side of pockets shall have not less than 3/16" thick steel plate to protect lock. Provide rabbeted frame around mounting plate for flush finish with door face. Secure cover plates with a minimum of eight security screws. Also, anchor each lock to applicable door in accord with lock manufacturer's instructions and recommendations for particular conditions of installation in each case. 10. Insulation: Insulate doors to reduce metallic ring; completely fill all internal door voids. 6 lb. density, mineral composition, incombustible, moisture resistant, chemically inert sound deadener. 11. Door bottom profiles to interlock with thresholds: Provide for locations where required. 12. Lock Bolt Keepers: Minimum 14 gauge galvanized steel with 1/8" steel back up at lock bolt. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I ,I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. Door Undercuts: 1. Swing doors without thresholds - 5/8" 2. Swing doors with thresholds - as required for installation 2.5 INTERIOR GLAZING FRAME REQUIREMENTS A. Provide list of styles as indicated/scheduled and that comply with requirements. Form frames using hot-rolled steel sheets; 12 ga. required except galvanized for exterior or wet applications. Comply with all applicable requirements for swing door metal frames. PART 3 - EXECUTION 3.1 GENERAL A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 3.2 INSTALLATION A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. " B. Install frame jig so it is anchored plumb and square, and that door to frame tolerances do not vary; jigging to be of wood and may be re-usable. Protect frames from damage of any kind caused by jigging system. TOr.l..~ ,rl ~;!~I,~%~. 7; ~!~ ".;::.' //1~I: ~'~ 1/1 ' h'f /;1'(. r r~'''' ..,.':.,,$. II!.! i 1'1'1 ;..1 ',' 0' . 'if f.. ''/ ;;;_ l t-..., / /1/ jlt~t~~ Ii! !illy!1 I Ii! :Ii i! \ /'! Uf~// i /Ii !yfjtl..... ii';'::/ !i~!~;F~~~::~J //.: .i.,',/' ("~::?:<:.., />/ ,,:-~V' ;,~~t;~~.e~ ~\ \~ l~\ \ . ~~ I "-~ t.ar:.x;"O ,...."'I'f$'O "<~,<.".,J// . , ~,~~;. Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 12 ::<___,'W_>";<<,'''",,:>:,>,:,:,,:,:,:,:'' ~. I ~~ It~. ... .'"". ..',... _~:;:;:,..}A;~ , / If; , t ! i ~t r ,.,:...g..~.,...,.... j:,., ,"":,,~,""". ,-::A,,'<t. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Install sealants and security sealant around frames adjacent other materials at both interior and exterior edges, see details. Sealants and their installation to conform to the requirements of their respective specification Sections. D. Provide access to locks, sliding door mechanisms, other equipment, to allow for wire pulling and wire terminations where required by others. Properly secure access locations following adjustments, repair, replacement and inspections. E. For frames installed after adjacent materials, provide grout holes size as required with plugs to be welded and ground smooth. Locate grout holes to provide for fully grouted frames. F. Install metal body putty to all metal to metal joints and/or connections on doors and/or frames, grind smooth and prepare surface for painting. G. Bolts, screws and other fastenings in devices, hardware, and other items shall be tightened to their proper torque. H. Frames 1. Install square and plumb, centered in the opening, solidly anchored. 2. Fill frames with grout at masonry openings. Install concrete reinforcing bar, in accordance with Division 3, through each masonry anchor. 3. Connect frame conduit to stubbed out conduit prior to filling frames with grout. ,....... ";/:/:.",..-. --, :....,..,.. :">':.:~ - :rti;l""1,'!fl ,t. ~'f<.;.'f!:" 'TO i1:4:..L l\\: '{"l t1; ;~: ,'~' .~~ w -~'j~ :"-.: i;;: ~tB I ! L." , L.j Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 13 ,----- I II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION I. Welding 1. Welds to be of type, size and space indicated on drawings. Where not specifically indicated, provide stitch welds a minimum 1-1/2" long, 6" O.c.; plug welds W' diameter, 4" o.c.. There must be a minimum of two per side of any opening. Materials forming corners are to be welded along each line of transition at the corner. Where exposed to view, fill between all welds, grind and finish smooth. Tack weld exposed bolts in areas where inmates have access. Surface hinges and members 6" x 6" or less, shall be continuously welded. 2. 3. 4. 5. J. Doors 1. 2. 3. 4. 5. Hang doors to meet clearances specified. Install hardware not factory installed. Do not use doors to be installed for final installation as temporary storage doors. Partial hinge installation as a temporary means of hanging doors is unacceptable. Set sliding doors plumb in opening with jambs parallel. K. Frame Anchors: 1. Jamb anchors located 8" maximum from top and bottom and 16" maximum on center. 2. Head and Sill anchors located 6" maximum from ends and 16" maximum on center, a minimum of two anchors per opening. L. Fasteners: 1. Set removable fasteners in locktite with recommended primer (removable grade). 2. Set concrete/masonry anchors in an adhesive resin capsule. 3.3 ADJUSTMENT A. Adjust doors for smooth and balanced movement. B. Maximum effort to manually operate doors shall not exceed 8.5 pounds for exterior doors, 5 pounds for interior doors; such pull or push effort being applied at right angles to hinged doors, and at the center plane of sliding doors. C. The maximum effort required to operate fire rated doors may be increased to 15 pounds maximum. 1. Doors shall operate freely with no binding on frame or hardware. 2. Test controlled doors utilizing the Control Console under normal operating procedures, or by other means as approved by Architect. Bid Documents Clallam County Project No. 620613CH Detention Equipment Doors and Frames 11901 - Page 14 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.4 PRIME COAT TOUCH-UP AND CLEANING A. Weld spatter shall be cleaned from equipment and from adjacent surfaces. Where finished adjacent surfaces are damaged by welding, restore those surfaces to their previous condition. B. Prime joint sealers and welds and touch-up abraded areas of work under this Section with specified primer, leaving the work ready for finish painting. C. Finish painting is specified under Division 9. 3.5 FIELD QUALITY CONTROL A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." END OF SECTION Clallam County Project No. 620613CH Bid Documents Detention Equipment Doors and Frames 11901 - Page 15 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 11902 DETENTION EQUIPMENT HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. Hardware and necessary setting and adjustment information/assistance for completely operational hardware for detention equipment. 1.3 RELATED WORK A. Detention Equipment General Requirements and related work noted therein; Section 11900 B. Detention Equipment Doors and Frames; Section 11901 C. Detention Equipment Security Glazing; Section 11908 D. Detention Equipment Security Electronics; Section 11915 1.4 QUALITY ASSURANCE A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 1.5 SUBMITTALS A. Make submittals in accordance with the requirements of Division 1 and Section 11900. An asterisk (*) indicates items required in a composite package. *B. Submit specifications, installation instructions and general recommendations for proprietary products as required, including locks, hinges, lock mount covers, bolt keepers, wall bumpers, weatherstripping, thresholds, escutcheons, etc. *C. Hardware Schedule: 1. Submit 1 reproducible and 1 copy of each schedule type; indicate all products by name and number for each separate opening. Include all other pertinent hardware information. 2. Make promptly, any corrections/ changes necessary in schedules to comply with requirements; resubmit 1 reproducible and 1 copy of revised schedule. Clallam County Project No. 620613CH Bid Documents Detention Equipment Hardware 11902 - Page 1 Bid Documents Detention Equipment Hardware 11902 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION D. Templates and Samples for Fabrication: 1. Forward "Job Specific Hardware" templates for each type of detention equipment hardware required to fabricators of work in Section 11901 within two weeks following final review of hardware and keying schedules. Provide a set of all hardware items to fabricators. These are to be actual stock of materials to be used on this project and may be used in the final installation if undamaged. 2. Submit wiring diagrams for all electrical devices provided herein. 3. Indicate permissible tolerances for each type. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. " B. For products delivered to door manufacturer and for products delivered to project site, package each item of hardware separately in containers, complete with necessary screws, installation instructions and installation templates. 1. Note: Mark each container with item number, location of installation in accord with corresponding information shown on final hardware schedule. C. Store products at site to prevent damage; place in a room under lock and key until installation is made. D. Control handling and installation of hardware products which are not immediately replaceable, so that the completion of work will not be delayed by hardware losses, both before and after installation. E. Deliver all keys in one shipment by secure carrier (hand carried or registered mail) from manufacturer directly to authorized representative of the Owner, as directed by the Architect. Include transmittal and forward copy of same to the Architect. 1.7 APPLICABLE REFERENCE STANDARDS A. National Electrical Code, latest edition, for internal electrical requirements for hardware. 1.8 WARRANTY A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. " 1.9 PATENTS A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." Clallam County Project No. 620613CH I II I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.10 EXTRA STOCK/SPARE PARTS A. Comply with Section 11900 requirements. B. Provide spares in the quantities listed below for each hardware type: Hardware Product Quantity of Soares 1. Locks: (LH, RH, etc. in same proportion as provided for doors) #56ELL ................................. 1 #10 ................................. 1 2 . ......... ...................... ......................... 6 3 . ........ ......... ................ ....................... None 4 .................. ...... .......... .... ................... 2 5 .............. .... ...... .............. ....... ............ 2 6 ......................................................... None 7 ............................ ............. ................ 2 8 .................. ............................. .......... None 9 ... ................... ...... ............... .............. 2 10 ......................................................... 2 11 ......................................................... None 12 ... ...... .................... ....... ....... .............. None 13 ......................................................... 100 feet 14 ....................................................... 1 of each length C. Fasteners and Accessories: 1. Furnish five (5) percent extra fasteners and other miscellaneous accessories required for installation. 1.11 OPERATING INSTRUCTIONS AND MATERIALS A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. " B. Provide operation and maintenance manuals in four (4) copies to include: 1. Hardware schedules. 2. Catalog cuts for all items of hardware. 3. Templates. 4. Wiring diagrams for all electric locks, etc.. 5. Manufacturers repair/parts manual. 6. Manufacturers suggested maintenance procedures. C. Furnish, for institution use only, four complete sets of: 1. Special tools required for required for hardware maintenance. 2. Lock repair kits. Clallam County Project No. 620613CH Bid Documents Detention Equipment Hardware 11902 - Page 3 Bid Documents Detention Equipment Hardware 11902 - Page 4 I I I I I I I I I I I I I. I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.12 APPROVED DETENTION HARDWARE SUPPLIERS A. Detention Hardware Supplier List: The County has chosen to sole source the detention hardware to maintain keying and spare parts. Supply locks from the following. 1. Southern Folger Detention Equipment Company; San Antonio, TX PART 2 - PRODUCTS 2.1 GENERAL A. Hardware Requirements: 1. Acceptable hardware manufacturers and products for each type of hardware are listed below. Mixing of products from different manufacturers is prohibited unless so specified. 2.2 MATERIALS A. Hot-Rolled Steel Sheets: ASTM A569 carbon steel, commercial quality, pickled and annealed. B. Cold-Rolled Steel Sheets: ASTM A366 carbon steel, commercial quality, pickled and annealed. C. Galvanized Steel Sheets: ASTM A525 carbon steel, zinc-coated (Galvanized) by the Hot Dip Process, general requirements. D. Channels, Angles, Flat Bars, Steel Plate: ASTM A36 steel. E. Steel Tubular Products: ASTM A500, grade B; 46,000 psi yield point required. F. Security Screws: Provide security screws as specified in Section 08712. G. Welding Electrodes: AWS Code series E70XX covered mild steel type. H. Metal Body Putty: Bondo or other accepted epoxy filler. I. Weld Studs: TRW Nelson Division "headed" studs; weld to steel plates. J. For Expansion Bolts Concealed From View: FS FF-S-325, group II, type 4, class 1 wedge type expansion anchors with FS QQ-Z-325C, type I, class 3 plated finish. Provide each anchor complete with bolt, expansion sleeve, hex nut, washer; 1/2" dia. size required with length as required for 2-3/4" minimum embedment depth or minimum depth as required by the local code. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION K. Electrical Conduit: 1. Raceways: Rigid metal conduit and intermediate metal conduit (IMC) shall be steel, galvanized inside and outside and shall be as manufactured by Republic Steel, Triangle, National or approved equal. Minimum 3/4" trade size conduit shall be used. 2. Racewav Fittinas: Fittings for steel conduit shall be galvanized or cadmium plated. Fittings for rigid conduit and IMC shall be threaded. Couplings shall be galvanized steel. Locknuts and bushings shall be steel or malleable iron. 3. Quantities: Provide separate conduit for each function listed below: a. Power over 24 volts. b. Power 24 volts and under. L. Screw Thread Adhesive: Locktite #242-Blue. M. Exposed Fasteners: ASTM A307, Grade A. N. Hardware Products 1. Hardware Sets list lock numbers from Folger Adam as manufacturered by Southern Folger Detention Equipment Company. Appropriate lock mounting and bolt keepers/dust boxes shall be supplied with each lock specified. 2. Hinges-A (Mortise Security Hinge) - Domestic Manufacturer Only · Portland Hardware Co. #PH 745 FM SSC ST 3. Hinges-B (Surface Security Hinge) · Portland Hardware Co. #PH 750 4. Door Position Indicator Switch-A (DPIS-A) · Folger Adam #200 MRS 5. Door Pull · Portland Hardware Co. #PH 701 6. Flush Pull (Provided by 11901 manufacturer) 7. Wall Bumper (Set In Epoxy Grout) · Portland Hardware Co. #PH 760 8. Food Pass Hardware (Paracentric) · Folger Adam 1 each #17M Lock (Standard Mogul) with 2 each Hinges-B (welded) and Flush Pull 9. Closer-A . Norton # 7570Series (Slide Track Arm Without DPS) 11. Kick Plate · Tice Industries Threshold-A (Weather) · Pemko # 171A, with Pemko #420AV Automatic Door Bottom # S425A with #372 Automatic Door Bottom 12. · Reese Clallam County Project No. 620613CH Bid Documents Detention Equipment Hardware 11902 - Page 5 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 13. Smoke Gasket . Pemko # S88D . Zero # 188 . Reese # 797B 14. Weatherstripping . Pemko # 316 AV (Head & Jamb) . Reese # DS-75A Q. Hardware Finish: US26D. 1. All hardware at openings have galvanized doors and/or frames shall be treated for exterior or wet applications to prevent rust, corrosion. 2. Security screws: Provide for hardware connections where screws are exposed under any circumstance other than for equipment maintenance/repair, or other excluded locations. See Section 08710 - "Security Screws." 3. Lubrication access: Hardware items requiring lubrication hall include means to so lubricate. R. Keys: Provide types and quantities as specified: 1. Paracentric Type (P): Not less than 4-1/2" in length with blade 7/8" wide by 5/32" thick, blade length shall not be extended or modified. Handle design to be oval shape about 2-1/4" by 1-1/2" in size and separate from key blade by 1/2" by 1/2" shank to provide clearance for a person's hand. Fabricate keys out of heat treated alloy bronze having a tensile strength of not less than 90,000 Ibs. and a hardness on the Brinnel scale of at least 170. Furnish by lock manufacturer. 2. Mogul Type (M): Furnish by lock manufacturer. 3. Lock Cylinders: See Detention Door and Frame Schedule and key mark schedule below to determine lock cylinder types at each opening. S. Keys: Provide types and quantities as specified and scheduled below: T. Key Mark Schedule: Each key of each type shall be stamped with the key mark scheduled below. Each key mark shall be a different key cut. Provide quantities of keys indicated. Schedule indicates Paracentric keys with the letter "P", Mogul keys with the letter "M", and High Security keys with the letter "HS". Noted remarks follow this schedule. Key Marks *X EM * PS-100 Title Emergency Override-Perimeter Emergency Override-Interior Pipe Chase Key Type Quantity P 7 P 7 P 5 * Match existing keys Clallam County Project No. 620613CH Bid Documents Detention Equipment Hardware 11902 - Page 6 I I I I I I I I I I I I I I I I I I I ~- I I I I I II I II I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.3 KEY CONTROL POLICY A. Prior to any keys arriving on-site the Detention Equipment Sub-Contractor shall meet with the Owner and develop a key control policy and procedure method for control during construction. Provide copies to all parties handling the keys during construction. B. Rekeying: The Detention Equipment Sub-Contractor shall replace cylinders and/or locks at no cost to the owner for all doors of any lock type where a key has been lost during construction and until final acceptance as necessary in the opinion of the Owner to maintain the security of the facility. 2.4 HARDWARE SETS A. Hardware Sets: Sets below are designated for openings on the Detention Door and Frame Schedule. (M) = Manual Operation (E) = Electric Operation SH-1 1 ea 3 ea 1 ea 1 ea 1 ea 1 ea 1 ea 1 ea 1 ea 1 ea SH-2. 1 ea 3 ea 1 ea 2 ea 1 ea 1 ea 1 ea 1 ea 1 ea (E) Keyed One Side #56 E-1 Lock Hinges-A DPIS-A Door Pull Flush Pull Smoke Gasket Wall Bumper Closer-A Kick Plate Smoke Gasket . . (E) Keyed Two Sides (With Indication) #56E-2 Lock Hinges-A DPIS-A Door Pulls Wall Bumper Closer-A Kick Plate Threshold-A Weatherstripping SH-3 (M) Keyed One Side 1 ea #10 Lock 3 ea Hinges-A Bid Documents Clallam County Project No. 620613CH Detention Equipment Hardware 11902 - Page 7 Bid Documents Detention Equipment Hardware 11902 - Page 8 I I I I I I I I I I I I I I I I I I I CLAllAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SH-4 (M) Keved Two Sides (Storeroom Function) 1 ea #9307 lock 3 ea Hinges-A 1 ea Wall Bumper 1 ea Closer-A 1 ea Smoke Gasket SH-5 latch "Bullet Catch" Set 1 ea Bullet Catch latch 2 ea Hinges-A 1 ea Wall Bumper PART 3 - EXECUTION 3.1 GENERAL A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 3.2 INSTALLATION A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." B. Provide access to locks, other equipment, to allow for wire pulling and wire terminations where required by others. Properly secure access locations following adjustments, repair, replacement and inspections. C. Bolts, screws and other fastenings in devices, hardware, and other items shall be tightened to their proper torque. D. Welding 1. Welds to be of type, size and space indicated on drawings. Where not specifically indicated, provide stitch welds a minimum 1-1/2" long, 6" O.c.; plug welds W' diameter, 4" o.c.. There must be a minimum of two per side of any opening. 2. Tack weld exposed bolts in areas where inmates have access. 3. Surface hinges and members 6" x 6" or less, shall be continuously welded. E. Doors 1. Hang doors to meet clearances specified. 2. Install hardware not factory installed. 3. Partial hinge installation as a temporary means of hanging doors is unacceptable. Clallam County Project No. 620613CH ru I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION F. Fasteners: 1. Set removable fasteners in locktite. 2. Set cinch anchors in an adhesive resin capsule. H. All shipping of detention equipment hardware and coordination with other detention equipment shall be the responsibility of the Detention Equipment Sub-contractor. 3.3 ADJUSTMENT A. Adjust doors for smooth and balanced movement. B. Maximum effort to manually operate doors shall not exceed 8.5 pounds for exterior doors, 5 pounds for interior doors; such pull or push effort being applied at right angles to hinged doors, and at the center plane of sliding doors. C. The maximum effort required to operate fire rated doors may be increased to 15 pounds maximum. . 1. Doors shall operate freely with no binding on frame or hardware. 2. Test controlled doors utilizing the Control Console under normal operating procedures. 3.4 FIELD QUALITY CONTROL A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment. 3.5 ADJUSTMENT AND REPAIRING A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." 3.6 PROTECTION AND CLEANING A. Comply with requirements of Section 11900 - "General Requirements for Detention Equipment." END OF SECTION Clallam County Project No. 620613CH Bid Documents Detention Equipment Hardware 11902 - Page 9 Bid Documents Detention Equipment Security Glazing 11908 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 11908 - DETENTION EQUIPMENT SECURITY GLAZING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and all provisions of the Contract including General, Supplementary Conditions and other conditions and Division 1 Specification sections, apply to the work of this section. 1.2 WORK INCLUDED A. Provide and install security glass products, and other glass products in combination with security glass products where required, for glass assemblies herein specified. Coordinate with work of other sections to assure proper glazing pocket tolerances for proper installation of glass assemblies. 1.03 RELATED WORK A. Design, coordination, fabrication, assembly and installation of fully operational detention equipment as specified herein and in: B. Detention Equipment General Requirements and related work noted therein; Section 11901 . C. Detention Equipment Hardware; Section 11902 D. Detention Equipment Security Electronics; Section 11915 1.4 QUALITY ASSURANCE A. Use only skilled, experienced tradespeople who have successfully completed installations similar in materials, design and extent to that indicated for the project. B. In orderto ensure consistent quality of performance, provide all glazing sealants and seals from a single manufacturer. C. Comply with technical reports by manufacturer of glass and glazing products as used in each glazing channel, and with recommendations of the Flat Glass Marketing Association 'Glazing Manual' except where more stringent requirements are indicated or specified. D. Each piece of glass shall be of domestic manufacturer, labeled with the manufacturer's name and the grade or quality grade. Labels shall remain intact until completion of work or until removal is directed by the owner. Clallam County Project No. 620613CH r-u I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Submit to sealant manufacturer samples of each glass, gasket, glazing accessory and glass-framing member that will contact or affect glazing sealants for compatibility and adhesion testing as indicated below: 1. Schedule submission of test samples to provide sufficient time for testing and analysis of results to prevent delay in the progress of work. F. Tempered Glass: Provide label on each piece showing compliance with ANSI Z 97.1. 1.5 SUBMITTALS A. Make submittals in accordance with the requirements of Division 1 and Section 11190. An asterisk (*) indicates items required in a composite package. *B. For security glass products, submit manufacturer's technical data describing products, and manufacturer's signed statement that such products do not fail to meet the herein specified ballistic and physical attack retention requirements. *C. For glass assemblies, submit technical data describing assembly fabrication, glazing methods, and glazing products to be used for installation. *D. Submit results of ASTM 1044 Taber Abrader Test, haze increase for 500 revoultions shall not exceed 10% for all polycarbonate sheets. *E. Submit results of ASTM D1925 Yellowness Index Test with a Gardner Colormeter, yellowing shall be less than 10 during a five year period. *F. Submit compatibility and adhesion test reports from sealant manufacturer indicating that glazing materials were tested for compatibility and adhesion with glazing sealants. Include sealant manufacturer's interpretation of test results relative to sealant performance and recommendations for primers and substrate preparation needed for adhesion. *G. Submit Manufacturer's recommended special precautions required for care, handling and cleaning. 1.6 PRODUCT HANDLING A. Conform to the applicable requirements of Division 1 and the following. 1. Delivery: Load products in such a manner that they may be transported and unloaded without being damaged. Deliver products to project site cartoned or crated to provide protection during transit and project site storage. Time delivery to avoid delaying other trades whose work is dependent on this work. Coordinate delivery timing with Contractor. 2. Storage: Place all products in storage location as directed. Do not store products on or in the structure in a manner that might cause distortion or damage to the products or the supporting structures. Repair or replace Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION damaged products or structures as directed. 3. Markings: Tag all products with markings which show proper installation locations. 4. Defective Products: Items found to be defective either through manufacturing, transit damage, field installation, etc. shall be replaced within a three week period. Special shipment and manufacturing arrangements shall be arranged to accomplish this requirement. 1.7 APPLICABLE REFERENCE STANDARDS A. Federal Specification FS DD-G-451, except as otherwise specified with type, class, quality, style, kind and form as specified B. ASTM C-920, for Elastomeric Joint Sealants C. ASTM C-1115, for Dense Elastomeric Compression Seal Gaskets, Setting Blocks and Spacers D. ASTM C-1311, for Dense Elastomeric Silicone Rubber Gaskets and Accessories E. ASTM D-1044, for Abrasion Resistance F. ASTM D-1925, for Yellowing G. ASTM E-331, for Weatherability H. FGMA-GM, Glazing Manual I. FGMA-SM, Sealant Material J. Glass Association of North America (GANA); Glazing Manual K. 2003 International Building Code 1.8 WARRANTY A. Security Glass: Submit written warranty agreeing to repair or replace glass and glazing materials which fail to perform as specified, including leakage of water; or failure in joint adhesion , cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain resistance, delamination, yellowing, breakage, coating failure and loss of light transmission for all assemblies, extending for five (5) years after completion of project. B. Show endorsement of glazier/installer on all warranties. Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 3 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.9 APPROVED SECURITY GLAZING MANUFACTURERS AND SUBSTITUTIONS A. Security Glazing Manufacturer List: 1. Global Security Glazing; Elk Grove, IL 2. Hehr International, Inc.; Pamona, CA 3. Insulgard Corporation; Hyattsville, MD 4. Sheffield Plastics; Sheffield, MA 5. Sully North America; Trumbauersville, PA B. Others seeking approval as a Security Glazing Manufacturer are to make substitution requests in accordance with the requirements of the Contract, and which include the following: 1. Manufacturer's pertinent literature including comprehensive, detailed description of products, fabrication, and test results. 2. Certified copies of test reports indicating that proposed substitution has undergone and passed all tests and retention criteria required of each as specified herein. 3. Resume of personnel in manufacturer's organization having at least 10 years experience in the design, fabrication and installation of glass comparable in quality and type to that specified herein, and a listing of at least 5 projects, comparable in quality and type to this project, whose execution has been under the direction of said personnel. All information must be submitted for each person. 4. List of all confinement type facility installations completed by firm within the last year. Include facility name, location, general contractor, architect, and owner's representative, with respective telephone numbers, addresses. 5. Provide statement indicating the firm has not filed for bankruptcy protection within the past ten (10) years. 6. All information listed above must be received or the request for approval will be denied. C. Requests shall be considered only from competent and reputable firms who specialize in this particular branch of work and who can demonstrate to the satisfaction of the Architect and Owner that they are fully capable of completing detention equipment work in accordance with requirements. The Architect reserves the right to consider each request on merits of material furnished or otherwise at this disposal, and to reject any or all requests which are not in the owner's best interest. The Owner's decision in this matter will be final and incontestable. Security Glazing Manufacturer's accepted for bidding on this project will be announced by addendum before bid date. Bids received from others not named by addendum will be deemed non-responsive. Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 2 - PRODUCTS 2.1 GENERAL A. "Glazing types" indicated on the Schedules. Security glass products that are all or part of each glass assembly are likewise specified herein. Other glass products required for complete glass assemblies shall meet their requirements as specified in Section 08800 - "Glazing." B. For each glass assembly installed, maximum overall warpage allowed is: 1. For length of span up to 36": :!:: .063". 2. For length of span 36" to 48": :!:: .093". 3. For length of span 48" to 60": :!:: .141". 4. For length of span over 60": :!:: .187". C. The term warpage shall include bow, cup and twist. In measuring the amount of warp present in a glass unit, the following method shall be use: Bow, cup and twist shall be measured by placing a straightedge, taut wire or string on the suspected concave face of the glass at any angle (Le., horizontally, vertically, diagonally), with the glass in its installed position. The measurement of bow, cup and twist shall be made at the point of maximum distance between the bottom of the straightedge, taut wire or string and the face of the glass. 2.2 MATERIALS See Max Material Composition Ballistic/Physical Schedule Thickness Test Requirements SG-1 15/16" Assembly Component A 60 Min. Physical Attack Test SG-2 1/4" Assembly Component B None SG-3 5/8" Assembly Component C None 2.3 SECURITY GLASS PRODUCTS A. Assembly Component A: 1. Provide Glass-Clad laminated polycarbonate units. Glass sheets: FS-DD- G-451 clear type I, quality q3 glass and clear, transparent, 50-mil. thick special high-impact resistance (PVB) polyvinyl butybal (for glass-to-glass lamination) and clear 50 mil. thick urethane interlayer (for glass-to-poly carbonate lamination). Polycarbonate sheets: Clear, transparent, extruded polycarbonate sheet with additional characteristics and performances as recommended by manufacturer (laminator) of units; with flexural strength of not less than 13,500 psi, ASTM D790; 180 deg F allowable continuous service temperature; 80% light transmittance for 1/2" thick sheet, ASTM D- 1003. 2. Maximum Thickness: 15/16" Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION B. Assembly Component B: 1. Provide clear wired glass which complies with requirements indicated by reference to kind, condition, type, quality, class and if applicable, form, finish and pattern. 2. Maximum Thickness: 1/4" C. Assembly Component C: 1. Provide a 2-ply composition heat-strengthened laminated glass which complies with ASTM C-1048, including requirements indicated by reference to kind, condition, type, quality, class and if applicable, form, finish and pattern. 2. Manufacture heat-strengthened glass by horizontal (roller hearth) process with roll wave distortion parallel with bottom edge of glass as installed, unless otherwise indicated. 3. Laminated Interlayer: Provide clear interlayer for laminating the pieces of heat-strengthened glass. 4. Maximum Thickness: 5/8" 2.4 PHYSICAL ATTACK RETENTION REQUIREMENTS The following requirements shall be fulfilled for security glass products, as specified for each. A. 60 Minute Physical Attack Test: 1. Mounting: Glass unit 18 inches by 96 inches shall be mounted in a security frame of approved design. Frame then shall be securely anchored, so as to not absorb any of the testing shock. 2. Physical and flame attack personnel: Five men will be allowed to attack the glass unit for 60 continuous minutes. At all times at least one man will be attacking the unit. These men will be physically fit and between 185-250 Ibs. in weight. 3. Attack tools, attack sequence and duration: To be in following order: a. 32 oz. ball peen hammer with 16 inch handle; 10 impacts. b. 1-1/2 inch, schedule 80 (A53) pipe with 90 degree cut-off; 25 impacts. c. CO fire extingushier, 20 lb. conforming to UL 1 OBC; 1 minute. d. ASTM A500 grade B 1-1/2" diameter pipe 3 feet long along with ASTM 36 2" 2" angle iron 3 feet long; 5 minutes. e. ASTM A615 grade 60 deformed #8 rebar for concrete reinforcement, 3 feet long; 5 minutes. f. 4" x 4" table leg/chair leg (oak) 3 feet long; 5 minutes. g. Fire extinguisher dry chemical type for ABC fire class with 4A-60BC U/L rating; 5 minutes. h. 10-lb. sledge hammer; 5 minutes. i. Heated clothes hanger along with heated knife (10" blade from 1/4" thick cold chisel steel); 5 minutes. Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 6 Bid Documents Detention Equipment Security Glazing 11908 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION J. Propane burner of temp. approx. 2,200 deg. F with tip of burner 4" from glass surface, and with nozzle diameter as required to result in heat source approximately 1" in diameter; 5 minutes. k. 4-lb. hammer; 5 minutes. I. ASTM A500 grade B 3" diameter pipe 3 feet long or 1" x 1" angle iron 3 feet long; 5 minutes. 4. Results: Frame failure will not constitute glazing failure. However, if this happens, time will be stopped and glazing will be remounted. Glazing collapse at any time so as to allow edge disengagement will constitute failure. Any opening allowing a 10" diameter cylinder to pass constitutes failure. 2.5 GLAZING ACCESSORIES A. General: Provide black exposed glazing materials, unless another color is indicated, or unless another color is selected by Architect from manufacturer's standard color. Provide hardness of materials as recommended by the manufacturer for the required application and condition of installation in each case. Provide only compounds which are known (proven) to be compatible with surfaces contacted. B. Glazing "U" Gaskets (All Glazing Products): The gaskets shall be extruded from high-quality ozone-resistant compound that when cured shall be suitable for use where resistance to sunlight, weathering, oxidation and permanent deformation under load are of prime importance. They shall be free of porosity, surface defects and dimensional irregularities that may affect serviceability. Molded or extruded neoprene gaskets of the profile and hardness listed. 1. Extruded "U" shape, continuous the length of each side of the glass sheet, width as required for glazing. 1/8 inch wall thickness each side of glazing, height of each leg to match stop height minus 1/8". a. Dense Neoprene extrusions: Tremco Incorporated, 70 durometer dense Neoprene extrusions. b. Dense EPDM extrusions: Tremco Incorporated, 70 durometerdense EPDM extrusions. c. Dense Santoprene extrusions: Tremco Incorporated, 70 durometer dense SCR-820 extrusions. d. Dense Silicone extrusions: Tremco Incorporated, 70 durometer dense silicone extrusions. 2. Glazing gaskets shall be delivered with a clean surface, equivalent to an RMA Class 2 finish. Unless specifically required, glazing gaskets shall not have applied, any permanent lubricant such as soaps, detergents or silicone fluids. C. Glazing "Cap Bead" Sealant (All Exterior or Wet Applications): The sealant shall be a single or multi-component, non-acid, silicone sealant which meets the requirements of ASTM C-920. The sealant shall be recommended by the Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION manufacturer as being acceptable for use in the intended application and with the substrates with which it will come in contact. D. Setting Blocks: 80 to 90 durometer hardness, free of porosity, surface defects and dimensional irregularities that may affect serviceability. The setting blocks shall be recommended by the manufacturer as being acceptable for use in the intended application. E. Spacers: Spacer shims shall be manufactured from a compound with proven compatibility with the sealants with which they will be in contact and be capable of trapsferring wind loads. They shall be of a firmness appropriate for the application and shall remain permanently elastic. F. Primers: The sealant manufacturer may determine that a primer is necessary for good sealant adhesion on some substrates. Use only those primers recommended by the sealant manufacturer for use with the specified sealant on the specific substrate. G. Provide cleaners, sealers, primers, setting blocks, spacers, shims and other accessories made by, or recommended by, glass assembly manufacturers for conditions of installation in each case, and as required by referenced standards. PART 3 - EXECUTION 3.1 GENERAL A. Provide watertight and airtight installation of each piece of glass. Each installation must withstand normal temperature changes and wind loading, without failure of any kind, including loss or breakage of glass, failure of sealants or gaskets to remain watertight and airtight, deterioration of glazing materials and other defects in the work. B. Examine the areas and conditions under which installation is to occur and document conditions detrimental to the proper and timely completion ofthe work. Work should not proceed until unsatisfactory conditions have been corrected by the appropriate trade. Commencing work of this section constitutes acceptance of completed work as acceptable for the installation of the work of this section. C. Prior to installation, meet at project site for purpose of reviewing products, verifying that openings are correctly sized and within tolerance and installation methods selected, and procedures to be followed in performing the work. D. Distribute glass assemblies to installation locations immediately prior to installation, complying with all applicable product handling requirements. Coordinate timing of distribution. Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 8 Bid Documents Detention Equipment Security Glazing 11908 - Page 9 I I I I I I I I I I I I I I I I I I I ClAlLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Remove applied glazing stops that were attached with standard fasteners and attach with security fasteners that were supplied in separate packaging. Clean glazing channel, or other framing members to receive glass, immediately before glazing. Remove coatings which are not firmly bonded to the substrate. Remove lacquer from metal surfaces wherever elastomeric sealants are used. Apply primer or sealer to joint surfaces wherever recommended by sealant manufacturer. F. Protect glass assemblies from damage at all times during handling. Inspect immediately before installation, and discard and replace glass assemblies if edge damage or face imperfections are observed, or if tong marks will be exposed when installation is completed. G. Do not attempt to cut, seam, nip or abrade insulating glass or glass which is tempered. H. Cut and install insulating, glass as recommended in "Technical Services Report No. 104C" by PPG Industries, or similar report by other glass manufacturer. 3.2 INSTALLATION A. Glazing channel depths are intended to provide for adequate bite on the glass. The installer is responsible for correct glass size for each opening, within the tolerances and dimensions established, and for informing frame fabricators of required glazing channel widths to allow proper glazing accessory thickness. B. Install products to drain off water in glazing on exterior surfaces and locations subject to high moisture. C. Obtain detailed directions for stop installation from frame suppliers. D. Do not install product with edge damage. E. Do not field cut, nip or abrade glass. F. Install setting blocks at the quarter points in adhesive or sealant. G. Provide spacers inside and outside of proper size and spacing, for glass sizes larger than 50 united inches, except where gaskets are used for glazing. Spacers should have 1/8 inch minimum bite on glass. H. Tool exposed surfaces of glazing sealants to provide a substantial "wash" away from glass. Clean and trim excess glazing materials from glass, stops and frames promptly after installation to eliminate stains and discolorations. I. Glazing "U" Gasket: Continuous for each straight run. Miter-cut and bond ends together at corners to prevent gaskets from pulling away at corners. Protect glass where welding must be done in place. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION J. Install and maintain product in original condition, remove and replace all damaged material. K. Labels showing glass manufacturer's identity type, thickness and other piece. Labels must remain on glass until it has been inspected. M. Install glazing stop screws in Locktite #242-Blue. N. Glaze vertically into labeled fire-rated metal frames or partition walls with same fire rating as glass and push against tape for full contact at perimeter of pane or unit. O. Install in vision panels in fire-rated doors to requirements of NFPA 80. 3.3 CURE AND PROTECTION A. Cure glazing sealants and compounds in compliance with manufacturer's instructions and recommendations for particular conditions of installation in each case, to obtain high early bond strength, internal cohesive strength and surface durability. B. Protect glass and glazing sealants and compounds during the construction period, so that they will be without deterioration or damage at the time of Owner's acceptance. C. Prevent glass damage due to alkaline wash from uncured concrete surfaces and similar sources of possible damage. D. Remove and replace glass which is broken, chipped, cracked, abraded or damaged in other ways during the construction period. 3.4 CLEANING A. Comply with Division 1 requirements. Leave entire work in neat orderly, clean condition. B. Wash and polish glass not more than 7 days prior to Owner's acceptance of work in each area. END OF SECTION Clallam County Project No. 620613CH Bid Documents Detention Equipment Security Glazing 11908 - Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 11915 - SECURITY ELECTRONICS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of contract, including General and Supplementary Conditions, Division-1 Specification sections and all Division 17 sections, apply to work of this section. B. Detention Equipment General Requirements and related work noted therein; Section 11901. C. Detention Equipment Hardware; Section 11902 D. Detention Equipment Security Glazing; Section 11908 E. Epoxy Sealant; Division 7 F. Security Screws; Division 8 1.2 DESCRIPTION OF WORK A. The Detention Equipment Sub-Contractor shall be responsible for submitting an aggregate bid which guarantees to utilize either an Electronic System Supplier listed herein as pre-approved or having met all requirements listed hereafter in paragraph 1.3 and having been approved by Addendum, to perform that portion of the work. B. The Detention Equipment Sub-Contractor shall be responsible for the integration and interfacing of the products and systems specified in this Section and in accordance with shop drawings and submittal's which have been approved by the Arch itect. C. It is the intent of this Section to specify these systems: 1. General Provisions 2. Conduits and Related Products 3. Security Electronics Demolition 4. Intra-Communications System 5. Closed Circuit Television System (CCTV) D. Provision of conduit, raceways, enclosures, backboxes, backboards, wiring and cable is included under Division-11. The contractor shall closely coordinate with all division of work on the project to insure placement of all required conduits, boxes, outlets, security hardware, power outlets and other items required for proper operation of the security systems. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Division-11 is responsible for all security and CCTV raceways and cabling. All costs of providing this work is to be included in the bid amount. 1.3 QUALITY ASSURANCE A. This contractor shall coordinate, install, connect, and test, in addition to providing all equipment and materials for the systems herein specified. All wiring shall be neatly tied or laced in cabinets and terminated on terminal strips provided for the purpose. Each conductor shall be identified by an approved marking system at each terminal strip. All low voltage and line voltage wiring for Division-11 systems shall be provided. All line voltage work required for Security Electronics shall be the responsibility of Division-11. B. Security work shall be in complete accord with the following: 1. National Electrical Code (NEC) 2. Regulations of the State Fire Marshal 3. National Fire Protection Association (NFPA) Codes 4. All State and local codes and ordinances 5. UL Standards C. All individuals working on the security electronics on site shall be properly licensed by Washington State Department of Labor and Industries (L&I). All work shall comply with L&I requirements. 1.4 SUBMITTALS A. Provide block diagrams and shop drawings showing the details of all security equipment and proposed layouts of all control facilities. All such diagrams and drawings shall be submitted for approval prior to commencing fabrication and installation. C. Point-to-point wiring diagrams showing all the field wire terminations, wire numbers, terminal points and terminallD shall be provided. D. A dimensioned drawing showing the location and dimensions of all the security equipment, equipment, racks, terminal cabinets, power supplies, etc. shall be provided. E. Submittals shall include manufacturer cut sheets with all data for each item in the security system. F. Submittals shall be assembled in a single package and shall be accompanied by a transmittal letter indicating the project name, Installer's name, date, and list of submittals included. G. Assemble equipment submittal data in hard cover loose-leaf ring binder. Provide cover with permanently attached typewritten label with name of project, job number and heading reading 'SECURITY SYSTEM SUBMITTAL DATA'. Include the low voltage contractor's name, address, and telephone number and the date of submittal Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 2 Bid Documents 11915 - Detention Equipment Security Electronics Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION completion, including any revision numbers and their dates. H. Submit data on 8-1/2"X11" size paper. Accordion fanfold all 11"x1T' drawings to 8- 1/2"X11" size and include in submittal binder. I. Include only information on exact equipment installed, not complete 'line' of manufacturer. Identify proposed equipment with rubber stamp arrow or similar method. J. Submit catalog cuts for all materials and equipment including data on products for which approval as an acceptable substitution is requested. 1.5 CONTRACT DRAWINGS A. The contract drawings indicate the extent and the general character and approximate location and arrangement of equipment and wiring. Contractor shall study building plans and details and space requirements so that equipment will be properly located and readily accessible. The Contractor shall provide all raceways, boxes, conductors, connections, supports, and all other materials required for the systems shown or noted in the contract documents to be complete and fully operational upon completion of the project. B. The scale of drawings cannot show all necessary transitions, offsets, changes in direction, etc. The drawings do not necessarily show every pull or junction box required. Provide all boxes necessary to install work to conform to the structure, preserve head room and keep openings and passageways clear. C. The specifications and drawings are complementary and what is required in either is as binding as if indicated on both. Where a conflict exists between what is shown on the drawings and what is called for in the specifications, the more stringent of the two shall govern. D. The Contractor will not receive extra compensation for cutting, patching, wiring and finishing required for relocation of work installed due to work that could have been avoided, had proper coordination been applied. The Contractor is advised to contact the Owner to clarify any situation that does not appear to conform with standard practice. E. The Contractor shall make provisions for the delivery and safe storage of materials and make arrangements for entry into buildings. Be responsible for materials and equipment furnished to him by others for installation into the project. Material damaged during construction shall be replaced or repaired to the Owner's satisfaction. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.6 ELECTRICAL REFERENCE SYMBOLS & DEFINITIONS ADA ASTM Concealed Contractor EMT Exposed Furnish Galv. Indicated Mfg. NEC NEMA NFPA Provide UBC UL 1.7 CODES & FEES Americans With Disabilities Act American Society for Testing & Materials Hidden from sight as in trench, chases, slabs, furred spaces or hung ceilings Shall mean the General Contractor who signs the contract with the Owner Electrical Metallic Tubing 'Not concealed' as defined above Supply Galvanized Indicated on drawings Install Install or apply Manufacturer National Electrical Code National Electrical Manufacturers Association National Fire Protection Association Furnish and install Uniform Building Code Underwriters Laboratories, Inc. A. The installation of this work shall comply in every way with the requirements of the laws, ordinances and rules of the State of Washington, the National Board of Fire Underwriters, the National Electrical Code, and WISHA. B. If any conflict occurs between these rules and this specification, the rules shall govern. Nothing in these drawings and specifications shall be construed to permit work not conforming with governing codes. This shall not be construed as relieving the Contractor from complying with any requirements of the plans or specifications which may be in excess of requirements of hereinbefore mentioned rules and not contrary to same. C. Obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing the work specified herein. Arrange for inspection of the work by inspectors and give the inspectors all necessary assistance in their work of inspection. 1.8 EXAMINATION OF SITE A. Before submitting bids, all bidders on this section of work shall visit the site to satisfy themselves as to the nature and scope of all work to be done. The submission of a bid will be taken as evidence that such an examination has been made and difficulties, if any, noted. Later claims for labor, work, materials and equipment required for any difficulties encountered which could have been foreseen, will not be recognized and all such difficulties shall be properly taken care of at no additional expense to the Owner. Bid Documents Clallam County Project No. 620613CH 11915 - Detention Equipment Security Electronics Page 4 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 1.9 OPERATING AND MAINTENANCE MANUALS A. Prior to the completion of the contract, the instructional period and final acceptance of the contract, the Contractor shall prepare Operating and Maintenance Manuals describing the maintenance and testing requirements and components of all security systems and equipment provided under this division. The accepted O&M's shall be presented to the Owner at the time of the Owner training and demonstration. B. Systems and equipment described in the manual shall include but not necessarily be limited to all the equipment and systems provided under this contract. Group information contained in manuals into sets, subdivided by system, containing one copy of data for each item. C. Information contained in the manual shall consist of 8-1/2"x11" size catalog data, parts list, description of operation, maintenance information, shop drawings, wiring and diagrams installed in a three-ring binder. Catalog data in the manuals shall be neat, clean copies. Drawings too large for the submittal binder shall be added to the As-Built set. An index shall be provided, which lists all contents in an orderly manner. Tab dividers shall organize all components into logical categories. The binder(s) shall be identified on the cover and binder face with 'O&M Manuals for [Project Name], [Date], [Volume No. of No.]. Indicate the vendor or distributor who supplied each system or material. Include telephone number and address for each. D. Provide one complete set of RFl's and the associated responses. E. Provide one complete set of all accepted change orders. F. Provide one complete set of addenda. 1.10 RECORD DRAWINGS A. Prior to final acceptance of the project the Contractor shall provide the following: 1. Record Drawings: Corrections and changes made during the construction shall be neatly and legibly recorded on a set of prints and specifications kept readily available at the project site. All changes to the Bid Documents shall be recorded by the Contractor at the time they occur. 2. The information to be documented shall include, but is not limited to, the following: a. Attach copies of all addenda, clarification and revision drawings to their appropriate sheets. b. Indicate the route of all conduits. c. Indicate the location of all concealed conduit risers. d. Indicate any other information deemed to be beneficial to the Owner for maintenance or future alteration purposes. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION e. Stamp, print or otherwise mark 'Record Drawing' on each sheet of the electrical plans. Mark the specification cover sheet with 'Record Copy'. f. Indicate the date of substantial completion and the name and address of the Contractor's company on the cover sheet of the specifications and drawings. g. At Substantial Completion: Provide one set of Record Documents for review and comment. Incomplete or unintelligible documents will be returned to the Contractor if deemed not to reflect As-Built conditions. Upon acceptance ofthe Record Document markups, the Owner will provide copies of the AutoCAD files to the Contractor for final drafting. It shall be the Contractor's responsibility to transpose the Record Drawing information into the AutoCAD files and provide a clean set of corrected prints for final review. h. The changes or revisions to the specifications and schedules shall be made by hand to the record copy by the Contractor. Addendum items or other written revisions shall be taped over the appropriate section or referenced to an Appendix, added by the Contractor. Changes to the schedules shall be made by using whiteout to cover the original entry and neatly lettering in the new entry. B. After acceptance of the corrected documents the Contractor shall provide the following items: 1. One set of reproducibles 2. Three sets of prints 3. Three sets of updated AutoCAD files on CD-ROM C. The Contractor shall deliver the record documents through proper channels, obtain a signature receipt from the Owner. 1.11 WARRANTY AND GUARANTEE A. See Section 11900. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Materials and equipment used on this project, unless specifically noted otherwise, shall be delivered to the site new, in their original unbroken packages, and shall be of the best quality of their respective kinds. B. All materials and equipment shall conform to the latest Standard Specifications of the American Society for Testing Materials, National Electrical Manufacturer's Association, National Board of Fire Underwriters, Institute of Electronic and Electrical Engineers, Electronic Industry Association, Federal Communications Commission, or other appropriate and recognized agency. Materials and equipment Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 6 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION shall bear the stamp indicating listing by Underwriter's Laboratories, Inc. (UL). All materials shall be utilized in conjunction with their UL listing requirements. C. All assembled equipment provided by the Contractor including panels, terminal cabinets, racks, equipment enclosures, and any other items requiring individual component and/or assembly UL listing shall be UL listed for the use. Assembled equipment shall be UL 508 listed for the use as required by the Authority Having Jurisdiction. 2.2 SUBSTITUTIONS A. No substitutions will be permitted without either written consent from the Owner or his representative or announcement in an addendum. Each substitution shall be approved no less than ten days prior to the submission of a bid proposal. It shall be the sole responsibility of the contractor to demonstrate suitability of an item proposed for substitution. If requested by the Architect or Engineer, the Security System Integrator shall arrange a demonstration to compare the specified item with the item proposed for substitution. At such demonstration, the Security System Integrator shall present both the specified item and the item proposed for substitution and shall point out all operating parameters and features of both items. The Owner's decision on suitability of the proposed item shall be final and incontestable. 2.3 OPERATING RANGE A. All equipment items shall be selected and installed to provide fully normal operation in the anticipated ambient temperature range of 55 to 100 degrees F. Equipment located outdoors shall be weatherproof and shall operate over an ambient temperature range of at least -30 to +120 degrees F. 2.4 DEMOLITION AND SALVAGE A. The facility is to be occupied and remain in operation throughout the renovation. Temporary wiring shall be provided as necessary for the facility to remain in operation. Other hidden demolition or temporary provisions may be required to accomplish the renovation process. B. Downtime shall be held to a minimum, outages shall be scheduled at a time acceptable to and approved by the Owner. This may require work involving system outages to be done at night, early morning or other non-standard hours. C. Demolish existing security equipment in the least intrusive manner possible to mitigate interference with the operation of the facility. A schedule of work, period of outage and backup plans shall be approved by the Owner prior to taking down any security systems. Thorough coordination with the Owner's representative must occur at least two weeks prior to shutting down any security systems. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 7 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I lry:.. CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION ' ,1 D. Interruptions to the existing security control systems shall be minor and scheduled prior to occurring. Contractor shall expedite work to complete the revisions to the existing system to operable status within the agreed upon schedule. E. SALVAGE 1. The Owner shall have first salvage rights. The Contractor shall deliver to the Owner at a location as directed all items requested to be salvaged by the Owner. 2. The Contractor shall remove and deliver the items for Owner salvage. Obtain a signed transmittal of accepted delivery from the Owner's representative. 3. Contractor Salvage: Items of salvageable value to Contractor which are not claimed by the Owner may be removed from the structure as work progresses. Contractor salvaged items must be transported from site as they are removed. Storage or sale of removed items on site will not be permitted. 2.5 POWER SUPPLIES A. 24 VDC Power Supplies: 1. Output is to be regulated to within plus or minus 1.5 percent. Output to be auto reset on overload. 2. Size as required for each location with a capacity of 150 percent of the intended maximum load. 3. Class 2 power supplies shall be power limited to 100 watts with over-voltage and short circuit protection. 4. Acceptable Products: IDEC or equal. B. 24 VAC Power Supplies: 1. Size as required for each location with a capacity of 150 percent of the intended maximum load. 2. Class 2 power supplies shall be power limited to1 00 watts with over-voltage and short circuit protection. 2.6 SECURITY SCREWS A. Provide security screws per Specification 08712. B. Security screws shall be used to fasten all security devices (Le.intercoms, cover plates, intercom speakers, call buttons, cameras, etc.) in all areas. C. Provide security sealant as specified in 07930. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 8 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 2.7 CONDUITS AND FITTINGS A. General: 1. Minimum size of conduits for feeders shall be based on NEC Table 3C unless noted elsewhere on the plans. Minimum size of conduits for branch power circuits shall be 1/2". 2. Aluminum or plastic conduit and fittings other than that specified shall not be permitted unless specifically mentioned on drawings. B. Rigid Metal Conduit: 1. Rigid conduit shall be heavy wall or intermediate type (IMC). GRS shall be utilized for all sweeps through floor slabs where required by the NEC and as indicated on the drawings or elsewhere in the specifications. GRS shall be utilized in all locations where conduit is exposed in inmate areas. 2. Couplings for rigid conduits shall be galvanized or sherardized and shall be threaded type only. 3. Plastic bushings and double locknuts are required at all boxes where GRS is used. C. Electrical Metallic Tubing (EMT): 1. EMT shall be utilized for interior feeders and circuits within the building, above grade, except where indicated otherwise. EMT is not allowed in inmate accessible areas. 2. EMT couplings and connectors shall be set screw type and shall be listed concrete tight when taped. 3. EMT installed in a 'wet' or exterior area shall utilize steel compression fittings. 4. EMT fittings shall be nylon throated with plastic bushings. D. Flexible Metal Conduit: 1. Flexible metal conduit to be UL Listed Porter, Flexsteel, Acme, Alflex or equal. Liquid-tight flex to be UL Listed, American Brass Co., Sealtite or Alflex with bonding tape or reviewed equal. 2. The use of flexible conduit shall be kept to a minimum and limited to whips or pigtails. The Contractor shall show use of rigid or EMT conduit is impractical before using flex conduit for any installation other than those listed below. Flexible conduit can be used only for lighting fixture, speaker and fire detector pigtails in accessible ceilings. It shall be used for all motor and mechanical equipment connections, sound and vibration control. Sufficient slack shall be provided to reduce effects of vibration when connecting motors. 3. Flex used in all damp or wet locations shall be liquid-tight. These areas include exterior, kitchens, tunnels, crawl spaces and any other location subject to moisture. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 9 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. HANGERS AND SUPPORTS 1. All electrical conduit shall be supported to meet NEC requirements. 2. Provide all hangers, steel, unistrut, rods, straps and hardware necessary to mount and support conduits. All methods and materials utilized to support and mount conduit systems shall be per accepted standard industry practice. 3. Roof conduit supports shall be freestanding pipe piers constructed of closed cell polyethylene 'UV Resistant Black' foam with 14 gauge clamp channel insert. 'Pipe Pier' Pipe Support System as manufactured by Erico/Michigan 2.8 INTRA-COMMUNICATIONS SYSTEM A. Provide complete intra-communications system for two-way voice communications between the existing control room and housing dormitories, door movement systems, and other areas indicated on the drawings. B. The system shall be interfaced..to the existing security system such that all calls in and out will be handled through the existing control panel. C. All systems shall be complete with all required components, equipment, and wiring to provide the communications system and perform the functions outlined. D. Equipment: 1. Amplifiers shall match existing system if required. 2. Ceiling mounted paging speakers shall be Atlas-Soundolier FC104-T25 or equal with four primary voltage taps from .5 to 5 watts. Speaker backcans are to be Atlas-Soundolier 193-8-5 with VP161-R4 (or equal) vandalproof baffle, secured with four security screws. 3. Provide bracket for transformer modified as required to mount speaker within speaker compartment. ' 4. Flush and surface mounted call stations shall be mounted on 11 gauge stainless steel plate, with a secondary offset speaker grill behind the first grill to prevent occupants from sticking objects into the speaker. All call stations shall be flush mounted unless the Contractor can show it is physically impossible to flush mount the station. 5. Interior intercom stations with call-in button shall be Atlas-Soundolier VPCS- 3PB-25 or approved equal. Interior intercom stations without call-in button shall be Atlas-Soundolier #VPCS-3-25 or approved equal. Provide three gang masonry box (5-9/16"w x 3-3/4"h x 2-1/2"d) for each flush location. Provide custom interior surface box with no knockouts, minimum 12 gauge painted steel for surface locations. Surface box shall exactly match the dimensions of the intercom station. Provide gasketing between plate and box. All interior stations shall be mounted to the backcan with four 6-32 security screws. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 10 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION 6. Exterior or damp location intercom stations with call-in button shall be Atlas- Soundolier #VPVT-3PB or approved equal. Provide three gang masonry box (5-9/16"w x 3-3/4"h x 2-1/2"d) for flush locations. Provide custom exterior surface box with no knockouts, minimum 14 gauge stainless steel for surface locations. Surface box shall exactly match the dimensions ofthe intercom station. Provide gasketing between the cover plate and the back can. All exterior intercom stations shall be mounted to the back can with four 6-32 security screws. 7. Surface mounted intercom stations shall be anchored to the structure by a minimum of four Y-s" diameter anchors. 8. Wall or jamb mounted call buttons shall be mounted on 11 gauge stainless steel plate. Call button will be provided weatherproof in all outdoor applications. 2.9 CLOSED CIRCUIT TELEVISION SYSTEM A. Furnish and install a complete CCTV system as indicated on the drawings. B. The CCTV system shall consist of cameras, monitors, switchers, multiplexers, housings, mounts, conduit raceways, wiring and all other miscellaneous equipment required for a complete and operable system which complies with all applicable codes and standards. C. The specification is based on Vicon Industries products. Pelco or Silent Witness are approved equals. D. System Operation: The system shall be controlled by the existing control system, either in response to automatic call-up, such as door and intercom functions, or manually selected by the operator wishing to observe an area. The Control Room will have monitor for selective monitoring. Selected cameras will be recorded on an existing DVR. E. Mini Dome Cameras: Bosch, GE, Pelco or approved equal high resolution color digital processing type with lenses sized to meet application. Lenses shall be auto- iris type. Cameras shall be 1/3", with resolution of at least 480 lines, automatic electronic shutter, and a sensitivity of at least 0.4 lux. Provide variable focal length auto iris lenses capable of 2.8 to 6 mm focal length. Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 11 I I I I I I I I I I I I I I I I I I I !. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION PART 3 - EXECUTION 3.1 SYSTEM STARTUP AND COMMISSIONING A. Field test continuity of all field wiring and remote device operation. B. Field test after delivery and installation of headend equipment: Each controlled device, each monitored device, and each sub-system for meeting requirements of the associated specification section and its related sections. 3.2 GROUNDING A. All equipment racks in a particular system shall be connected to the main building ground at only one point in each building. All other grounds, such as chassis, shielded audio pairs, coax, bulkhead connectors, etc., shall be insulated from duct work, plumbing, or conduits which in turn may cause accidental contact to the main station electrical ground at other points than that intended. The Contractor shall ensure that all ground connections are in accordance with applicable codes. Provide separate ground leads for equipment in control rooms and communication room. Isolation transformers shall be provided as required to prevent ground loops from one power source to another. B. Provide a green #12 grounding conductor in conduit to every door frame with 120 volts or greater lock or motor operator. Provide grounding per NEC requirements. 3.3 CABLING AND CONDUIT A. All wiring and cabling outside of the equipment enclosures shall be installed in metallic raceways or cable trays. B. All wiring and cabling for Division-11 will be provided by the OESer and be installed under Division-11. 3.4 DEMOLITION A. Conditions and Premises: The Owner assumes no responsibility for the actual condition of premises to be demolished. Owner will maintain general conditions existing at time of inspection for bidding purposes. B. Protection: Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities and persons. C. Damages: Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. D. Patch and repair all existing floor, wall and roof penetrations not being re-used. Comply with Division-1 General Requirements. ClaJ/am County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 12 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION E. Equipment demolition shall include removal of all exposed connecting conduit, surface raceways, outlet boxes, etc., either to a point below floor, behind wall surface, etc. F. Where the phrase 'extend wiring' is used it requires the removal of existing wiring. The extension of the conduit run and the pulling in of new wiring. G. The cost of patching and repairing all walls, ceilings and floors, which are to remain and are damaged, cut, drilled or altered for the installation or removal of security work, is the responsibility of Division-11. Repair work is to be performed by and paid for under Division-11. H. All abandoned wiring that is not concealed is to be removed. I. Remove all existing surface conduits, raceways and equipment in demolition areas. Surface. conduits and raceways are not indicated on drawings. Not all existing surface raceways are indicated on the drawings. The Contractor shall tour site and determine the cost for removal of existing surface items and include that cost as part of the bid. 3.5 INSTALLATION OF CCTV SYSTEM A. Install CCTV system as indicated, in accordance with equipment manufacturer's written instructions. B. Wiring and conduit arrangement shall be as shown on the drawings. Wire types shall be as recommended by the manufacturer. C. Integrator shall be responsible for lens settings and camera placement. Field of views shall be verified and checked with Owner, and any lens changes, as a result, to be made at no cost to Owner. Camera locations shown on the drawings are approximate + 10 feet. The integrator shall use a portable camera with a monitor and shall demonstrate to the Owner the proposed camera mounting location, aiming and field of view. Multiple lenses will be provided to demonstrate the options for the field of view for each camera. The Owner must approve each camera location, the aiming direction and the field of view. END OF SECTION Clallam County Project No. 620613CH Bid Documents 11915 - Detention Equipment Security Electronics Page 13 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .1 I I I I II I II CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #12 - FURNISHINGS 12484 Floor Mats and Frames .......................................................................... 2 pages Clallam County Project No. 620613CH Bid Documents Clallam County Project No. 620613CH Bid Documents Floor Mats and Frames 12484 - Page 1 I I I I I I I I I I I I I I, I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION SECTION 12484 - FLOOR MATS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Entrance mats in surface-mounted frames. 1.3 SUBMITTALS A. Product Data: Include installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Samples for Verification: For each type of product indicated. 1. Floor Mat: 6-inch-square, assembled sections of floor mat. C. Maintenance Data: For floor mats and frames to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain floor mats and frames through one source from a single manufacturer. PART 2 - PRODUCTS 2.1 ENTRANCE MATS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Atlas Nop. 2. Flintile. 3. Mats, Inc. B. Carpet-Type Mats: Polypropylene carpet bonded to 1/8- to 1/4-inch-thick, flexible vinyl backing to form mats 3/8 or 7/16 inch thick with non-raveling edges. 1. Colors, Textures, and Patterns: To match Flintile, Berber, "Light Beige". 2. Mat Size: As indicated on Drawings. I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION C. Surface-Mounted Frames: 1. Tapered Frames: Tapered flexible vinyl edge- frame members, not less than 2 inches wide, attached to mat at all 4 edges, with welded mitered corners. a. Acceptable Products: 1) Flexco, "Edge Guard", #186. 2) Architect accepted equal. 2. Color: As selected by Architect from manufacturer's full range. 2.2 FABRICATION A. Floor Mats: Shop-fabricate units to greatest extent possible in sizes indicated. Unless otherwise indicated, provide single unit for each mat installation. Miter corner joints in framing elements with hairline joints or provide prefabricated corner units without joints. B. Surface-Mounted Frames: As indicated for permanent surface-mounted installation. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and floor conditions for compliance with requirements for location, sizes, and other conditions affecting installation of floor mats and frames. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install surface-type units to comply with manufacturers' written instructions at locations indicated; coordinate with entrance locations and traffic patterns. 1. Anchor fixed surface-type frame members to floor with devices spaced as recommended by manufacturer. 3.3 PROTECTION A. After completing mat and frame installation, cover with protective flooring. Maintain protection until construction traffic has ended and Project is near Substantial Completion. END OF SECTION Claflam County Project No. 620613CH Bid Documents Floor Mats and Frames 12484 - Page 2 CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #13 - SPECIALITIES Not Used DIVISION #14 - CONVEYING DEVICES Not Used Clallam County Project No. 620613CH Bid Documents I I I I I I I I I I I I I I I I I I I I I I I I II II I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE I RENOVATION DIVISION #15 - MECHANICAL 15000 General Provisions................................................................................... 14 pages 15050 Basic Materials and Methods................................................................... 8 pages 15055 Motors.............................. ................................................................... 5 pages 15060 Hangers & Supports................................................................................. 9 pages 15075 Mechanical Identification.......................................................................... 5 pages 15080 Mechanical Insulation............................................................................... 23 pages 15110 Valves... ................................. ............. ........ ......................... ..................... 7 pages 12122 Meters and Gauges ................................................................................. 5 pages 15140 Domestic Water Piping............................................................................. 6 pages 15145 Domestic Water Piping Specialties........................................................... 6 pages 15150 Sanitary Waste and Vent Piping............................................................... 6 pages 15155 Sanitary Waste Piping Specialties............................................................ 7 pages 15300 Fire Protection.......................................................................................... 15 pages 15410 Plumbing Fixtures...................................................................................... 8 pages 15763 Heat Pump Units....................................................................................... 5 pages 15815 Metal Ducts.............. ........ ...... ......... ..................... ............. .......................... 5 pages 15820 Duct Accessories............................................................ ............................ 9 pages 15855 Diffusers, Registers & Grilles..................................................................... 2 pages 15950 Testing, Adjusting and Balancing................................................................ 9 pages Clallam County Project No. 620613CH Bid Documents Bid Documents General Provisions 15000 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15000 - GENERAL PROVISIONS PART 1 - GENERAL 1.1 CONDITIONS AND REQUIREMENTS A. Refer to BIDDING REQUIREMENTS, CONDITIONS OF THE CONTRACT, SUPPLEMENTARY CONDITIONS and DIVISION 1 of these specifications, which govern work under DIVISION 15. Refer to other sections of these specifications for additional related requirements. 1.2 SCOPE OF REQUIREMENTS A. The work covered by Division 15 of the specifications shall include but not be limited to: 1. Furnishing all materials and supplying all labor, equipment and services to install the complete mechanical system as shown on the accompanied drawings and specified herein. 2. Security Sealant (section 07930) and Security Screws (section 08712) shall be installed by Division 15 and furnised under the sections indicated 1.3 DESCRIPTION OF WORK A. The contract documents including specifications and construction drawings are intended to provide all material and labor to install complete plumbing, heating ventilating and air conditioning systems for the building. B. Every effort has been made on the design to meet or exceed the minimum requirements of the Codes; therefore, unless Contractor before signing his Contract, shall have notified the Architect, in writing, of any items in conflict with said Codes, he shall thereafter make any minor adjustments necessary to meet said Codes at no cost to the Owner. C. The Contractor shall refer to the architectural interior detail, floor plans, elevations, and the structural and other Contract Drawings and he shall coordinate his work with that of the other trades to avoid interference. The plans are diagrammatic and show generally the locations of the fixtures, equipment, and pipe lines and are not to be scaled. All dimensions shall be checked at the building. D. The Contractor shall comply with the project close-out requirements as detailed in General Requirements of Division 1. 1.4 DESCRIPTION OF BID DOCUMENTS A. Specifications: 1. Specifications, in general, describe quality and character of materials and equipment. 2. Specifications are of simplified form and include incomplete sentences. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Drawings: 1. Drawings in general are diagrammatic and indicate sizes, locations, connections to equipment and methods of installation. 2. Scaled and figured dimensions are approximate and are for estimating purposes only. 3. Before proceeding with work check and verify all dimensions. 4. Assume all responsibility for fitting of materials and equipment to other parts of equipment and structure. 5. Make adjustments that may be necessary or requested in order to resolve space problems, preserve headroom, and avoid architectural openings, structural members and work of other trades. 6. If any part of Specifications or Drawings appears unclear or contradictory, apply to Architect or Engineer for his interpretation and decision before any equipment is ordered or duct and piping constructed. 1.5 CODES PERMITS AND FEES A. Mechanical work shall be in accordance with the following: 1. The latest edition of the International Building Code, International Mechanical Code, Uniform Plumbing Code, International Fire Code, National Electric Code, American Disability Act and all applicable State and Local Codes and Ordinances. 2. The Contractor at his expense shall obtain permits and inspections required for the mechanical work on this project. Deliver all inspection certificates to the Owner's Representative prior to final acceptance of the work. 3. Contractor shall pay all costs levied by utility companies and/or governing agencies associated with water, gas, sanitary and storm sewer connections and include these costs within his bid. This shall include but not be limited to tap fees, service mains, meter and vault charges. 1.6 DEFINITIONS A. The terms" The Contractor" , when used in Division 15 shall mean the Contractor for mechanical work. B. The term" Owners Representative" as used in Division 15 generally refers to the Architect or his designated representative in accordance with the General Conditions. C. The term" Provide" shall mean furnish and install. Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 2 Bid Documents General Provisions 15000 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1.7 TEMPORARY HEATING A. Temporary heating for the facility during the construction phase shall not be supplied by the permanent system installed under Division 15. 1.8 SAFETY AND PROTECTION A. Safety Measures: The Engineer has not been retained to provide design and construction services relating to the Contractor's safety precautions, or means, methods, techniques, sequences or procedures required for the Contractor to perform his work. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement applies continuously and is not limited to normal working hours. Provide all required safety measures and consult with the State or Federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether compliance with State or Federal regulations exist. B. Head protection: Where pipe hangers, equipment support angles, etc., are exposed in access ways for any maintenance, cover all such potentially injurious protrusions less than 7'-0" above the floor with padding; secure and permanently fasten, and finish to match adjacent finishes. 1.9 MECHANICAL COST BREAKDOWN A. The Contractor shall furnish the Owner's Representative an itemized breakdown of the mechanical construction cost within 30 days of notice to proceed. B. The cost breakdown shall be as follows: 1. Mobilization 2. Plumbing Below-grade Material 3. Plumbing Below-grade Labor 4. Plumbing Rough-in Material 5. Plumbing Rough-in Labor 6. Fixtures 7. Plumbing Set and Finish Labor 8. Pipe Insulation Material 9. Pipe Insulation Labor 10. Ductwork Material 11 . Ductwork Labor 12. Ductwork Insulation Material 13. Ductwork Insulation Labor 14. HVAC Equipment 15. HV AC Equipment Labor 16. Temperature Control Material 17. Temperature Control Labor 18. Test and Balance 19. Closeout 1.10 GUARANTEE Clallam County Project No. 620613CH II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION A. The Mechanical equipment and installation shall be guaranteed for a period of one (1) year from the date of acceptance unless and individual item or specification is otherwise noted as longer. The Contractor shall make-good at his own expense all defects in his work, and/or equipment furnished by him, which shall develop at any time during the one year guarantee period and shall stand any expense of cutting and patching and repairing made necessary by his corrections of unsatisfactory work or equipment operation. PART 2 - PRODUCTS 2.1 DUCTWORK AND PIPING COORDINATION A. Prior to installation of the new division 15 systems, the Contractor shall coordinate the proposed installation with the Architectural and Structural requirements, and all other trades (including HVAC, Plumbing, Fire Protection, Electrical, Ceiling Suspension and Tile systems), and provide reasonable maintenance access requirements. B. Provide means of access to all valves, dampers, controllers, operable devices and other apparatus which may require adjustment or servicing. C. Verify in field exact size, location, invert, and clearances regarding all existing material, equipment and apparatus, and advise the Owners Representative of any discrepancies between that indicated on the Drawings and that existing in the field prior to any installation. Contractor shall be responsible for all costs associated with the removal or relocation of installed systems that have been installed without prior notification of the Owners Representative. 2.2 SHOP DRAWINGS AND SUBMITTALS A. Submit Shop Drawings and Product Data per the requirements of Division 1. B. See individual Division 15 specification sections for additional submittal requirements. C. Submittals of Product Data shall be bound in a 3-ring binder with the project name on the cover. Data Within this binder shall be arranged as follows: 1. Provide index tabs for each specification section in the same order and using the same name as appears in the Specifications. 2. Data shall be black and white, on 8 W' x 11" or 11" x 17" , single, one- sided sheets suitable for copying. Diagrams and drawings larger than 11" x 17" shall be submitted in reproducible form (translucent bond paper). 3. Drawings and catalog data must be clean, neat copies. Fax material or other poor quality copies will not be acceptable. D. If material or equipment is not as specified or submittal is not complete, it will be rejected. Only completed submittal including all applicable specification sections will be reviewed. Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 4 Bid Documents General Provisions 15000 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION E. Indicate manufacturer, trade name and model number. Include copies of applicable brochure or catalogue material. Indicate sizes, types, model numbers, ratings, capacities and options actually being proposed. F. Include dimensional data for roughing in and installation, and technical data sufficient to confirm that equipment meets requirements of drawings and specifications. G. Include wiring, piping and service connection data, motor sizes complete with voltage ratings and schedules. H. Submit a minimum of three (3) copies of each shop drawing. The Engineer will retain one stamped copy, one will be provided to the Architect and a single stamped copy will be returned to the Contractor. The Contractor shall be responsible for distribution of required number of reviewed copies to parties other than the Owner's Representative(s). 2.3 RECORD DRAWINGS A. Refer to Division 1. B. Keep on site, an extra set of drawings and specifications recording changes and deviations daily. Return these drawings to the Owner's Representative at the completion of the Project. These drawings shall not be used for any other purposes. 2.4 OPERATING AND MAINTENANCE MANUALS A. Refer to Division 1. B. See individual Division 15 specification sections for additional Operating and Maintenance Manual requirements. C. Provide three ring type binder, large lettering with the Job Title, Date, Architect, Engineer and Contractor names on the front and spine. The contractor shall provide a single copy to the engineer for review, and upon approval shall provide two (2) copies of the approved material to the Owner. D. Binder shall be indexed according to the following system: 1. Tab - 1.0 Mechanical Systems: Title page with clear plastic protection cover. 2. Tab - 1.1 List of Mechanical Drawings. 3. Tab - 1.2 Description of Systems: Provide complete and detailed description of systems. 4. Tab - 1.3 Operating Division: Provide complete and detailed operation of major components. 5. Tab - 1.4 Maintenance and Lubrication Division: Provide preventative maintenance and lubrication schedule for major components. Clallam County Project No. 620613CH II I I I I I I I I I II II I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 6. Tab - 1.5 Filter schedule listing size of filter, equipment installed in, and location of equipment. 7. Tab -1.6 Valves schedule listing valve tag number, size of valve, type, system installed in, and location. 8. Tab - 1.7 List of Equipment Suppliers and Contractors: Provide list of equipment suppliers and contractors, including address and telephone number. 9. Tab - 2.1 Certification: Include copy of test data on heating system, tests performed on piping systems, balancing data for air and water systems, pipe identification color code, inspection approval certificates for plumbing, heating, and ventilation systems and operational tests on gas- fired equipment. 10. Tab - 3.1 Shop Drawings and Maintenance Bulletins: Provide materials received in compliance with Specification Section 15000 .. SHOP DRAWINGS AND SUBMITTALS", arrange by specification section. 11. Tab - 4.1 Training and Start-Up Check List; Provide copy of signed Training Check List. E. Divider Tabs: Laminated mylar plastic and colored as follows: 1. Mechanical Systems (Tabs 1.0 - 1.5) Orange 2. Certification (Tabs 2.1, etc.) Green 3. Shop Drawings & Maintenance (Tabs 3.1, etc.) Yellow. 4. Training and Start-Up Check List (Tab 4.1) Blue. F. Submit documents to the Owners Representative for approval prior to being turned over to the Owner. 2.5 OPERATION AND MAINTENANCE TRAINING/STARTUP A. Instruct the Owners representative(s) in operation and maintenance of mechanical systems utilizing the Operation and Maintenance Manual. B. Individuals present shall include Contractors, subcontractors and equipment factory representatives. These individuals shall assist in instruction and start- up. C. Instruction period shall occur after final inspection when systems are properly working. D. Prepare statement and check list to be included in the Operation and Maintenance Manual. This Statement shall read as follows: "The Contractor, associated factory representatives and subcontractors, have started each system and the total system and have proved their normal operation to the Owner's representative and have instructed him in the operation and maintenance thereof." Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 6 Owner's Representative Contractor I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.6 EQUIPMENT AND MATERIALS - STANDARDS/CODES A. Materials used under this Contract, unless specifically noted otherwise, shall be new and of the latest and most current model line produced by the manufacturer. Each item of equipment shall conform to the latest Standard Specifications of the American Society for Testing Materials and shall conform to any applicable standards of the United States Department of Commerce. B. Instruct the Owners representative(s) in operation and maintenance of mechanical systems utilizing the Operation and Maintenance Manual. Motor and equipment name plates as well as applicable UL and AGA labels shall be in place when the Project is turned over to the Owner. C. All electrically driven or connected equipment shall be provided with UL or equivalent label and/or listing in accordance with the requirements of the NEC. D. All control panels shall be provided with UL or equivalent Label and/or listing in accordance with the requirements of the NEC an applicable local codes. E. Fuel fired equipment shall be listed by a nationally recognized testing laboratory for use with the particular fuel type. F. All pressure vessels and relief valves shall be furnished in accordance with applicable State Boiler and Unfired Pressure Vessel Laws. 2. 7 EQUIPMENT/MATERIAL SUBSTITUTIONS A. Refer to Division 1 for product prior approval and substitution requirements. B. Throughout these specifications and drawings, various materials, equipment, apparatus, etc., are specified or scheduled by manufacturer, brand name, type or catalog number. Such designation is to establish standards of desired quality and construction and shall be the basis of design and the bid. C. Submit proposals to supply alternative materials or equipment in writing, to the Owners Representative at least (30) days prior to closing date of bids for mechanical sections. D. Equipment manufacturers listed in individual sections are approved alternatives for this project and are subject to requirements of drawings and specifications. Revisions required to adapt alternatives shall be the responsibility of the Contractor. E. Products furnished other than the (basis of design) shall have similar electrical characteristics as the scheduled or specified equipment. Contractor shall be Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 7 II 'I I I I I I I I I I I I I I I I I II CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION responsible for any electrical changes caused by products not in accordance with this requirement. 2.8 EQUIPMENT PROTECTION AND CLEAN-UP A. Protect equipment and materials in storage on site, during and after installation until final acceptance. Leave factory covers in place and take special precautions to prevent entry of foreign material into working parts of piping and duct systems. B. Protect equipment with polyethylene covers and crates. C. Operate, drain and flush bearings and refill with change of lubricant before final acceptance. D. Protect bearings and shafts during installation. Grease shafts and sheaves to prevent corrosion. Provide extended nipples for lubrication. E. Ensure thatexisting equipment is carefully dismantled and not damaged or lost. Do not re-use existing materials and equipment unless specifically indicated. F. Remove stickers from fixtures and adjust flush valves. PART 3 - EXECUTION 3.1 LOCATIONS A. Coordination of Division 15 equipment and systems to the available space, with other trades. The access routes through the construction shall be the Contractor's responsibility. B. Drawings are diagrammatic. Make offsets, transitions, and changes in direction of pipes and ducts, as required to maintain proper headroom and pitch of sloping lines and avoid structural, electrical, pipe and duct interference's whether or not indicated on Drawings. Furnish fittings, etc., as required to make these offsets, transitions and changes in direction at no additional cost to the Owner. C. Determine exact route and location of each pipe and duct and coordinate and obtain approval for changes from the layout indicated on the drawings with the Owner's Representative prior to fabrication. D. Locations of equipment and devices, as shown on the drawings, are approximate unless dimensioned. Verify the physical dimensions of each item of mechanical equipment to fit the available space and promptly notify the Owner's Representative prior to roughing-in if conflicts appear. E. All piping, wiring, equipment, ductwork, tubing, etc., shall be concealed within building construction unless otherwise noted, or in mechanical rooms. Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 8 Bid Documents General Provisions 15000 - Page 9 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. Arrange pipes, ducts, and equipment to permit ready access to valves, unions, traps, trap primers, starters, motors, control components, and to clear openings of doors and access panels. 3.2 CUTTING AND PATCHING A. All cutting and patching of new and existing construction required for the installation of systems and equipment specified in Division 15 shall be the responsibility of the Division 15 Contractor. All cutting shall be accomplished with masonry saws, drills or similar equipment to provide neat uniform openings. B. Patch and repair walls, floors, ceilings and roof with materials of same quality and appearance as adjacent surfaces unless otherwise shown. Surface finishes shall exactly match existing finishes of same materials. All patching shall meet the approval of the Owner's Representative. C. All cutting and patching made necessary to repair defective equipment, defective workmanship or be neglect of this Contractor to properly anticipate his requirements shall be included in Division 15. D. Cut carefully to minimize necessity for repairs to existing work. Do not cut beams, columns, or trusses or other structural members without the Owner Representative's written approval. E. Cutting, patching, repairing, and replacing pavement, sidewalks, roads, and curbs to permit installation of work specified or indicated under this Division is responsibility of Division 15. 3.3 SCHEDULING A. It is understood that while drawings are to be followed as closely as circumstances permit, the Contractor shall be responsible for installation of systems according to the true intent and meaning of Contract Documents. Anything not clear or in conflict will be explained by making application to Owner's Representative. Should conditions arise where certain changes would be advisable, secure approval from Owner's Representative for those changes before proceeding with work. B. Coordinate with the work of various trades when installing interrelated work. Before installation of mechanical items, make proper provision to avoid interference's. Changes required in work specified in Division 15 caused by neglect to do so shall be made at no cost to Owner. C. Furnish and install inserts and supports required by Division 15 unless otherwise noted. Furnish sleeves, inserts, supports, and equipment that are an integral part of other Divisions of the Work to those involved in sufficient time to be built into construction as the Work proceeds. Locate these items and see that they are properly installed. Expense resulting from improper location or installation of items above shall be borne under Division 15. 3.4 TESTS Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION A. Piping and duct systems shall be subject to tests as specified below. No piping shall be covered or concealed until it has been tested, inspected and approved by the Owner's Representative and any local inspector having jurisdiction. Isolate systems during testing and flushing. Equipment items with maximum working pressure of less than the test pressure shall be removed or bypassed during test. B. A record similar to the following shall be kept to record each test and copies shall be sent to the Owner's Representative after each test is complete. OWNER'S REPRESENTATIVE OR LOCAL INSPECTOR: SYSTEM TESTED TESTED BY INSPECTOR DATE Domestic Hot Water Piping Domestic Cold Water Piping Waste and Vent Piping Storm/Rainwater Piping Natural Gas Piping Compressed Air Piping Refrigeration Piping C. Provide all test equipment, including test pumps, gauges, instruments, and other equipment required. Test all rotational equipment for proper direction of rotation. Upon completion of testing, certify to the Architect, in writing that the specified tests have been performed and that the installation complies with the specified requirements. D. Piping: Remove from the system during testing, all equipment which would be damaged by test pressure. Replace removed equipment when testing has been accomplished. The systems may be tested in sections as the work progresses; however, any previously tested portion shall become a part of any latter test of a composite system. Correct leaks by remaking joints with new material. E. Test time will be accrued only while full test pressure in on the system, unless indicated otherwise. Tolerance shall be no pressure drop, except that due to temperature change in a 24-hour period. Inspect and test all work prior to burying or concealing. System Test Medium Test Pressure Tolerance-Test Period Domestic Water Waste Hours Vent Storm/Rainwater Water 175 psig None - 8 Hours Water 10 feet head, 5 psi No Leaks - 8 Water Water Top of Vent Terminal No Leaks - 8 Hours Top of Roof Drain No Leaks - 8 Hours Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 10 Bid Documents General Provisions 15000 - Page 11 I I I I I I I I I I I I I I I I I ' I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION Natural Gas Air 60 psig None - 24 Hours Compressed Air Air 150 psig None - 8 Hours F. Final Drainage, Waste and Vent Test: Upon project close-out, Contractor shall perform and certify that the DWV system has passed the following test: 1. After all plumbing fixtures have been installed and their traps filled with water, all vent terminals and building drains shall be closed and aU-tube manometer shall be inserted into the trap of a water closet and an air compressor testing apparatus shall be attached to any suitable opening. An air pressure of 1" water column as indicated on the manometer shall be introduced into the system. The pressure shall hold constant for a period of 15 minutes without the introduction of additional air. Leaks revealed during this test may be located by smoke test or other recognition methods. G. Valves: Test all valve bonnets for tightness. Test operate all valves at least once from c1osed-to-open-to-closed position while valve is under test pressure. Test all automatic valves, including solenoid valves, and temperature and pressure relief valves, safety valves, and temperature and pressure relief valves not less than three (3) times. H. Piping Specialties: Test all thermometers, pressure gauges, and water meters for accurate indication; automatic water feeders, air vents, trap primers, and vacuum breakers for proper performance. Test all air vent points to ensure that all air has been vented. I. Ductwork: Test all air quantities as specified in Section 15990 "Testing Adjusting and Balancing". Provide pressure testing for all medium pressure ductwork per the requirements of the HVAC Air Duct Leakage Test Manual as published by SMACNA. Medium pressure ductwork shall be pressure tested to 6" Positive or Negative inches wg. J. Registers and Diffusers: Test for proper operation of manually operated control feature. Test all air quantities as specified in Section 15990 "Testing Adjusting and Balancing" . K. Ductwork Specialties: Test all operable ductwork specialties for proper operation. Check all fire and fire/smoke dampers to ensure they are 100% open. L. Temperature Control: Test all control functions to' assure that all systems are controlling as specified or as otherwise necessary and that all controls are adjusted to maintain proper room temperatures. The manufacturers representative shall perform all tests. M. Backflow Preventers: Each testable backflow prevention device shall be tested and approved by certified testers after installation. Submit test results. Clallam County Project No. 620613CH I I 'I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION N. Demonstrate that the total mechanical systems are performing to provide conditions through all possible modes of operation as outlined below. The verification testing procedures shall address all operating characteristics of all mechanical equipment and systems, including: 1. Air Handling Units: Testing will include sequences of pumps and related components under various conditions such as start-up, shutdown, load changes, outdoor air temperature reset, alarms and lockouts. Also included will be variable frequency drive control, operation of dampers in all modes, operation of coil control valves, heat recovery operation and life safety operation. 2. Domestic Hot Water System: Testing will include sequence of heater, pumps and mixing valve including startup, shutdown, manual modes and power failure. 3. HVAC Controls: Testing will include aspects described above for various equipment and systems under DOC control. 3.5 SYSTEM CLEANING AND FLUSHING A. The following piping systems shall be flushed, cleaned, disinfected, etc. by a recognized professional firm engaged in the business of pipe cleaning and water treatment. Work shall be accomplished in accordance with the following requirements. Work shall be fully documented by means of certificates stating work accomplished, methods used and date work was done. System cleaning and flushing shall be done by Inland Aqua Tech, King Total Systems, or approved equal. 1. Domestic Water (Inside Foundation Perimeter) a) Disinfect water mains and water service piping, in accordance with AWWA C 601. b) Domestic water lines shall be chlorinated by injecting chlorine at the entrance main (where new waterline connects to existing main outside the building) and maintaining 100 PPM concentration at every plumbing fixture for a 24-hour period. Flush until chlorine level is same as incoming water. Water samples shall be submitted and approved by the Spokane Co. health authority prior to acceptance and occupancy by the Owner. Approval by the AlE is conditional on receipt of documentation. Note: water samples shall be taken at appropriate locations throughout the building to assure complete sampling of all domestic water systems. 2. Domestic Water (Outside Foundation Perimeter) a) Cleaning Water Mains. 1) Prior to chlorination, except when hypochlorite tablets are used, the mains shall be flushed thoroughly after pressure test and leakage test are completed. Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 12 Bid Documents General Provisions 15000 - Page 13 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2) It must be understood that such flushing removes only the lighter solids and cannot be relied upon to remove heavy material allowed to get into the main during laying. The flushing velocity in the main shall be not less than 2.5 feet per second. b) Disinfecting Water Mains. 1) Disinfection of water mains shall be done in accordance with AWWA Standard C601, Disinfecting Water Mains, prior to being placed in service. The interior of all pipe, fitting, and appurtenances shall be kept as free as possible from dirt, heavy particles, and foreign particles. 2) Bacteriological Tests. After final flushing and before the water main is replaced in service, a sample or samples collected from the end of the line shall be tested for bacteriological quality and shall show the absence of chloroform organisms. At least one sample shall be collected from the new main and one from each branch. 3.6 PROJECT FINALIZATION & STARTUP A. Upon completion of the equipment and systems installation and connections, the Contractor shall assemble all major equipment factory representatives (Air Handling Units) and subcontractors together for system start-up and Owner instructional period. B. These individuals shall assist in start-up and check out of their systems and shall remain at the site until the system operation is acceptable and understood to the Owner's maintenance and/or operation personnel. C. To provide acceptance of operation and instruction by the Owner's representative, the Contractor shall prepare a written statement of acceptance explaining same for the Owner's signature. The statement should read as follows: "I, the Contractor, associated factory representative and subcontractor, have started each system and the total system and have proved their normal operation to the Owner's representative and have instructed him in the operation and maintenance thereof." Owner's Representative Contractor D. Copies of this acceptance shall be sent to the Engineer and the Architect and one copy shall be put in each maintenance manual. 3.7 PUNCH LIST PROCEDURES Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION A. The Contractor shall notify the Owner's Representative in wiring when the project is ready for punch lists. After punch lists are complete, written notice must be forwarded to the Owner's Representative requesting final checkout. B. At the time of final observation, the project foreman shall accompany the observation party and shall remove access panels as required, to allow complete observation of the entire mechanical system. END OF SECTION 15000 Clallam County Project No. 620613CH Bid Documents General Provisions 15000 - Page 14 Bid Documents Motors 15055 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15055 - MOTORS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes basic requirements for factory and field-installed installed motors. B. See Division 15 Section "Mechanical Vibration and Seismic Controls" for mounting motors and vibration isolation and seismic-control devices. C. See individual Sections for application of motors and reference to specific motor requirements for motor-driven equipment. D. This section includes requirements for motor starters to be provided, for all motors provided under Division 15. 1.2 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. 1.3 COORDINATION A. Coordinate features of motors, installed units, and accessory devices and features that comply with the following: 1. Compatible with the following: a) Magnetic controllers. b) Multispeed controllers. c) Reduced-voltage controllers. 2. Motors for use with variable frequency drives shall meet all requirements of drive manufacturer, and shall be suitable for use throughout speed range without overheating. 3. Matched to torque and horsepower requirements of the load. 4. Matched to ratings and characteristics of supply circuit and required control sequence. PART 2 - PRODUCTS 2.1 MOTOR REQUIREMENTS A. Motor requirements apply to factory and field-installed installed motors except as follows: 1. Different ratings, performance, or characteristics for motor are specified in another Section. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Motorized-equipment manufacturer requires ratings, performance, or characteristics, other than those specified in this Section, to meet performance specified. B. Motors shall be as manufactured by Allis Chalmers, Century, Baldour, Marathon, General Electric or Westinghouse. Motors provided with packaged equipment shall be of motor manufacturer as selected by equipment manufacturer. C. All motors fumished shall be Energy Efficient Electric Motors. The minimum nominal full-load efficiency for motors shall comply with Table 14-4 of the latest edition of the Washington State Energy Code. 2.2 MOTOR CHARACTERISTICS A. Motors 3/4 HP and Larger: Three phase (unless listed otherwise). B. Motors Smaller Than 3/4 HP: Single phase. C. Frequency Rating: 60 Hz. D. Voltage Rating: NEMA standard voltage selected to operate on nominal circuit voltage to which motor is connected. E. Service Factor: Unless otherwise noted, single phase motors shall be capacitor- start type with service factor of 1.25 or higher. Three phase motors shall have a service factor of 1.15 or higher. F. Duty: Continuous duty at ambient temperature of 105 deg F and at altitude of 3300 feet above sea level. G. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. H. Enclosure: Open dripproof. 2.3 POLYPHASE MOTORS A. Description: NEMA MG 1, Design B, medium induction motor. B. See "Energy Considerations" Article in the Evaluations for discussion of motor efficiencies. C. Efficiency: Premium, as defined in NEMA MG 1. D. Delete first paragraph and subparagraph below if not applicable. Coordinate with Drawings. E. Stator: Copper windings, unless otherwise indicated. 1. Multispeed motors shall have separate winding for each speed. Clallam County Project No. 620613CH Bid Documents Motors 15055 - Page 2 Bid Documents Motors 15055 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. Rotor: Squirrel cage, unless otherwise indicated. G. Bearings: Double-shielded, prelubricated ball bearings suitable for radial and thrust loading. H. Temperature Rise: Match insulation rating, unless otherwise indicated. I. Insulation: Class F, unless otherwise indicated. J. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or Code G. 2. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. K. Enclosure: Cast iron for motors 7.5 hp and larger; rolled steel for motors smaller than 7.5 hp. 2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS A. Motors Used with Reduced-Inrush Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method. B. Rugged-Duty Motors: Totally enclosed, with 1.25 minimum service factor, greased bearings, integral condensate drains, and capped relief vents. Windings insulated with non-hygroscopic material. 1. Finish: Chemical-resistant paint over corrosion-resistant primer. C. Source Quality Control for Field-Installed Motors: Perform the following tests on each motor according to NEMA MG 1: 1. Measure winding resistance. 2. Read no-load current and speed at rated voltage and frequency. 3. Measure locked rotor current at rated frequency. 4. Perform high-potential test. 2.5 SINGLE-PHASE MOTORS A. Type: One of the following, to suit starting torque and requirements of specific motor application: 1. Permanent-split capacitor. 2. Split-phase start, capacitor run. 3. Capacitor start, capacitor run. B. Shaded-Pole Motors: For motors 1/20 hp and smaller only. C. Thermal Protection: Intemal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to Clallam County Project No. 620613CH I I I I I I I I I I II I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION temperature rating of motor insulation. Thermal-protection device shall automatically reset when motor temperature retums to normal range. D. Bearings: Ball type for belt-connected motors and other motors with high radial forces on motor shaft; sealed, pre lubricated-sleeve type for other single-phase motors. E. Source Quality Control for Field-Installed Motors: Perform the following tests on each motor according to NEMA MG 1: 1. Measure winding resistance. 2. Read no-load current and speed at rated voltage and frequency. 3. Measure locked rotor current at rated frequency. 4. Perform high-potential test. PART 3 - EXECUTION 3.1 FIELD-INSTALLED MOTOR INSTALLATION A. Anchor each motor assembly to base, adjustable rails, or other support, arranged and sized according to manufacturer's written instructions. Attach by bolting. Level and align with load transfer link. B. Comply with mounting and anchoring requirements specified in Division 15 Section "Mechanical Vibration and Seismic Controls." 3.2 FIELD QUALITY CONTROL FOR FIELD-INSTALLED MOTORS A. Prepare for acceptance tests. 1. Align motors, bases, shafts, pulleys, and belts. Tension belts according to manufacturer's written instructions. 2. Verify bearing lubrication. 3. Run each motor with its controller. Demonstrate correct rotation, alignment, and speed at motor design load. 4. Test interlocks and control and safety features for proper operation. 5. Verify that current and voltage for each phase comply with nameplate rating and NEMA MG 1 tolerances. B. Perform the following field tests and inspections and prepare test reports: 1. Perform electrical tests and visual and mechanical inspections including optional tests and inspections stated in NETA ATS on factory and field- installed installed motors. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. C. Motor Controls: Clallam County Project No. 620613CH Bid Documents Motors 15055 - Page 4 Bid Documents Motors 15055 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Electric motor driven equipment furnished under this contract shall be furnished complete with starter and start-stop stations (under Division 16). Installation and wiring of motor controls shall be accomplished under Division 16 (electrical). Coordinate with contractor performing Division 16 work. Starters shall be provided with an overload device for each ungrounded conductor and a single common reset button. Check all motor starters for properly sized overload relays and properly sized heaters END OF SECTION 15055 Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15060 - HANGERS AND SUPPORT PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Steel pipe hangers and supports. 2. Trapeze pipe hangers. 3. Metal framing systems. 4. Thermal-hanger shield inserts. 5. Fastener systems. B. See Division 5 Section "Metal Fabrications" for structural-steel shapes and plates for trapeze hangers for pipe and equipment supports. C. See Division 13 Section "Fire-Suppression Piping" for fire protection piping. D. See Division 15 Section "Mechanical Vibration and Seismic Controls" for vibration isolation devices. E. See Division 15 Section "Pipe Expansion Fittings and Loops" for pipe guides and anchors. F. See Division 15 Section(s) "Metal Ducts" and "Nonmetal Ducts" for duct hangers and supports. 1.2 DEFINITIONS A. Terminology: As defined in MSS SP-90, "Guidelines on Terminology for Pipe Hangers and Supports." 1.3 PERFORMANCE REQUIREMENTS A. Design supports for multiple pipes capable of supporting combined weight of supported systems, system contents, and test water. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. C. Design seismic-restraint hangers and supports for piping and equipment and obtain approval from authorities having jurisdiction. 1.4 SUBMITTALS A. Product Data: For the following: 1. Steel pipe hangers and supports. Clallam County Project No. 620613CH Bid Documents Hangers and Support 15060 - Page 1 Bid Documents Hangers and Support 15060 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Thermal-hanger shield inserts. 3. Powder-actuated fastener systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Trapeze pipe hangers. Include Product Data for components. 2. Metal framing systems. Include Product Data for components. 3. Equipment supports. C. Welding certificates. 1.5 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to ASME Boiler and Pressure Vessel Code: Section IX. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 STEEL PIPE HANGERS AND SUPPORTS A. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. Refer to Part 3 "Hanger and Support Applications" Article for where to use specific hanger and support types. B. Manufacturers: 1. B-Line Systems, Inc.; a division of Cooper Industries. 2. ERICO/Michigan Hanger Co. 3. Globe Pipe Hanger Products, Inc. 4. Grinnell Corp. 5. National Pipe Hanger Corporation. 6. PHD Manufacturing, Inc. 7. PHS Industries, Inc. 8. Piping Technology & Products, Inc. 9. Tolco Inc. C. Galvanized, Metallic Coatings: Pregalvanized or hot dipped. D. Nonmetallic Coatings: Plastic coating, jacket, or liner. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION E. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion for support of bearing surface of piping. 2.3 TRAPEZE PIPE HANGERS A. Description: MSS SP-69, Type 59, shop- or field-fabricated pipe-support assembly made from structural-steel shapes with MSS SP-58 hanger rods, nuts, saddles, and U-bolts. 2.4 METAL FRAMING SYSTEMS A. Description: MFMA-3, shop- or field-fabricated pipe-support assembly made of steel channels and other components. B. Manufacturers: 1. B-Line Systems, Inc.; a division of Cooper Industries. 2. ERICO/Michigan Hanger Co.; ERISTRUT Div. 3. GS Metals Corp. 4. Power-Strut Div.; Tyco International, Ltd. 5. Thomas & Betts Corporation. 6. Tolco Inc. 7. Unistrut Corp.; Tyco International, Ltd. C. Coatings: Manufacturer's standard finish, unless bare metal surfaces are indicated. D. Nonmetallic Coatings: Plastic coating, jacket, or liner. 2.5 THERMAL-HANGER SHIELD INSERTS A. Description: 100-psig minimum, compressive-strength insulation insert encased in sheet metal shield. B. Manufacturers: 1. Carpenter & Paterson, Inc. 2. ERICO/Michigan Hanger Co. 3. PHS Industries, Inc. 4. Pipe Shields, Inc. 5. Rilco Manufacturing Company, Inc. 6. Value Engineered Products, Inc. C. Insulation-Insert Material for Cold Piping: Water-repellent treated, ASTM C 533, Type I calcium silicate or ASTM C 552, Type II cellular glass with vapor barrier. Clallam County Project No. 620613CH Bid Documents Hangers and Support 15060 - Page 3 Bid Documents Hangers and Support 15060 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. Insulation-Insert Material for Hot Piping: Water-repellent treated, ASTM C 533, Type I calcium silicate or ASTM C 552, Type II cellular glass. E. For Trapeze or Clamped Systems: Insert and shield shall cover entire circumference of pipe. F. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe. G. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature. 2.6 FASTENER SYSTEMS A. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 1. Manufacturers: a) Hilti, Inc. b) ITW Ramset/Red Head. c) Masterset Fastening Systems, Inc. d) MKT Fastening, LLC. e) Powers Fasteners. B. Mechanical-Expansion Anchors: Insert-wedge-type zinc-coated steel, for use in hardened portland cement concrete with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 1. Manufacturers: a) B-Line Systems, Inc.; a division of Cooper Industries. b) Empire Industries, Inc. c) Hilti, Inc. d) ITW Ramset/Red Head. e) MKT Fastening, LLC. f) Powers Fasteners. 2.7 EQUIPMENT SUPPORTS A. Description: Welded, shop- or field-fabricated equipment support made from structural-steel shapes. 2.8 MISCELLANEOUS MATERIALS A. Structural Steel: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. 1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength. PART 3 - EXECUTION 3.1 HANGER AND SUPPORT APPLICATIONS A. Specific hanger and support requirements are specified in Sections specifying piping systems and equipment. B. Comply with MSS SP-69 for pipe hanger selections and applications that are not specified in piping system Sections. C. Use hangers and supports with galvanized, metallic coatings for piping and equipment that will not have field-applied finish. D. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing. E. Use padded hangers for piping that is subject to scratching. F. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated stationary pipes, NPS 1/2 to NPS 30 . 2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of 120 to 450 deg F pipes, NPS 4 to NPS 16, requiring up to 4 inches of insulation. 3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of pipes, NPS 3/4 to NPS 24 , requiring clamp flexibility and up to 4 inches of insulation. 4. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of noninsulated stationary pipes, NPS 1/2 to NPS 8. 5. U-Bolts (MSS Type 24): For support of heavy pipes, NPS 1/2 to NPS 30. 6. Pipe Saddle Supports (MSS Type 36): For support of pipes, NPS 4 to NPS 36, with steel pipe base stanchion support and cast-iron floor flange. 7. Single Pipe Rolls (MSS Type 41): For suspension of pipes, NPS 1 to NPS 30, from 2 rods if longitudinal movement caused by expansion and contraction might occur. 8. Complete Pipe Rolls (MSS Type 44): For support of pipes, NPS 2 to NPS 42, if longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary. Clallam County Project No. 620613CH Bid Documents Hangers and Support 15060 - Page 5 Bid Documents Hangers and Support 15060 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION G. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers, NPS 3/4 to NPS 20. 2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers, NPS 3/4 to NPS 20, if longer ends are required for riser clamps. H. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads. 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. I. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with bar-joist construction to attach to top flange of structural shape. 3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles. 4. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C-Clamps (MSS Type 23): For structural shapes. 7. Welded-Steel Brackets: For support of pipes from below, or for suspending from above by using clip and rod. Use one of the following for indicated loads: a) Light (MSS Type 31): 750 lb. b) Medium (MSS Type 32): 1500 lb. c) Heavy (MSS Type 33): 3000 lb. 8. Side-Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 9. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is required. J. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation. 3. Thermal-Hanger Shield Inserts: For supporting insulated pipe. K. Comply with MSS SP-69 for trapeze pipe hanger selections and applications that are not specified in piping system Sections. l. Comply with MFMA-102 for metal framing system selections and applications that are not specified in piping system Sections. M. Use powder-actuated fasteners or mechanical-expansion anchors instead of building attachments where required in concrete construction. 3.2 HANGER AND SUPPORT INSTALLATION A. Steel Pipe Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to properly support piping from building structure. B. Trapeze Pipe Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Arrange for grouping of parallel runs of horizontal piping and support together on field-fabricated trapeze pipe hangers. 1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size or install intermediate supports for smaller diameter pipes as specified above for individual pipe hangers. 2. Field fabricate from ASTM A 36/A 36M, steel shapes selected for loads being supported. Weld steel according to AWS 01.1. C. Metal Framing System Installation: Arrange for grouping of parallel runs of piping and support together on field-assembled metal framing systems. D. Thermal-Hanger Shield Installation: Install in pipe hanger or shield for insulated piping. E. Fastener System Installation: 1. Install powder-actuated fasteners in concrete after concrete is placed and completely cured. Use operators that are licensed by powder-actuated tool manufacturer. Install fasteners according to powder-actuated tool manufacturer's operating manual. 2. Install mechanical-expansion anchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. F. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and other accessories. G. Equipment Support Installation: Fabricate from welded-structural-steel shapes. Clallam County Project No. 620613CH Bid Documents Hangers and Support 15060 - Page 7 Bid Documents Hangers and Support 15060 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION H. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. I. Install lateral bracing with pipe hangers and supports to prevent swaying. J. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. K. Load Distribution: Install hangers and supports so piping live and dead loads and stresses from movement will not be transmitted to connected equipment. L. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so maximum pipe deflections allowed by ASME B31.1 (for power piping) and ASME B31.9 (for building services piping) are not exceeded. M. Insulated Piping: Comply with the following: 1. Attach clamps and spacers to piping. a) Piping Operating above Ambient Air Temperature: Clamp may project through insulation. b) Piping Operating below Ambient Air Temperature: Use thermal- hanger shield insert with clamp sized to match 00 of insert. c) Do not exceed pipe stress limits according to ASME B31.1 for power piping and ASME B31.9 for building services piping. 2. Install MSS SP-58, Type 39, protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation. 3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees. 4. Shield Dimensions for Pipe: Not less than the following: a) NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. b) NPS 4: 12 inches long and 0.06 inch thick. c) NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. d) NPS 8 to NPS 14: 24 inches long and 0.075 inch thick. e) NPS 16 to NPS 24: 24 inches long and 0.105 inch thick. 5. Pipes NPS 8 and Larger: Include wood inserts. 6. Insert Material: Length at least as long as protective shield. 7. Thermal-Hanger Shields: Install with insulation same thickness as piping insulation. Clallam County Project No. 620613CH I I I "I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.3 EQUIPMENT SUPPORTS A. Fabricate structural-steel stands to suspend equipment from structure overhead or to support equipment above floor. B. Grouting: Place grout under supports for equipment and make smooth bearing surface. C. Provide lateral bracing, to prevent swaying, for equipment supports. 3.4 METAL FABRICATIONS A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and equipment supports. B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations. C. Field Welding: Comply with AWS D1.1 procedures for shielded metal arc welding, appearance and quality of welds, and methods used in correcting welding work, and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and contours of welded surfaces match adjacent contours. 3.5 ADJUSTING A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. 3.6 PAINTING A. Touch Up: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION 15060 Clallam County Project No. 620613CH Bid Documents Hangers and Support 15060 - Page 9 Bid Documents Mechanical Identification 15075 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15075 - MECHANICAL IDENTIFICATION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following mechanical identification materials and their installation: 1. Equipment nameplates. 2. Equipment markers. 3. Access panel and door markers. 4. Pipe markers. 5. Valve tags. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME A 13.1, "Scheme for the Identification of Piping Systems," for letter size, length of color field, colors, and viewing angles of identification devices for piping. 1.4 REGULATORY REQUIREMENTS A. Conform to NFPA 99 requirements for labeling and identification of medical gas piping systems and accessories. PART 2 - PRODUCTS 2.1 EQUIPMENT IDENTIFICATION DEVICES A. Equipment Nameplates: Metal, with data engraved or stamped, for permanent attachment on equipment. 1. Data: a) Manufacturer, product name, model number, and serial number. b) Capacity, operating and power characteristics, and essential data. c) Labels of tested compliances. 2. Location: Accessible and visible. 3. Fasteners: As required to mount on equipment. B. Equipment Markers: Engraved, color-coded laminated plastic. Include contact- type, permanent adhesive. 1. Terminology: Match schedules as closely as possible. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Data: a) Name and plan number. b) Design capacity. 3. Size: 2-1/2 by 4 inches for control devices, dampers, and valves; 4-1/2 by 6 inches for equipment. C. Access Panel and Door Markers: 1 /16-inch- thick, engraved laminated plastic, with abbreviated terms and numbers corresponding to identification. Provide 1/8- inch center hole for attachment. 1. Fasteners: Self-tapping, stainless-steel screws or contact-type, permanent adhesive. 2.2 PIPING IDENTIFICATION DEVICES A. Manufactured Pipe Markers, General: Preprinted, color-coded, with lettering indicating service, and showing direction of flow. 1. Colors: Comply with ASME A 13.1, unless otherwise indicated. 2. Lettering: Use piping system terms indicated and abbreviate only as necessary for each application length. 3. Pipes with 00, Including Insulation, Less Than 6 Inches: Full-band pipe markers extending 360 degrees around pipe at each location. 4. Pipes with 00, Including Insulation, 6 Inches and Larger: Either full-band or strip-type pipe markers at least three times letter height and of length required for label. 5. Arrows: Integral with piping system service lettering to accommodate both directions; or as separate unit on each pipe marker to indicate direction of flow. B. Pretensioned Pipe Markers: Precoiled semirigid plastic formed to cover full circumference of pipe and to attach to pipe without adhesive. C. Shaped Pipe Markers: Preformed semirigid plastic formed to partially cover circumference of pipe and to attach to pipe with mechanical fasteners that do not penetrate insulation vapor barrier. D. Self-Adhesive Pipe Markers: Plastic with pressure-sensitive, permanent-type, self-adhesive back. E. Plastic Tape: Continuously printed, vinyl tape at least 3 mils thick with pressure- sensitive, permanent-type, self-adhesive back. 1. Width for Markers on Pipes with 00, Including Insulation, Less Than 6 Inches: 3/4 inch minimum. 2. Width for Markers on Pipes with 00, Including Insulation, 6 Inches or Larger: 1-1/2 inches minimum. Clallam County Project No. 620613CH Bid Documents Mechanical Identification 15075 - Page 2 Bid Documents Mechanicalldentitication 15075 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.3 VALVE TAGS A. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system abbreviation and 1/2-inch numbers, with numbering scheme. Provide 5/32-inch hole for fastener. 1. Material: O.032-inch- thick brass or aluminum. 2. Valve-Tag Fasteners: Brass wire-link or beaded chain; or S-hook. PART 3 - EXECUTION 3.1 APPLICATIONS, GENERAL A. Products specified are for applications referenced in other Division 15 Sections. If more than single-type material, device, or label is specified for listed applications, selection is Installer's option. 3.2 EQUIPMENT IDENTIFICATION A. Install and permanently fasten equipment nameplates on each major item of mechanical equipment that does not have nameplate or has nameplate that is damaged or located where not easily visible. Locate nameplates where accessible and visible. Include nameplates for the following general categories of equipment: 1. Fuel-burning units, furnaces and heaters. 2. Pumps, and similar motor-driven units. 3. Fans, primary balancing dampers, and mixing boxes. 4. Packaged HV AC central-station and zone-type or fan coil units. B. Install equipment markers with permanent adhesive on or near each major item of mechanical equipment. Data required for markers may be included on signs, and markers may be omitted if both are indicated. 1. Letter Size: Minimum 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. 2. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of hazards and improper operations, and identify units. 3. Locate markers where accessible and visible. Include markers for the following general categories of equipment: a) Pumps and similar motor-driven units. b) Fans, and blowers. c) Packaged HVAC central-station. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Install access panel markers with screws on equipment access panels. 3.3 PIPING IDENTIFICATION A. Install manufactured pipe markers indicating service on each piping system. Install with flow indication arrows showing direction of flow. 1. Pipes with 00, Including Insulation, Less Than 6 Inches: Self-adhesive pipe markers. Use color-coded, self-adhesive plastic tape, at least 1-1/2 inches wide, lapped at least 1-1/2 inches at both ends of pipe marker, and covering full circumference of pipe. 2. Pipes with 00, Including Insulation, 6 Inches and Larger: Self-adhesive pipe markers. Use color-coded, self-adhesive plastic tape, at least 1-1/2 inches wide, lapped at least 3 inches at both ends of pipe marker, and covering full circumference of pipe. B. Locate pipe markers and color bands where piping is exposed in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior nonconcealed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and nonaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 25 feet along each run. Reduce intervals to 10 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced markers. 3.4 VALVE-TAG INSTALLATION A. Install tags on valves and control devices in piping systems, except check valves; valves within factory-fabricated equipment units; plumbing fixture supply stops; shutoff valves; faucets; convenience and lawn-watering hose connections; and HVAC terminal devices and similar roughing-in connections of end-use fixtures and units. List tagged valves in a valve schedule. B. Valve-Tag Application Schedule: Tag valves according to size, shape, and as indicated in the following: 1. Valve-Tag Size and Shape: a) Cold Water: 1-1/2 inches, round. Clallam County Project No. 620613CH Bid Documents Mechanical Identification 15075 - Page 4 Bid Documents Mechanical Identification 15075 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION b) Hot Water: 1-1/2 inches, round. c) Gas: 1-1/2 inches, round. d) Compressed Air: 1-1/2 inches, round. 3.5 ADJUSTING AND CLEANING A. Relocate mechanical identification materials and devices that have become visually blocked by other work. B. Clean faces of mechanical identification devices and frames of valve schedules. END OF SECTION 15075 Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15080 - MECHANICAL INSULATION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes mechanical insulation for boiler breeching, duct, equipment, and pipe, including the following: 1. Insulation Materials: a) Flexible Elastomeric. b) Mineral fiber. 2. Insulating cements. 3. Adhesives. 4. Mastics. 5. Sealants. 6. Factory-applied jackets. 7. Field-applied fabric-reinforcing mesh. 8. Field-applied jackets. 9. Tapes. 10. Securements. 11. Corner angles. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show details for the following: 1. Application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Attachment and covering of heat tracing inside insulation. 3. Insulation application at pipe expansion joints for each type of insulation. 4. Insulation application at elbows, fittings, flanges, valves, and specialties for each type of insulation. 5. Removable insulation at piping specialties, equipment connections, and access panels. 6. Application of field-applied jackets. 7. Application at linkages of control devices. 8. Field application for each equipment type. C. Field quality-control inspection reports. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 1 Bid Documents Mechanical Insulation 15080 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1.3 QUALITY ASSURANCE A. Fire-Test-Response Characteristics: Insulation and related materials shall have fire-test-response characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, and cement material containers, with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed index of 50 or less. 2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smoke-developed index of 150 or less. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 INSULATION MATERIALS A. Refer to Part 3 schedule articles for requirements about where insulating materials shall be applied. B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. F. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply with ASTM C 534, Type I for tubular materials and Type II for sheet materials. 1. Products: a) Aeroflex USA Inc.; Aerocel. b) Armacell LLC; AP Armaflex. c) RBX Corporation; Insul-Sheet 1800 and Insul-Tube 180. G. Mineral-Fiber Blanket Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type II and ASTM C 1290, Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION Type III with factory-applied FSK jacket. Factory-applied jacket requirements are specified in Part 2 "Factory-Applied Jackets'i Article. 1. Products: a) CertainTeed Corp.; Duct Wrap. b) Johns Manville; Microlite. c) Knauf Insulation; Duct Wrap. d) Manson Insulation Inc.; Alley Wrap. e) Owens Corning; All-Service Duct Wrap. H. Mineral-Fiber Board Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 612, Type IA or Type lB. For duct and plenum applications, provide insulation with factory-applied ASJ. For equipment applications, provide insulation with factory-applied ASJ. Factory- applied jacket requirements are specified in Part 2 "Factory-Applied Jackets" Article. 1. Products: a) CertainTeed Corp.; Commercial Board. b) Fibrex Insulations Inc.; FBX. c) Johns Manville; 800 Series Spin-Glas. d) Knauf Insulation; Insulation Board. e) Manson Insulation Inc.; AK Board. f) Owens Corning; Fiberglas 700 Series. I. Mineral-Fiber, Preformed Pipe Insulation: 1. Products: a) Fibrex Insulations Inc.; Coreplus 1200. b) Johns Manville; Micro-Lok. c) Knauf Insulation; 1000 Pipe Insulation. d) Manson Insulation Inc.; Alley-K. e) Owens Corning; Fiberglas Pipe Insulation. 2. Type I, 850 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type I, Grade A, with factory-applied ASJ. Factory-applied jacket requirements are specified in Part 2 "Factory-Applied Jackets" Article. J. Mineral-Fiber, Pipe and Tank Insulation: Mineral or glass fibers bonded with a thermosetting resin. Semirigid board material with factory-applied ASJ complying with ASTM C 1393, Type II or Type iliA Category 2, or with properties similar to ASTM C 612, Type lB. Nominal density is 2.5 Ib/cu. ft. or more. Thermal conductivity (k-value) at 100 deg F is 0.29 Btu x in.lh x sq. ft. x deg F or less. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 3 Bid Documents Mechanical Insulation 15080 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION Factory-applied jacket requirements are specified in Part 2 "Factory-Applied Jackets" Article. 1. Products: a) CertainTeed Corp.; CrimpWrap. b) Johns Manville; MicroFlex. c) Knauf Insulation; Pipe and Tank Insulation. d) Manson Insulation Inc.; AK Flex. e) Owens Corning; Fiberglas Pipe and Tank Insulation. 2.3 INSULATING CEMENTS A. Mineral-Fiber, Hydraulic-Setting Insulating and Finishing Cement: Comply with ASTM C 449/C 449M. 1. Products: a) Insulco, Division of MFS, Inc.; SmoothKote. b) P. K. Insulation Mfg. Co., Inc.; PK No. 127, and Quik-Cote. c) Rock Wool Manufacturing Company; Delta One Shot. 2.4 ADHESIVES AND FASTENERS A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Flexible Elastomeric and Polyolefin Adhesive: Comply with MIL-A-24179A, Type II, Class I. 1. Products: a) Aeroflex USA Inc.; Aeroseal. b) Armacell LCC; 520 Adhesive. c) Foster Products Corporation, H. B. Fuller Company; 85-75. d) RBX Corporation; Rubatex Contact Adhesive. C. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. 1. Products: a) Childers Products, Division of ITW; CP-82. b) Foster Products Corporation, H. B. Fuller Company; 85-20. c) ITW TACC, Division of Illinois Tool Works; S-90/80. d) Marathon Industries, Inc.; 225. e) Mon-Eco Industries, Inc.; 22-25. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. ASJ Adhesive, and FSK and PVDC Jacket Adhesive: Comply with MIL-A- 3316C, Class 2, Grade A for bonding insulation jacket lap seams and joints. 1. Products: a) Childers Products, Division of ITW; CP-82. b) Foster Products Corporation, H. B. Fuller Company; 85-20. c) ITW TACC, Division of Illinois Tool Works; S-90/80. d) Marathon Industries, Inc.; 225. e) Mon-Eco Industries, Inc.; 22-25. E. PVC Jacket Adhesive: Compatible with PVC jacket. 1. Products: a) Dow Chemical Company (The); 739, Dow Silicone. b) Johns-Manville; Zeston Perma-Weld, CEEL-TITE Solvent Welding Adhesive. c) P.I.C. Plastics, Inc.; Welding Adhesive. d) Red Devil, Inc.; Celulon Ultra Clear. e) Speed line Corporation; Speedline Vinyl Adhesive. 2.5 MASTICS A. Materials shall be compatible with insulation materials, jackets, and substrates: Comply with MIL-C-19565C, Type II. B. Vapor-Barrier Mastic: Water based; suitable for indoor and outdoor use on below ambient services. 1. Products: a) Childers Products, Division of ITW; CP-35. b) Foster Products Corporation, H. B. Fuller Company; 30-90. c) ITW TACC, Division of Illinois Tool Works; CB-50. d) Marathon Industries, Inc.; 590. e) Mon-Eco Industries, Inc.; 55-40. f) Vimasco Corporation; 749. 2. Water-Vapor Permeance: ASTM E 96, Procedure B, 0.013 perm at 43- mil dry film thickness. 3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: ASTM D 1644,59 percent by volume and 71 percent by weight. 5. Color: White. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 5 Bid Documents Mechanical Insulation 15080 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient services. 1. Products: a) Childers Products, Division of ITW; CP-10. b) Foster Products Corporation, H. B. Fuller Company; 35-00. c) ITW TACC, Division of Illinois Tool Works; CB-05/15. d) Marathon Industries, Inc.; 550. e) Mon-Eco Industries, Inc.; 55-50. f) Vimasco Corporation; WC-1/WC-5. 2. Water-Vapor Permeance: ASTM F 1249, 3 perms (2 metric perms) at 0.0625-inch (1.6-mm) dry film thickness. 3. Service Temperature Range: Minus 20 to plus 200 deg F (Minus 29 to plus 93 deg C). 4. Solids Content: 63 percent by volume and 73 percent by weight. 5. Color: White. 2.6 SEALANTS A. Joint Sealants: 1. Materials shall be compatible with insulation materials, jackets, and substrates. 2. Permanently flexible, elastomeric sealant. 3. Service Temperature Range: Minus 100 to plus 300 deg F. 4. Color: White or gray. B. FSK and Metal Jacket Flashing Sealants: 1. Products: a) Childers Products, Division of ITW; CP-76-8. b) Foster Products Corporation, H. B. Fuller Company; 95-44. c) Marathon Industries, Inc.; 405. d) Mon-Eco Industries, Inc.; 44-05. e) Vimasco Corporation; 750. 2. Materials shall be compatible with insulation materials, jackets, and substrates. 3. Fire- and water-resistant, flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: Aluminum. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. ASJ Flashing Sealants, and Vinyl, PVDC, and PVC Jacket Flashing Sealants: 1. Products: a) Childers Products, Division of ITW; CP-76. 2.' Materials shall be compatible with insulation materials, jackets, and substrates. 3. Fire- and water-resistant, flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: White. 2.7 FACTORY-APPLIED JACKETS A. Insulation system schedules indicate factory-applied jackets on various applications. When factory-applied jackets are indicated, comply with the following: 1. ASJ: White, kraft-paper, fiberglass-reinforced scrim with aluminum-foil backing; complying with ASTM C 1136, Type I. 2. ASJ-SSL: ASJ with self-sealing, pressure-sensitive, acrylic-based adhesive covered by a removable protective strip; complying with ASTM C 1136, Type I. 3. FSK Jacket: Aluminum-foil, fiberglass-reinforced scrim with kraft-paper backing; complying with ASTM C 1136, Type II. 4. FSP Jacket: Aluminum-foil, fiberglass-reinforced scrim with polyethylene backing; complying with ASTM C 1136, Type II. 5. Vinyl Jacket: UL-rated white vinyl with a permeance of 1.3 perms when tested according to ASTM E 96, Procedure A, and complying with NFPA 90A and NFPA 90B. 2.8 FIELD-APPLIED JACKETS A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated. B. . FSK Jacket: Aluminum-foil-face, fiberglass-reinforced scrim with kraft-paper backing. C. PVC Jacket: High-impact-resistant, UV-resistant PVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll stock ready for shop or field cutting and forming. Thickness is indicated in field-applied jacket schedules. 1. Products: a) Johns Manville; Zeston. b) P.I.C. Plastics, Inc.; FG Series. c) Proto PVC Corporation; LoSmoke. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 7 Bid Documents Mechanical Insulation 15080 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION d) Speed line Corporation; SmokeSafe. 2. Adhesive: As recommended by jacket material manufacturer. 3. Color: White. 4. Factory-fabricated fitting covers to match jacket if available; otherwise, field fabricate. a) Shapes: 45- and 90-degree, short- and long-radius elbows, tees, valves, flanges, unions, reducers, end caps, soil-pipe hubs, traps, mechanical joints, and P-trap and supply covers for lavatories. 5. Factory-fabricated tank heads and tank side panels. 2.9 TAPES A. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic adhesive, complying with ASTM C 1136 and UL listed. 1. Width: 3 inches. 2. Thickness: 11.5 mils. 3. Adhesion: 90 ounces force/inch in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 Ibf/inch in width. 6. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. B. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with acrylic adhesive; complying with ASTM C 1136 and UL listed. 1. Width: 3 inches. 2. Thickness: 6.5 mils. 3. Adhesion: 90 ounces force/inch in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 Ibflinch in width. 6. FSK Tape Disks and Squares: Precut disks or squares of FSK tape. C. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with acrylic adhesive. Suitable for indoor and outdoor applications. 1. Width: 2 inches. 2. Thickness: 6 mils. 3. Adhesion: 64 ounces forcelinch in width. 4. Elongation: 500 percent. 5. Tensile Strength: 18 Ibf/inch in width. D. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive and UL listed. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Width: 2 inches. 2. Thickness: 3.7 mils. 3. Adhesion: 100 ounces force/inch in width. 4. Elongation: 5 percent. 5. Tensile Strength: 34 Ibf/inch in width. 2.10 SECUREMENTS A. Aluminum Bands: ASTM B 209, Alloy 3003,3005,3105, or 5005; Temper H-14, 0.020 inch thick, 3/4 inch wide with wing seal. B. Metal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: 1. Baseplate: Perforated, galvanized carbon-steel sheet, 0.030 inch thick by 2 inches square. 2. Spindle: [Copper- or zinc-coated, low carbon steel] [Aluminum], fully annealed, 0.1 06-inch- diameter shank, length to suit depth of insulation indicated. 3. Adhesive: Recommended by hanger manufacturer. Product with demonstrated capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates. C. Nonmetal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate fastened to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: 1. Baseplate: Perforated, nylon sheet, 0.030 inch thick by 1-1/2 inches in diameter. 2. Spindle: Nylon, 0.1 06-inch- diameter shank, length to suit depth of insulation indicated, up to 2-1/2 inches. 3. Adhesive: Recommended by hanger manufacturer. Product with demonstrated capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates. D. Self-Sticking-Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: 1. Baseplate: Galvanized carbon-steel sheet, 0.030 inch thick by 2 inches square. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 9 Bid Documents Mechanical Insulation 15080 - Page 10 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Spindle: Copper or zinc-coated, low carbon steel, Aluminum, Stainless steel, fully annealed, 0.106-inch- diameter shank, length to suit depth of insulation indicated. 3. Adhesive-backed base with a peel-off protective cover. E. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch- thick, galvanized-steel, aluminum sheet, with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches in diameter. 1. Protect ends with capped self-locking washers incorporating a spring steel insert to ensure permanent retention of cap in exposed locations. F. Nonmetal Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch- thick nylon sheet, with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches in diameter. G. Staples: Outward-clinching insulation staples, nominal 3/4-inch- wide, stainless steel or Monel. H. Wire: 0.062-inch soft-annealed, stainless steel. 2.11 CORNER ANGLES A. PVC Comer Angles: 30 mils thick, minimum 1 by 1 inch, PVC according to ASTM D 1784, Class 16354-C. White or color-coded to match adjacent surface. B. Aluminum Comer Angles: 0.040 inch thick, minimum 1 by 1 inch, aluminum according to ASTM B 209, Alloy 3003,3005,3105 or 5005; Temper H-14. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation. C. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless-steel surfaces, use demineralized water. 3.2 COMMON INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of equipment, ducts and fittings, and piping including fittings, valves, and specialties. B. Install insulation with tightly butted joints free of voids and gaps. Vapor barriers shall be continuous. Before installing jacket material, install vapor-barrier system. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of equipment, duct system, and pipe system as specified in insulation system schedules. D. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. E. Install insulation with longitudinal seams at top and bottom of horizontal runs. F. Install multiple layers of insulation with longitudinal and end seams staggered. G. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. H. Keep insulation materials dry during application and finishing. I. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. J. Install insulation with least number of joints practical. K. Hangers and Anchors: Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor-barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor-barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. L. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. M. Install insulation with factory-applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3-inch- wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 11 Bid Documents Mechanical Insulation 15080 - Page 12 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c. a) For below ambient services, apply vapor-barrier mastic over staples. 4. Cover joints and seams with tape as recommended by insulation material manufacturer to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and joints and at ends adjacent to duct and pipe flanges and fittings. N. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. O. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. P. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to butt joints. Q. For above ambient services, do not install insulation to the following: 1. Vibration-control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Manholes. 5. Handholes. 6. Cleanouts. R. Ductwork with ductliner that has been allowed to become wet during the construction process will be removed from the site and replaced with new ductwork and liner 3.3 PENETRATIONS A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below top of roof flashing. Clallam County Project No. 620613CH I I II II I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Below-Grade Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. E. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire-rated walls and partitions. Terminate insulation at fire damper sleeves for fire-rated wall and partition penetrations. Externally insulate damper sleeves to match adjacent insulation and overlap duct insulation at least 2 inches. 1. Firestopping and fire-resistive joint sealers are specified in Division 7 Section 'Through-Penetration Firestop Systems." F. Insulation Installation at Floor Penetrations: 1. Duct: Install insulation continuously through floor penetrations that are not fire rated. For penetrations through fire-rated assemblies, terminate insulation at fire damper sleeves and externally insulate damper sleeve beyond floor to match adjacent duct insulation. Overlap damper sleeve and duct insulation at least 2 inches. 2. Pipe: Install insulation continuously through floor penetrations. 3. Seal penetrations through fire-rated assemblies according to Division 7 Section 'Through-Penetration Firestop Systems." 3.4 DUCT AND PLENUM INSULATION INSTALLATION A. Blanket Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. 1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 50 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 13 Bid Documents Mechanical Insulation 15080 - Page 14 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3. Install either capacitor-discharge-weld pins and speed washers or cupped-head, capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a) On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b) On duct sides with dimensions larger than 18 inches, place pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. c) Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d) Do not overcompress insulation during installation. e) Impale insulation over pins and attach speed washers. f) Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward-clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor- barrier mastic, and sealant at joints, seams, and protrusions. a) Repair punctures, tears, and penetrations with tape or mastic to maintain vapor-barrier seal. b) Install vapor stops for ductwork and plenums operating below 50 deg F at 18-foot intervals. Vapor stops shall consist of vapor- barrier mastic applied in a Z-shaped pattem over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 5. Overlap unfaced blankets a minimum of 2 inches on longitudinal seams and end joints. At end joints, secure with steel bands spaced a maximum of 18 inches o.c. 6. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. 7. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch- wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c. B. Board Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. Clallam County Project No. 620613CH .1r' ".t' I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 50 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Install either capacitor-discharge-weld pins and speed washers or cupped-head, capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a) On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b) On duct sides with dimensions larger than 18 inches, space pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. c) Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d) Do not overcompress insulation during installation. e) Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward-clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor- barrier mastic, and sealant at joints, seams, and protrusions. a) Repair punctures, tears, and penetrations with tape or mastic to maintain vapor-barrier seal. b) Install vapor stops for ductwork and plenums operating below 50 deg F at 18-foot intervals. Vapor stops shall consist of vapor- barrier mastic applied in a Z-shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 5. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. 6. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch- wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 15 Bid Documents Mechanical Insulation 15080 - Page 16 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.5 EQUIPMENT, TANK, AND VESSEL INSULATION INSTALLATION A. Secure insulation with adhesive and anchor pins and speed washers. 1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 50 percent coverage of tank and vessel surfaces. 2. Groove and score insulation materials to fit as closely as possible to equipment, including contours. Bevel insulation edges for cylindrical surfaces for tight joints. Stagger end joints. 3. Protect exposed comers with secured comer angles. 4. Install adhesively attached or self-sticking insulation hangers and speed washers on sides of tanks and vessels as follows: a) Do not weld anchor pins to ASME-Iabeled pressure vessels. b) Select insulation hangers and adhesive that are compatible with service temperature and with substrate. c) On tanks and vessels, maximum anchor-pin spacing is 3 inches from insulation end joints, and 16 inches o.c. in both directions. d) Do not overcompress insulation during installation. e) Cut and miter insulation segments to fit curved sides and domed heads of tanks and vessels. f) Impale insulation over anchor pins and attach speed washers. g) Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 5. Secure each layer of insulation with stainless-steel or aluminum bands. Select band material compatible with insulation materials. 6. Where insulation hangers on equipment and vessels are not permitted or practical and where insulation support rings are not provided, install a girdle network for securing insulation. Stretch prestressed aircraft cable around the diameter of vessel and make taut with clamps, turnbuckles, or breather springs. Place one circumferential girdle around equipment approximately 6 inches from each end. Install wire or cable between two circumferential girdles 12 inches o.c. Install a wire ring around each end and around outer periphery of center openings, and stretch prestressed aircraft cable radially from the wire ring to nearest circumferential girdle. Install additional circumferential girdles along the body of equipment or tank at a minimum spacing of 48 inches o.c. Use this network for securing insulation with tie wire or bands. 7. Stagger joints between insulation layers at least 3 inches. 8. Install insulation in removable segments on equipment access doors, manholes, handholes, and other elements that require frequent removal for service and inspection. Clallam County Project No. 620613CH In --- II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 9. Bevel and seal insulation ends around manholes, handholes, ASME stamps, and nameplates. 10. For equipment with surface temperatures below ambient, apply vapor- barrier mastic to open ends, joints, seams, breaks, and punctures in insulation. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from 1 edge and 1 end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward-clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor-barrier mastic, and sealant at joints, seams, and protrusions. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor-barrier seal. 3.6 PIPE INSULATION INSTALLATION A. Requirements in this Article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Secure single-layer insulation with bands at 12-inch intervals and tighten bands without deforming insulation materials. C. Install 2-layer insulation with joints tightly butted and staggered at least 3 inches. Secure inner layer with O.062-inch wire spaced at 12-inch intervals. Secure outer layer with bands at 12-inch intervals. D. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor-retarder integrity, unless otherwise indicated. E. Cover segmented insulated surfaces with a layer of insulating cement and coat with a mastic. Install vapor-barrier mastic for below ambient services and a breather mastic for above ambient services. Reinforce the mastic with fabric- reinforcing mesh. Trowel the mastic to a smooth and well-shaped contour. F. For services not specified to receive a field-applied jacket except for flexible elastomeric. and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape. G. Insulation Installation on Straight Pipes and Tubes: 1. Secure each layer of preformed insulation to pipe with wire or bands and tighten bands without deforming insulation materials. Orient longitudinal joints between half sections in 3 and 9 o'clock positions on the pipe. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor-barrier mastic and joint sealant. 3. For insulation with factory-applied jackets on above ambient services, secure laps with outward clinched staples at 6 inches o.c. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 17 Bid Documents Mechanical Insulation 15080 - Page 18 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. For insulation with factory-applied jackets with vapor barriers, do not staple longitudinal tabs but secure tabs with additional adhesive or tape as recommended by insulation material manufacturer and seal with vapor-barrier mastic. 5. For insulation with factory-applied jackets on below ambient services, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor- barrier mastic and flashing sealant. H. Insulation Installation on Pipe Flanges: 1. Install preformed pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of same insulation material and thickness as pipe insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. 5. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. I. Insulation Installation on Pipe Fittings and Elbows: 1. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 2. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. J. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed sections of same material as straight segments of pipe insulation when available. 2. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 4. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services, provide a design that maintains vapor barrier. 5. Install insulation to flanges as specified for flange insulation application. K. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes, vessels, and equipment. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. L. Install removable insulation covers at valves, control valves, strainers, and balancing devices. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless-steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges except divide the two-part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches over adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field-applied jacket schedules, finish exposed surfaces with a metal jacket. M. Special Installation Requirements for Flexible Elastomeric and Polyolefin Insulation: Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 19 Bid Documents Mechanical Insulation 15080 - Page 20 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 2. Insulation Installation on Pipe Flanges: a) Install pipe insulation to outer diameter of pipe flange. b) Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. c) Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. d) Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3. Insulation Installation on Pipe Fittings and Elbows: a) Install mitered sections of pipe insulation. b) Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3.7 FIELD-APPLIED JACKET INSTALLATION A. Where FSK jackets are indicated, install as follows: 1. Draw jacket material smooth and tight. 2. Install lap or joint strips with same material as jacket. 3. Secure jacket to insulation with manufacturer's recommended adhesive. 4. Install jacket with 1-1 /2-inch laps at longitudinal seams and 3-inch- wide joint strips at end joints. 5. Seal openings, punctures, and breaks in vapor-retarder jackets and exposed insulation with vapor-retarder mastic. B. Where PVC jackets are indicated, install with 1-inch overlap at longitudinal seams and end joints; for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturer's recommended adhesive. 1. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge. C. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless-steel bands 12 inches o.c. and at end joints. Clallam County Project No. 620613CH i-- I I II I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.8 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Inspect ductwork, randomly selected by Owners Representative, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each duct system defined in the "Duct Insulation Schedule, General" Article. 2. Inspect field-insulated equipment, randomly selected by Owners Representative, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location(s) for each type of equipment defined in the "Equipment Insulation Schedule" Article. For large equipment, remove only a portion adequate to determine compliance. 3. Inspect pipe, fittings, strainers, and valves, randomly selected by Owners Representative, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three locations of threaded fittings, three locations of welded fittings, two locations of threaded strainers, two locations of welded strainers, three locations of threaded valves, and three locations of flanged valves for each pipe service defined in the "Piping Insulation Schedule, General" Article. B. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. Remove defective Work. C. Install new insulation and jackets to replace insulation and jackets removed for inspection. Repeat inspection procedures after new materials are installed. 3.9 DUCT INSULATION SCHEDULE, GENERAL A. Plenums and Ducts Requiring Insulation: 1. Indoor, concealed supply and outdoor air. 2. Indoor, exposed supply and outdoor air. 3. Indoor, concealed return located in nonconditioned space. 4. Indoor, exposed return located in nonconditioned space. 5. Indoor, concealed, Type I, commercial, kitchen hood exhaust. 6. Indoor, exposed, Type I, commercial, kitchen hood exhaust. B. Items Not Insulated: 1. Metal ducts with duct liner of sufficient thickness to comply with energy code and ASHRAE/IESNA 90.1. 2. Factory-insulated flexible ducts. 3. Factory-insulated plenums and casings. Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 21 Bid Documents Mechanical Insulation 15080 - Page 22 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Flexible connectors. 5. Vibration-control devices. 6. Factory-insulated access panels and doors. C. Mechanically cooled ducts requiring insulation shall have a vapor retarder, with a perm rating not great that 0.5 and all joint sealed 3.10 INDOOR DUCT AND PLENUM INSULATION SCHEDULE A. Supply-Air Duct and Plenum Insulation: Mineral-fiber blanket or board, 1-1/2 inches thick and 0.75-lb/cu. ft. nominal density. Minimum overall R-value shall be R-3.3. B. Outdoor-Air Duct and Plenum Insulation: Mineral-fiber blanket or board, 3 inches thick and 3-lb/cu. ft. nominal density. Minimum overall R-value shall be R-7. 3.11 DUCTWORK LOCATED EXTERNAL TO BUILDING ENVELOPE A. Insulation materials and thicknesses are identified below. If more than one material is listed for a duct system, selection from materials listed is Contractor's option. B. Supply and Return Air Duct and Plenum Insulation: Mineral-fiber blanket or board, 3 inches thick and 3-lb/cu. ft. nominal density. Minimum overall R-value shall be R-7. 3.12 EQUIPMENT INSULATION SCHEDULE A. Insulation materials and thicknesses are identified below. If more than one material is listed for a type of equipment, selection from materials listed is Contractor's option. B. Insulate indoor and outdoor equipment in paragraphs below that is not factory insulated. 3.13 PIPING INSULATION SCHEDULE, GENERAL A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Below-grade piping. 2. Chrome-plated pipes and fittings unless there is a potential for personnel injury. Clallam County Project No. 620613CH I I I , II I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.14 PIPING INSULATION SCHEDULE A. Piping Insulation Type A: 1. Domestic hot water up to 2 inches, mineral fiber, 1 inch thick (see note 1). 2. Domestic cold water, mineral fiber, Y:z inch thick. B. Piping Insulation Notes: 1. Runouts to fixtures which are less than 12 feet in length may have Y:z inch insulation. 2. Runouts to fixtures which are less than 12 feet in length may have 1 inch insulation. 3. Runouts to fixtures which are less than 12 feet in length may have 1-Y:z inches insulation. END OF SECTION 15080 Clallam County Project No. 620613CH Bid Documents Mechanical Insulation 15080 - Page 23 Bid Documents Valves 15110 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15110 - VALVES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following general-duty valves: 1. Balancing Valves. 2. Butterfly Valves. 3. Ball Valves. 4. Check Valves. 5. Relief Valves. 6. Backflow Prevention Valves. 7. Temperature & Pressure Relief Valves. 8. Thermostatic Mixing Valves. B. See Division 15 Section "Fire Protection" for fire sprinkler valves. C. See Division 15 Section "HV AC Instrumentation and Controls" for control valves and actuators. D. See Division 15 piping Sections for specialty valves applicable to those Sections only. 1.2 SUBMITTALS A. Product Data: For each type of valve indicated. Include body, seating, and trim materials; valve design; pressure and temperature classifications; end connections; arrangement; dimensions; and required clearances. Include list indicating valve and its application. Include rated capacities; furnished specialties; and accessories. 1.3 QUALITY ASSURANCE A. ASME Compliance: ASME B31.9 for building services piping valves. 1. Exceptions: Domestic hot- and cold-water, piping valves unless referenced. B. ASME Compliance for Ferrous Valves: ASME B 16.10 and ASME B 16.34 for dimension and design criteria. C. NSF Compliance: NSF 61 for valve materials for potable-water service. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION PART 2 - PRODUCTS 2.1 VALVES: GENERAL A. Valve ratings shall exceed respective system operating pressures by 50% (mini- mum). All valves shall be line size except where specifically noted otherwise. B. Product Data: Submit manufacturer's technical product data, including installa- tion instructions for each type of valve. Include pressure drop curve or chart for each type and size of valve. Submit valve schedule showing manufacturer's fig- ure number, size location, and valve features for each required valve. C. Shop Drawings: Submit manufacturer's assembly-type (exploded view) shop drawings for each type of valve, indicating dimensions, weights, materials, and methods of assembly of components. D. Where clearance does not allow the use of rising stem valves as specified, pro- vide a non-rising stem valve of equal quality. E. Acceptable Manufacturers (manufacturer and model number listed for individual valves indicates minimum acceptable by all manufacturers): 1. Gate, Ball Check or Butterfly: Crane Hammond, Grinnell Milwaukee, Muellar, Stockham, Victaulic or Watts. 2. Backflow Preventers: Ames, Febco, Hersey, Watts or Wilkins. F. Operators: Provide handwheels, fastened to valve stem, for valves other than quarter-tum. Provide lever handle for quarter-turn valves, other than plug valves. Provide one wrench for every 10 plug valves, and one'in each size. Provide ex- tended levers/stems on valves on insulated lines. G. Valve Features: 1. General: Provide valves with features indicated and, where not otherwise indicated, provide proper valve features. Comply with ASME B31.9 for building services piping, and ASME B31.1 for power piping. 2. Bypass: On valves 6" and larger comply with MSS SP-45, and except as otherwise indicated, provide manufacturer's standard bypass piping and valving. Provide a 3-valve bypass, minimum 1" size, to consist of two threaded shut-off valves and a plugged drain valve. 3. Drain: Comply with MSS SP-45, and provide threaded pipe plugs. 4. Fanged: Valve flanges complying with ANSI B16.1 (cast iron), ANSI B16.5 (steel), or ANSI B16.24 (bronze). 5. Threaded: Valve ends complying with ANSI B2.1. 6. Solder Joint: Valve ends complying with ANSI B 16.18. 7. Flangeless: Valve bodies manufactured to fit between flanges complying with ANSI B16.1 (cast iron), ANSI B16.5 (steel), or ANSI B16.24 (bronze). Clallam County Project No. 620613CH Bid Documents Valves 15110 - Page 2 Bid Documents Valves 15110 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.2 DOMESTIC PLUMBING SERVICE VALVES A. Butterfly Valves: 1. 2-1/2' and Larger: MSS SP-67, lug wafer, ductile iron body, stainless steel disc, stainless steel stem, EPDM seat, memory stop control, lever handle thru 5' size and worm gear operator for 6" and larger. Mount stem in horizontal position. B. Ball Valves: 1. 2' and Smaller: 600 psi, brass body, extended soldered ends for copper pipe and threaded ends for iron pipe, stainless steel ball, teflon seat, brass stem, steel handle, full port. C. Check Valves: 1. 2' and Smaller: Class 125, MSS SP-80, ASTM B62 and ASTM B 16, cast bronze body, soldered ends for copper pipe, screwed cap, swing type, Teflon bronze disc. 2. 2-1/2' and Larger: Class 125, MSS SP-71 , ASTM A126 class B cast iron body, bolted bonnet flanged ends, bolted cap, swing type, cast iron disc with bronze face rings. 3. Vertical or High Flow: Class 125, cast bronze, high-flow body, TFE seat, brass check, stainless steel guide and spring. Watts # 6015. D. Relief Valves: 1. Bronze body, Teflon seat, steel stem and springs, automatic, direct pres- sure actuated, capacities ASME certified and labeled. 2.3 BACKFLOW PREVENTION VALVES A. Reduced Pressure Zone Backflow Preventer for High Hazard Applications: 1. 2' and Smaller: Assembly shall consist of shutoff ball valves in inlet and outlet, and strainer on inlet. Assemblies shall include test cocks and pressure-differential relief valve located between two positive seating check valves and shall comply with requirements of ASSE Standard 1013 and AWWA C506. Bronze construction, threaded ends, stainless steel in- ternal parts and air gap fitting, Route pipe from air gap fitting to approved waste receptor. Watts # 009-QT -S valve with #909AG air gap fitting. B. Double Check Valve for Low Hazard Applications: 1. 2-1/2' and Larger: Assembly shall consist of shutoff OS&Y gate valves in inlet and outlet with strainer on inlet. Assemblies shall include test cocks and two positive seating check valves and shall comply with re- quirements of ASSE Standard 1015 and AWWA C506. Epoxy coated cast iron body construction, flanged ends, stainless steel intemal parts. Watts # 709-S-OSY. Clallam County Project No. 620613CH I I I I "I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Atmospheric Vacuum Breaker: Assembly shall consist of a bronze vacuum breaker body with silicone disc, and full size orifice. Device shall be IAPMO listed, meet ASSE standard 1001, and ANSI standard A113.1.1. Chrome plated in finish areas. D. Pressure Vacuum Breaker: Assembly shall consist of a one piece bronze or stainless steel body, with stainless steel spring loaded check, rubber diaphragm, and atmospheric vent, breakaway set screw. Chrome plated in finish areas. 2.4 PRESSURE RELIEF VALVES A. Pressure Relief Valves: Constructed in accordance with ASME, 125-pound set- ting, and so stamped. Size as required. B. Temperature and Pressure Relief Valve: Constructed in accordance with ASME, 125-pound setting, and so stamped. Size as required. Watts #100XL, 40XL, 140, N240, or 340 Series. 2.5 THERMOSTATIC MIXING VALVES A. Sinks: Thermostatic valve constructed of brass and stainless steel, with screw- driver locking temp. regulator and adjustable check stops. Symmons, #4-10. B. Manufacturers: 1. Leonard. 2. Symmons. 2.6 COMPRESSED AIR VALVES A. Ball Valves: 1. 2' and Smaller: 175 psi working pressure, bronze body, stainless steel ball, stainless steel stem, steel handle with memory stop tab, conven- tional port, threaded ends. Milwaukee #BB2-100. B. Butterfly Valves: 1. 2-1/2' and Larger: MSS SP-67, lug wafer ductile iron body, stainless steel disc, stainless steel stem, EPDM seat, memory stop control, lever handle. Mount stem in horizontal position. 2. Air Vent Needle Valves: a) o/.j' and Smaller: 200 psi working pressure, needle globe valve, bronze body, threaded ends, bronze stem, steel wheel handle. Milwaukee #600. 2.7 BALANCING VALVES A. Pressure Dependent Water Flow: Clallam County Project No. 620613CH Bid Documents Valves 15110 - Page 4 Bid Documents Valves 15110 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. W' and Larger: Construction and attachment style as required by piping system. Ball or globe valve design with memory stop. Valves shall be field adjustable. Quick disconnect valves shall be extended to outside of insulation. Install in pipe with minimum length of unrestricted straight pipe equivalent to five pipe diameters upstream and two pipe diameters down- stream. Bell & Gossett Circuit Setter. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove special packing materials, such as blocks, used to prevent disc movement during shipping and handling. B. Operate valves in positions from fully open to fully closed. Examine guides and seats made accessible by such operations. C. Examine threads on valve and mating pipe for form and cleanliness. D. Examine mating flange faces for conditions that might cause leakage. Check bolting for proper size, length, and material. Verify that gasket is of proper size, that its material composition is suitable for service, and that it is free from defects and damage. E. Do not attempt to repair defective valves; replace with new valves. 3.2 VALVE INSTALLATION A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. C. Locate valves for easy access and provide separate support where necessary. D. Install valves in horizontal piping with stem at or above center of pipe. E. Install valves in position to allow full stem movement. F. Install chainwheels on operators for butterfly, gate, and globe valves NPS 4 and larger and more than 84 inches above floor. Extend chains to 60 inches above finished floor. G. Install check valves for proper direction of flow and as follows: 1. Swing Check Valves: In horizontal position with hinge pin level. 2. Dual-Plate Check Valves: In horizontal or vertical position, between flanges. 3. Lift Check Valves: With stem upright and plumb. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.3 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.4 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valve applications are not indicated, use the following: 1. Shutoff Service: Ball, butterfly, or gate valves. 2. Throttling Service, Except Steam: Globe, ball, or butterfly valves. 3. Pump-Discharge Check Valves: a. NPS 2 and Smaller: Bronze swing check valves with bronze or nonmetallic disc. b. NPS 2-1/2 and Larger: Iron swing check valves with lever and weight or with spring. B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves with higher SWP classes or CWP ratings may be substituted. C. Select valves, except wafer types, with the following end connections: 1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder-joint valve-end option is indicated in valve schedules below. 2. For Copper Tubing, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve-end option is indicated in valve schedules below. 3. For Copper Tubing, NPS 5 and Larger: Flanged ends. 4. For Steel Piping, NPS 2 and Smaller: Threaded ends. 5. For Steel Piping, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve-end option is indicated in valve schedules below. 6. For Steel Piping, NPS 5 and Larger: Flanged ends. 3.5 JOINT CONSTRUCTION A. Refer to Division 15 Section "Basic Mechanical Materials and Methods" for basic piping joint construction. B. Grooved Joints: Assemble joints with keyed coupling housing, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. C. Soldered Joints: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead-free-alloy solder; and ASTM B 828 procedure, unless otherwise indicated. 3.6 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. END OF SECTION 15110 Clallam County Project No. 620613CH Bid Documents Valves 15110 - Page 6 Bid Documents Valves 15110 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15122 - METERS AND GAGES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following meters and gages for mechanical systems: 1. Thermometers. 2. Gages. 1.2 SUBMITTALS A. Product Data: For each type of product indicated; include performance curves. B. Operation and maintenance data. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 THERMOMETERS A. Liquid-in-Glass Thermometers: 1. Manufacturers: a. Ernst Gage Co. b. Eugene Ernst Products Co. c. Marsh Bellofram. d. Miljoco Corp. e. Trerice, H. O. Co. f. Weksler Instruments Operating Unit; Dresser Industries; Instrument Div. g. Winters Instruments. 2. Case: Plastic, 7 inches long. 3. Tube: Red or blue reading, mercury or organic-liquid filled, with magnifying lens. 4. Tube Background: Satin-faced, nonreflective aluminum with permanently etched scale markings. 5. Window: Glass or plastic. 6. Connector: Adjustable type, 180 degrees in vertical plane, 360 degrees in horizontal plane, with locking device. 7. Stem: Metal, for thermowell installation and of length to suit installation. Clallam County Project No. 620613CH Bid Documents Meters and Gages 15122 - Page 1 Bid Documents Meters and Gages 15122 - Page 2 I I I 'I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 8. Accuracy: Plus or minus 1 percent of range or plus or minus 1 scale division to maximum of 1.5 percent of range. B. Bimetallic-Actuated Dial Thermometers: 1. Manufacturers: a. Ashcroft Commercial Instrument Operations; Dresser Industries; Instrument Div. b. Ernst Gage Co. c. Eugene Ernst Products Co. d. Marsh Bellofram. e. Miljoco Corp. f. NAN MAC Corporation. g. Noshok, Inc. h. Palmer - Wahl Instruments Inc. i. REO TEMP Instrument Corporation. j. Tel-Tru Manufacturing Company. k. Trerice, H. O. Co. I. Weiss Instruments, Inc. m. Weksler Instruments Operating Unit; Dresser Industries; Instrument Div. n. WIKA Instrument Corporation. o. Winters Instruments. 2. Description: Direct-mounting, bimetallic-actuated dial thermometers complying with ASME B40.3. 3. Case: Dry type, stainless steel with 3-inch diameter. 4. Element Bimetal coil. 5. Dial: Satin-faced, nonreflective aluminum with permanently etched scale markings. 6. Pointer: Red metal. 7. Window: Glass or plastic. 8. Ring: Stainless steel. 9. Connector: Adjustable angle type. 10. Stem: Metal, for thermowell installation and of length to suit installation. 11. Accuracy: Plus or minus 1 percent of range or plus or minus 1 scale division to maximum of 1.5 percent of range. C. Thermowells: 1. Manufacturers: Same as manufacturer of thermometer being used. 2. Description: Pressure-tight, socket-type metal fitting made for insertion into piping and of type, diameter, and length required to hold thermometer. 2.3 PRESSURE GAGES A. Manufacturers: 1. AMETEK, Inc.; U.S. Gauge Div. 2. Ashcroft Commercial Instrument Operations; Dresser Industries; Instrument Div. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3. Ernst Gage Co. 4. Eugene Emst Products Co. 5. KOBOLD Instruments, Inc. 6. Marsh Bellofram. 7. Miljoco Corp. 8. Noshok, Inc. 9. Palmer - Wahl Instruments Inc. 10. REO TEMP Instrument Corporation. 11. Trerice, H. O. Co. 12. Weiss Instruments, Inc. 13. Weksler Instruments Operating Unit; Dresser Industries; Instrument Div. 14. WIKA Instrument Corporation. 15. Winters Instruments. B. Direct-Mounting, Dial-Type Pressure Gages: Indicating-dial type complying with ASME B40.1 00. 1. Case: Dry type, drawn steel or cast aluminum, 4-1/2-inch diameter. 2. Pressure-Element Assembly: Bourdon tube, unless otherwise indicated. 3. Pressure Connection: Brass, NPS 1/4, bottom-outlet type unless back-outlet type is indicated. 4. Movement: Mechanical, with link to pressure element and connection to pointer. 5. Dial: Satin-faced, nonreflective aluminum with permanently etched scale markings. 6. Pointer: Red metal. 7. Window: Glass. 8. Ring: Metal. 9. Accuracy: Grade A, plus or minus 1 percent of middle half scale. 10. Vacuum-Pressure Range: 30-in. Hg of vacuum to 15 psig of pressure. 11. Range for Fluids under Pressure: Two times operating pressure. C. Pressure-Gage Fittings: 1. Valves: NPS 1/4 brass or stainless-steel needle type. 2. Syphons: NPS 1/4 coil of brass tubing with threaded ends. 3. Snubbers: ASME 840.5, NPS 1/4 brass bushing with corrosion-resistant, porous-metal disc of material suitable for system fluid and working pressure. PART 3 - EXECUTION 3.1 THERMOMETER APPLICATIONS A. Install thermometers in the following locations: 1. Inlet and outlet of each hydronic boiler and chiller. 2. Inlet and outlet of each hydronic coil in air-handling units. B. Provide the following temperature ranges for thermometers: Clallam County Project No. 620613CH Bid Documents Meters and Gages 15122 - Page 3 Bid Documents Meters and Gages 15122 - Page 4 I I I I I I I I ,I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Heating Hot Water: 30 to 240 deg F, with 2-degree scale divisions. 2. Chilled Water: 0 to 100 deg F, with 2-degree scale divisions. 3.2 GAGE APPLICATIONS A. Install pressure gages at chilled- and condenser-water inlets and outlets of chillers. B. Install pressure gages at suction and discharge of each pump. 3.3 INSTALLATIONS A. Install direct-mounting thermometers and adjust vertical and tilted positions. B. Install remote-mounting dial thermometers on panel, with tubing connecting panel and thermometer bulb supported to prevent kinks. Use minimum tubing length. C. Install thermowells with socket extending one-third of diameter of pipe and in vertical position in piping tees where thermometers are indicated. D. Duct Thermometer Support Flanges: Install in wall of duct where duct thermometers are indicated. Attach to duct with screws. E. Install direct-mounting pressure gages in piping tees with pressure gage located on pipe at most readable position. F. Install remote-mounting pressure gages on panel. G. Install needle-valve and snubber fitting in piping for each pressure gage for fluids (except steam). H. Install test plugs in tees in piping. I. Install flow indicators, in accessible positions for easy viewing, in piping systems. J. Assemble and install connections, tubing, and accessories between flow-measuring elements and f10wmeters as prescribed by manufacturer's written instructions. K. Install flowmeter elements in accessible positions in piping systems. L. Install differential-pressure-type flowmeter elements with at least minimum straight lengths of pipe upstream and downstream from element as prescribed by manufacturer's written instructions. M. Install wafer-orifice flowmeter elements between pipe flanges. N. Install permanent indicators on walls or brackets in accessible and readable positions. O. Install connection fittings for attachment to portable indicators in accessible locations. P. Install f10wmeters at discharge of hydronic system pumps and at inlet of hydronic air coils. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION Q. Mount meters on wall if accessible; if not, provide brackets to support meters. R. Install meters and gages adjacent to machines and equipment to allow service and maintenance for meters, gages, machines, and equipment. S. Calibrate meters according to manufacturer's written instructions, after installation. T. Adjust faces of meters and gages to proper angle for best visibility. END OF SECTION 15122 Clallam County Project No. 620613CH Bid Documents Meters and Gages 15122 - Page 5 Bid Documents Domestic Water Piping 15140 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15140 - DOMESTIC WATER PIPING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes domestic water piping inside the building. B. Water meters will be furnished and installed by utility company. C. See Division 2 Section "Water Distribution" for water-service piping and water meters outside the building from source to the point where water-service piping enters the building. D. See Division 15 Section "Meters and Gages" for thermometers, pressure gages, and fittings. E. See Division 15 Section "Plumbing Specialties" for water distribution piping specialties. 1.2 SUBMITTALS A. Field quality-control test reports. 1.3 QUALITY ASSURANCE A. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9," for potable domestic water piping and components. PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Refer to Part 3 "Pipe and Fitting Applications" Article for applications of pipe, tube, fitting, and joining materials. B. Transition Couplings for Aboveground Pressure Piping: Coupling or other manufactured fitting the same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. C. Soft Copper Tube: ASTM B 88, Types K and L, water tube, annealed temper. 1. Copper Pressure Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22, wrought-copper, solder-joint fittings. Furnish wrought- copper fittings if indicated. 2. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends. Furnish Class 300 flanges if required to match piping. 3. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces, and solder-joint or threaded ends. D. Hard Copper Tube: ASTM B 88, Types Land M, water tube, drawn temper. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Copper Pressure Fittings: ASME B16.18, cast-copper-alloy or ASME B 16.22, wrought- copper, solder-joint fittings. Fumish wrought- copper fittings if indicated. 2. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends. Furnish Class 300 flanges if required to match piping. 3. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces, and solder-joint or threaded ends. 2.2 VALVES A. Bronze and cast-iron, general-duty valves are specified in Division 15 Section "Valves." B. Balancing and drain valves are specified in Division 15 Section "Plumbing Specialties. " PART 3 - EXECUTION 3.1 EXCAVATION A. Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork. " 3.2 PIPE AND FITTING APPLICATIONS A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below, unless otherwise indicated. B. Flanges may be used on aboveground piping, unless otherwise indicated. C. Under-Building-Slab, Water-Service Piping on Service Side of Water Meter: Refer to Division 2 Section 'Water Distribution." D. Under-Building-Slab, Domestic Water Piping on House Side of Water Meter, NPS 4 and Smaller: Soft copper tube, Type L; copper pressure fittings; and soldered joints. E. Aboveground Domestic Water Piping: Use the following piping materials for each size range: 1. NPS 3-1/2 and Smaller: Hard copper tube, Type K or Type L; copper pressure fittings; and soldered joints. 3.3 VALVE APPLICATIONS A. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: Clallam County Project No. 620613CH Bid Documents Domestic Water Piping 15140 - Page 2 Bid Documents Domestic Water Piping 15140 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Shutoff Duty: Use bronze ball or gate valves for piping NPS 2 and smaller. Use cast-iron butterfly or gate valves with flanged ends for piping NPS 2-1/2 and larger. 2. Throttling Duty: Use bronze ball or globe valves for piping NPS 2 and smaller. Use cast-iron butterfly valves with flanged ends for piping NPS 2-1/2 and larger. 3. Hot-Water-Piping, Balancing Duty: Calibrated balancing valves. 4. Drain Duty: Hose-end drain valves. B. Install shutoff valve close to water main on each branch and riser serving plumbing fixtures or equipment, on each water supply to equipment, and on each water supply to plumbing fixtures that do not have supply stops. Use ball or gate valves for piping NPS 2 and smaller. Use butterfly or gate valves for piping NPS 2-1/2 and larger. C. Install drain valves for equipment at base of each water riser, at low points in horizontal piping, and where required to drain water piping. 1. Install hose-end drain valves at low points in water mains, risers, and branches. 2. Install stop-and-waste drain valves where indicated. D. Install calibrated balancing valves in each hot-water circulation return branch and discharge side of each pump and circulator. Set calibrated balancing valves partly open to restrict but not stop flow. Calibrated balancing valves are specified in Division 15 Section "Valves." 3.4 PIPING INSTALLATION A. Basic piping installation requirements are specified in Division 15 Section "Basic Mechanical Materials and Methods." B. Install under-building-slab copper tubing according to CDA's "Copper Tube Handbook." C. Install cast-iron sleeve with water stop and mechanical sleeve seal at each service pipe penetration through foundation wall. Select number of interlocking rubber links required to make installation watertight. Sleeves and mechanical sleeve seals are specified in Division 15 Section "Basic Mechanical Materials and Methods. " D. Install shutoff valve, hose-end drain valve, strainer, pressure gage, and test tee with valve, inside the building at each domestic water service entrance. Pressure gages are specified in Division 15 Section "Meters and Gages," and drain valves and strainers are specified in Division 15 Section "Plumbing Specialties." E. Install domestic water piping level without pitch and plumb. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.5 JOINT CONSTRUCTION A. Basic piping joint construction requirements are specified in Division 15 Section "Basic Mechanical Materials and Methods." B. Soldered Joints: Use ASTM B 813, water-f1ushable, lead-free flux; ASTM B 32, lead-free-alloy solder; and ASTM B 828 procedure, unless otherwise indicated. 3.6 HANGER AND SUPPORT INSTALLATION A. Pipe hanger and support devices are specified in Division 15 Section "Hangers and Supports." Install the following: 1. Vertical Piping: MSS Type 8 or Type 42, clamps. 2. Individual, Straight, Horizontal Piping Runs: According to the following: a) 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b) Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. 3. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze. 4. Base of Vertical Piping: MSS Type 52, spring hangers. B. Install supports according to Division 15 Section "Hangers and Supports." C. Support vertical piping and tubing at base and at each floor. D. Rod diameter may be reduced 1 size for double-rod hangers, to a minimum of 3/8 inch. E. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 3/4 and Smaller: 60 inches with 3/8-inch rod. 2. NPS 1 and NPS 1-1/4: 72 inches with 3/8-inch rod. 3. NPS 1-1/2 and NPS 2: 96 inches with 3/8-inch rod. 4. NPS 2-1/2: 108 inches with 1/2-inch rod. 5. NPS 3 to NPS 5: 10 feet with 1/2-inch rod. 6. NPS 6: 10 feet with 5/8-inch rod. F. Install supports for vertical copper tubing every 10 feet. G. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. 3.7 CONNECTIONS A. Install piping adjacent to equipment and machines to allow service and maintenance. Clallam County Project No. 620613CH Bid Documents Domestic Water Piping 15140 - Page 4 Bid Documents Domestic Water Piping 15140 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Connect domestic water piping to exterior water-service piping. Use transition fitting to join dissimilar piping materials. C. Connect domestic water piping to water-service piping with shutoff valve, and extend and connect to the following: 1. Water Heaters: Cold-water supply and hot-water outlet piping in sizes indicated, but not smaller than sizes of water heater connections. 2. Plumbing Fixtures: Cold- and hot-water supply piping in sizes indicated, but not smaller than required by plumbing code. Refer to Division 15 Section "Plumbing Fixtures." 3. Equipment: Cold- and hot-water supply piping as indicated, but not smaller than equipment connections. Provide shutoff valve and union for each connection. Use flanges instead of unions for NPS 2-1/2 and larger. 3.8 FIELD QUALITY CONTROL A. Inspect domestic water piping as follows: 1. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction. 2. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction: a) Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures. b) Final Inspection: Arrange final inspection for authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. 3. Re-inspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for re- inspection. 4. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. B. Test domestic water piping as follows: 1. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. 2. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. Iftesting is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 3. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Cap and subject piping to static water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. 5. Repair leaks and defects with new materials and retest piping or portion thereof until satisfactory results are obtained. 6. Prepare reports for tests and required corrective action. 3.9 CLEANING A. Clean and disinfect potable domestic water piping using purging and disinfecting procedures prescribed by authorities having jurisdiction and called for in Division 15 Section" General Conditions" . B. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedures if biological examination shows contamination. C. Prepare and submit reports of purging and disinfecting activities. END OF SECTION 15140 Clallam County Project No. 620613CH Bid Documents Domestic Water Piping 15140 - Page 6 Bid Documents Domestic Water Piping Specialties 15145 - Page 1 I I I I I I I I I I I I I I I I I I I ClAllAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15145 - DOMESTIC WATER PIPING SPECIALTIES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following domestic water piping specialties: 1. Vacuum breakers. 2. Water pressure-reducing valves. 3. Strainers. 4. Wall hydrants. 5. Drain valves. 6. Water hammer arresters. 7. Trap-seal primer valves. B. See Division 15 Section "Domestic Water Piping" for water meters. C. See Division 15 Section 'Water Filtration Equipment" for water filters in domestic water piping. 1.2 PERFORMANCE REQUIREMENTS A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig, unless otherwise indicated. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Operation and maintenance data. 1.4 QUALITY ASSURANCE A. NSF Compliance: 1. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9." PART 2 - PRODUCTS 2.1 VACUUM BREAKERS A. Pipe-Applied, Atmospheric-Type Vacuum Breakers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Ames Co. b) Cash Acme. c) Conbraco Industries, Inc. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION d) FEBCO; SPX Valves & Controls. e) Watts Industries, Inc.; Water Products Div. f) Zum Plumbing Products Group; Wilkins Div. 2. Standard: ASSE 1001. 3. Size: NPS 1/4 to NPS 3, as required to match connected piping. 4. Body: Bronze. 5. Inlet and Outlet Connections: Threaded. 6. Finish: Rough bronze. B. Hose-Connection Vacuum Breakers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Arrowhead Brass Products, Inc. b) Conbraco Industries, Inc. c) Legend Valve. d) MIFAB, Inc. e) Watts Industries, Inc.; Water Products Div. f) Woodford Manufacturing Company. g) Zum Plumbing Products Group; Wilkins Div. 2. Standard: ASSE 1001. 3. Body: Bronze, nonremovable, with manual drain. 4. Outlet Connection: Garden-hose threaded complying with ASME B1.20.7. 5. Finish: Chrome or nickel plated. 2.2 WATER PRESSURE-REDUCING VALVES A. Water Regulators: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Cash Acme. b) Conbraco Industries, Inc. c) Honeywell Water Controls. d) Watts Industries, Inc.; Water Products Div. e) Zum Plumbing Products Group; Wilkins Div. 2. Standard: ASSE 1003. 3. Pressure Rating: Initial working pressure of 150 psig. Clallam County Project No. 620613CH Bid Documents Domestic Water Piping Specialties 15145 - Page 2 Bid Documents Domestic Water Piping Specialties 15145 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Size: Same size as attached piping. 5. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying with AWWA C550 or that is FDA approved for NPS 2-1/2 and NPS3. 6. Valves for Booster Heater Water Supply: Include integral bypass. 7. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2- 1/2 and NPS 3. 2.3 STRAINERS FOR DOMESTIC WATER PIPING A. Y -Pattern Strainers: 1. Pressure Rating: 125 psig minimum, unless otherwise indicated. 2. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying with AWWA C550 or FDA-approved, epoxy coating and for NPS 2-1/2 and larger. 3. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2- 1/2 and larger. 4. Screen: Stainless steel with round perforations, unless otherwise indicated. 5. Perforation Size: a) Strainers NPS 2 and Smaller: 0.020 inch. b) Strainers NPS 2-1/2 to NPS 4: 0.045 inch. c) Strainers NPS 5 and Larger: 0.125 inch. 6. Drain: Factory-installed, hose-end drain valve. 2.4 WALL HYDRANTS A. Non-freeze Wall Hydrants: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company. b) MIFAB, Inc. c) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d) Tyler Pipe; Wade Div. e) Watts Drainage Products Inc. f) Woodford Manufacturing Company. g) Zum Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A 112.21.3M for concealed or exposed-outlet, self- draining wall hydrants. 3. Pressure Rating: 125 psig. Clallam County Project No. 620613CH I. I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Operation: Loose key. 5. Casing and Operating Rod: Of length required to match wall thickness. Include wall clamp. 6. Inlet: NPS 3/4 or NPS 1. 7. Operating Keys(s): One with each wall hydrant. 2.5 DRAIN VALVES A. Ball-Valve-Type, Hose-End Drain Valves: 1. Standard: MSS SP-11 0 for standard-port, two-piece ball valves. 2. Pressure Rating: 400-psig minimum CWP. 3. Size: NPS 3/4. 4. Body: Copper alloy. 5. Ball: Chrome-plated brass. 6. Seats and Seals: Replaceable. 7. Handle: Vinyl-covered steel. 8. Inlet: Threaded or solder joint. 9. Outlet: Threaded, short nipple with garden-hose thread complying with ASME B 1.20. 7 and cap with brass chain. 2.6 WATER HAMMER ARRESTERS A. Water Hammer Arresters: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company. b) MIFAB, Inc. c) PPP Inc. d) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. e) Tyler Pipe; Wade Div. f) Watts Drainage Products Inc. g) Zum Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASSE 1010 or PDI-WH 201. 3. Type: Metal bellows. 4. Size: ASSE 1010, Sizes AA and A through For PDI-WH 201, Sizes A through F. 2.7 TRAP-SEAL PRIMER VALVES A. Supply-Type, Trap-Seal Primer Valves: Clallam County Project No. 620613CH Bid Documents Domestic Water Piping Specialties 15145 - Page 4 Bid Documents Domestic Water Piping Specialties 15145 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) MIFAB, Inc. b) PPP Inc. c) Sioux Chief Manufacturing Company, Inc. d) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. e) Watts Industries, Inc.; Water Products Div. 2. Standard: ASSE 1018. 3. Pressure Rating: 125 psig minimum. 4. Body: Bronze. 5. Inlet and Outlet Connections: NPS 1/2 threaded, union, or solder joint. 6. Gravity Drain Outlet Connection: NPS 1/2 threaded or solder joint. 7. Finish: Chrome plated, or rough bronze for units used with pipe or tube that is not chrome finished. PART 3 - EXECUTION 3.1 INSTALLATION A. Refer to Division 15 Section "Basic Mechanical Materials and Methods" for piping joining materials, joint construction, and basic installation requirements. B. Install water regulators with inlet and outlet shutoff valves. C. Install temperature-actuated water mixing valves with check stops or shutoff valves on inlets and with shutoff valve on outlet. D. Install Y -pattem strainers for water on supply side of each water pressure- reducing valve, solenoid valve, and pump. E. Install water hammer arresters in water piping according to PDI-WH 201. F. Install supply-type, trap-seal primer valves with outlet piping pitched down toward drain trap a minimum of 1 percent, and connect to floor-drain body, trap, or inlet fitting. Adjust valve for proper flow. G. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping and specialties. 3.2 FIELD QUALITY CONTROL A. Remove and replace malfunctioning domestic water piping specialties and retest as specified above. 3.3 ADJUSTING A. Set field-adjustable pressure set points of water pressure-reducing valves. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Set field-adjustable temperature set points of temperature-actuated water mixing valves. END OF SECTION 15145 Clallam County Project No. 620613CH Bid Documents Domestic Water Piping Specialties 15145 - Page 6 Bid Documents Sanitary Waste and Vent Piping 15150 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15150 - SANITARY WASTE AND VENT PIPING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following soil and waste, sanitary drainage and vent piping inside the building: 1. Pipe, tube, and fittings. 2. Special pipe fittings. 1.2 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure, unless otherwise indicated: 1. Soil, Waste, and Vent Piping: 10-foot head of water. 1.3 SUBMITTALS A. Field quality-control inspection and test reports. 1.4 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. B. Comply with NSF 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. Include marking with "NSF-dwv" for plastic drain, waste, and vent piping; and "NSF-drain" for plastic drain piping. PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Hub-and-Spigot, Cast-Iron Pipe and Fittings: ASTM A 74, Service class. 1. Gaskets: ASTM C 564, rubber. B. Hubless Cast-Iron Pipe and Fittings: ASTM A 888 or CISPI 301. 1. Shielded Couplings: ASTM C 1277 assembly of metal shield or housing, corrosion-resistant fasteners, and rubber sleeve with integral, center pipe stop. a) Standard, Shielded, Stainless-Steel Couplings: CISPI 310, with stainless-steel corrugated shield; stainless-steel bands and tightening devices; and ASTM C 564, rubber sleeve. b) Heavy-Duty, Shielded, Stainless-Steel Couplings: With stainless- steel shield, stainless-steel bands and tightening devices, and ASTM C 564, rubber sleeve. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Copper DWV Tube: ASTM B 306, drainage tube, drawn temper. 1. Copper Drainage Fittings: ASME B 16.23, cast copper or ASME B 16.29, wrought-copper, solder-joint fittings. D. PVC Pipe: ASTM D 2665, solid-wall drain, waste, and vent. 1. PVC Socket Fittings: ASTM D 2665, socket type, made to ASTM D 3311, drain, waste, and vent patterns. PART 3 - EXECUTION 3.1 PIPING APPLICATIONS A. Special pipe fittings with pressure ratings at least equal to piping pressure ratings may be used in applications below, unless otherwise indicated. B. Flanges and unions may be used on aboveground pressure piping, unless otherwise indicated. C. Aboveground, soil, waste, and vent piping NPS 4 and smaller shall be the following: 1. Service class, hub-and-spigot, cast-iron soil pipe and fittings; gaskets; and compression joints. 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. 3. Copper DWV tube, copper drainage fittings, and soldered joints. D. Aboveground, soil, waste, and vent piping NPS 5 and larger shall be the following: 1. Service class, cast-iron soil pipe and fittings; gaskets; and compression joints. 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. E. Underground, soil, waste, and vent piping NPS 4 and smaller shall be the following: 1. Service class, hub-and-spigot, cast-iron soil pipe and fittings; gaskets; and compression joints. 2. Hubless cast-iron soil pipe and fittings; heavy-duty shielded, stainless- steel couplings; and hubless-coupling joints. 3. PVC pipe, PVC socket fittings, and solvent-cemented joints. F. Underground, soil and waste Piping NPS 5 and larger shall be the following: 1. Service class, cast-iron soil pipe and fittings; gaskets; and compression joints. Clallam County Project No. 620613CH Bid Documents Sanitary Waste and Vent Piping 15150 - Page 2 Bid Documents Sanitary Waste and Vent Piping 15150 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. 3. PVC pipe, PVC socket fittings, and solvent-cemented joints. 3.2 PIPING INSTALLATION A. Sanitary sewer piping outside the building is specified in Division 2 Section "Sanitary Sewerage." B. Basic piping installation requirements are specified in Division 15 Section "Basic Mechanical Materials and Methods." C. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers. D. Install cast-iron sleeve with water stop and mechanical sleeve seal at each service pipe penetration through foundation wall. Select number of interlocking rubber links required to make installation watertight. Sleeves and mechanical sleeve seals are specified in Division 15 Section "Basic Mechanical Materials and Methods." E. Install cast-iron soil piping according to CIS PI's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings." F. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long-sweep bends. Sanitary tees and short- sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long-turn, double Y-branch and 1/8-bend fittings if 2 fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. G. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. H. Install soil and waste drainage and vent piping at the following minimum slopes, unless otherwise indicated: 1. Building Sanitary Drain: 2 percent downward in direction of flow. 2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of flow. 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION I. Sleeves are not required for cast-iron soil piping passing through concrete slabs- on-grade if slab is without membrane waterproofing. J. Install underground ABS and PVC soil and waste drainage piping according to ASTM 0 2321. K. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. 3.3 JOINT CONSTRUCTION A. Basic piping joint construction requirements are specified in Division 15 Section "Basic Mechanical Materials and Methods." B. Cast-Iron, Soil-Piping Joints: Make joints according to CISPl's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings. " 1. Gasketed Joints: Make with rubber gasket matching class of pipe and fittings. 2. Hubless Joints: Make with rubber gasket and sleeve or clamp. C. Soldered Joints: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead-free-alloy solder; and ASTM B 828 procedure, unless otherwise indicated. D. PVC Nonpressure Piping Joints: Join piping according to ASTM 0 2665. 3.4 HANGER AND SUPPORT INSTALLATION A. Pipe hangers and supports are specified in Division 15 Section "Hangers and Supports." Install the following: 1. Vertical Piping: MSS Type 8 or Type 42, clamps. 2. Individual, Straight, Horizontal Piping Runs: According to the following: a) 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b) Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. 3. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze. B. Install supports according to Division 15 Section "Hangers and Supports." C. Support vertical piping and tubing at base and at each floor. D. Rod diameter may be reduced 1 size for double-rod hangers, with 3/8-inch minimum rods. E. Install hangers for cast-iron soil piping with the following maximum horizontal spacing and minimum rod diameters: Clallam County Project No. 620613CH Bid Documents Sanitary Waste and Vent Piping 15150 - Page 4 Bid Documents Sanitary Waste and Vent Piping 15150 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. NPS 1-1/2 and NPS 2: 60 inches with 3lB-inch rod. 2. NPS 3: 60 inches with 1/2-inch rod. 3. NPS 4 and NPS 5: 60 inches with SIB-inch rod. 4. NPS 6: 60 inches with 3/4-inch rod. 5. Spacing for 1 a-foot lengths may be increased to 10 feet. Spacing for fittings is limited to 60 inches. F. Install supports for vertical cast-iron soil piping every 15 feet. G. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1-1/4: 72 inches with 3lB-inch rod. 2. NPS 1-1/2 and NPS 2: 96 inches with 3lB-inch rod. 3. NPS 2-1/2: 10B inches with 1/2-inch rod. 4. NPS 3 to NPS 5: 10 feet with 1/2-inch rod. 5. NPS 6: 10 feet with SIB-inch rod. H. Install supports for vertical copper tubing every 10 feet. I. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. 3.5 CONNECTIONS A. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. B. Connect drainage and vent piping to the following: 1. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. Refer to Division 15 Section "Plumbing Fixtures." 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code. Refer to Division 15 Section "Plumbing Specialties." 4. Equipment: Connect drainage piping as indicated. Provide shutoff valve, if indicated, and union for each connection. Use flanges instead of unions for connections NPS 2-112 and larger. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.6 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. 1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction. 1. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 2. Prepare reports for tests and required corrective action. 3.7 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C., Place plugs in ends of uncompleted piping at end of day and when work stops. END OF SECTION 15150 Clallam County Project No. 620613CH Bid Documents Sanitary Waste and Vent Piping 15150 - Page 6 Bid Documents Sanitary Waste Piping Specialties 15155 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15155 - SANITARY WASTE PIPING SPECIALTIES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following sanitary drainage piping specialties: 1. Cleanouts. 2. Floor drains. 3. Roof flashing assemblies. 4. Miscellaneous sanitary drainage piping specialties. 5. Flashing materials. 1.2 SUBMITTALS A. Product Data: For each type of product listed and used in the project. Include rated capacities, operating characteristics, and accessories for grease interceptors . 1.3 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. PART 2 - PRODUCTS 2.1 CLEANOUTS A. Exposed Cast-Iron Cleanouts: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company; Josam Div. b) MIFAB, Inc. c) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d) Tyler Pipe; Wade Div. e) Watts Drainage Products Inc. f) Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A 112.36.2M for cast iron for cleanout test tee. 3. Size: Same as connected drainage piping 4. Body Material: Hub-and-spigot, cast-iron soil pipe T-branch or Hubless, cast-iron soil pipe test tee as required to match connected piping. 5. Closure: Countersunk, brass plug. 6. Closure Plug Size: Same as or not more than one size smaller than cleanout size. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 7. Top Loading Classification: Heavy Duty. B. Cast-Iron Floor Cleanouts: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company; Josam Div. b) MIFAB, Inc. c) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d) Tyler Pipe; Wade Div. e) Watts Drainage Products Inc. f) Zum Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A 112.36.2M for adjustable housing cleanout. 3. Size: Same as connected branch. 4. Type: Adjustable housing. 5. Body or Ferrule: Cast iron. 6. Closure: Brass plug with straight threads and gasket or Brass plug with tapered threads. 7. Adjustable Housing Material: Cast iron with threads, set-screws or other device. 8. Frame and Cover Material and Finish: Nickel-bronze, copper alloy. 9. Frame and Cover Shape: Round or Square in tiled floor areas. 10. Top Loading Classification: Heavy Duty. 11. Riser: ASTM A 74, Service class, cast-iron drainage pipe fitting and riser to c1eanout. 12. Basis of design: a) Tiled terrazzo or similar floors - J. R. Smith Fig. 4180. b) Ceramic tile floors - J.R. Smith Fig. 4040. c) Asphalt, vinyl, or linoleum floors - J.R. Smith Fig 4140. d) Carpeted floors - J.R. Smith Fig. 4160. C. Cast-Iron Wall Cleanouts: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company; Josam Div. b) MIFAB, Inc. c) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d) Tyler Pipe; Wade Div. Clallam County Project No. 620613CH Bid Documents Sanitary Waste Piping Specialties 15155 - Page 2 Bid Documents Sanitary Waste Piping Specialties 15155 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION e) Watts Drainage Products Inc. f) Zum Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A112.36.2M. Include wall access. 3. Size: Same as connected drainage piping. 4. Body: Hub-and-spigot, cast-iron soil pipe T -branch or Hubless, cast-iron soil pipe test tee as required to match connected piping. 5. Closure: Countersunk, drilled-and-threaded brass plug. 6. Closure Plug Size: Same as or not more than one size smaller than c1eanout size. 7. Wall Access: Round, flat, stainless-steel cover plate with vandal-proof screw. 2.2 FLOOR DRAINS A. Cast-Iron Floor Drains: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Josam Company; Josam Div. b) MIFAB, Inc. c) Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d) Tyler Pipe; Wade Div. e) Watts Drainage Products Inc. f) Zum Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A 112.6.3. 3. Pattern: Area, Floor, Funnel floor, or Sanitary drain as indicated on the drawings. 4. Body Material: Gray iron. 5. Seepage Flange: Required. 6. Clamping Device: Required. 7. Outlet: Bottom or Side as indicated on the drawings. 8. Coating on Interior and Exposed Exterior Surfaces: Acid-resistant enamel on floor sinks. 9. Sediment Bucket: As scheduled on the drawings. 10. Top or Strainer Material: Bronze or Nickel bronze as indicated on the drawings. 11. Top of Body and Strainer Finish: Nickel bronze or Polished bronze as indicated on the drawings. 12. Top Shape: Round or Square as indicate on the drawings. Claliam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 13. Funnel: As indicated on the drawings. 14. Inlet Fitting: Gray iron, with threaded inlet and threaded or spigot outlet, and trap-seal primer valve connection. 2.3 MISCELLANEOUS SANITARY DRAINAGE PIPING SPECIALTIES A. Open Drains: 1. Description: Shop or field fabricate from ASTM A 74, Service class, hub- and-spigot, cast-iron, soil-pipe fittings. Include P-trap, hub-and-spigot riser section; and where required, increaser fitting joined with ASTM C 564, rubber gaskets. 2. Size: Same as connected waste piping. B. Deep-Seal Traps: 1. Description: Cast-iron or bronze casting, with inlet and outlet matching connected piping and cleanout trap-seal primer valve connection. 2. Size: Same as connected waste piping. a) NPS 2: 4-inch- minimum water seal. b) NPS 2-1/2 and Larger: 5-inch- minimum water seal. C. Floor-Drain, Trap-Seal Primer Fittings: 1. Description: Cast iron, with threaded inlet and threaded or spigot outlet, and trap-seal primer valve connection. 2. Size: Same as floor drain outlet with NPS 1/2 side inlet. D. Air-Gap Fittings: 1. Standard: ASME A 112.1.2, for fitting designed to ensure fixed, positive air gap between installed inlet and outlet piping. 2. Body: Bronze or cast iron. 3. Inlet: Opening in top of body. 4. Outlet: Larger than inlet. 5. Size: Same as connected waste piping and with inlet large enough for associated indirect waste piping. E. Sleeve Flashing Device: 1. Description: Manufactured, cast-iron fitting, with clamping device, that forms sleeve for pipe floor penetrations of floor membrane. Include galvanized-steel pipe extension in top of fitting that will extend 2 inches above finished floor and galvanized-steel pipe extension in bottom of fitting that will extend through floor slab. 2. Size: As required, for close fit to riser or stack piping. F. Stack Flashing Fittings: Clallam County Project No. 620613CH Bid Documents Sannary Waste Piping Specialties 15155 - Page 4 Bid Documents Sanitary Waste Piping Specialties 15155 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Description: Counter flashing-type, cast-iron fitting, with bottom recess for terminating roof membrane, and with threaded or hub top for extending vent pipe. 2. Size: Same as connected stack vent or vent stack. G. Vent Cap: 1. Description: Cast-iron body with threaded or hub inlet and vandal-proof design. Include vented hood and setscrews to secure to vent pipe. 2. Size: Same as connected stack vent or vent stack. 2.4 FLASHING MATERIALS A. Lead Sheet: ASTM B 749, Type L51121, copper bearing, with the following minimum weights and thicknesses, unless otherwise indicated: 1. General Use: 4.0-lb/sq. ft, 0.0625-inch thickness. 2. Vent Pipe Flashing: 3.0-lb/sq. ft., 0.0469-inch thickness. 3. Burning: 6-lb/sq. ft., 0.0938-inch thickness. B. Fasteners: Metal compatible with material and substrate being fastened. C. Metal Accessories: Sheet metal strips, clamps, anchoring devices, and similar accessory units required for installation; matching or compatible with material being installed. D. Solder: ASTM B 32, lead-free alloy. E. Bituminous Coating: SSPC-Paint 12, solvent-type, bituminous mastic. PART 3 - EXECUTION 3.1 INSTALLATION A. Refer to Division 15 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. B. Install c1eanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: 1. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated. 2. Locate at each change in direction of piping greater than 45 degrees. 3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet for larger piping. 4. Locate at base of each vertical soil and waste stack. C. For floor cleanouts for piping below floors, install c1eanout deck plates with top flush with finished floor. Clallam County Project No. 620613CH I I I I. I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall. E. Install floor drains at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. 1. Position floor drains for easy acce~s and maintenance. 2. Set floor drains below elevation of surrounding finished floor to allow floor drainage. Set with grates depressed to match floor elevations as indicated on the architectural drawings. 3. Install floor-drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. 4. Install individual traps for floor drains connected to sanitary building drain, unless otherwise indicated. F. Install roof flashing assemblies on sanitary stack vents and vent stacks that extend through roof. G. Install flashing fittings on sanitary stack vents and vent stacks that extend through roof. H. Assemble open drain fittings and install with top of hub 2 inches above floor. I. Install deep-seal traps on floor drains and other waste outlets, if indicated. J. Install floor-drain, trap-seal primer fittings on inlet to floor drains that require trap- seal primer connection. 1. Exception: Fitting may be omitted if trap has trap-seal primer connection. 2. Size: Same as floor drain inlet. K. Install air-gap fittings on draining-type backflow preventers and on indirect-waste piping discharge into sanitary drainage system. L. Install sleeve flashing device with each riser and stack passing through floors with waterproof membrane. M. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. N. Install escutcheons at wall, floor, and ceiling penetrations in exposed finished locations and within cabinets and millwork. Use deep-pattern escutcheons if required to conceal protruding pipe fittings. 3.2 CONNECTIONS A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. Clallam County Project No. 620613CH Bid Documents Sanitary Waste Piping Specialties 15155 - Page 6 Bid Documents Sanitary Waste Piping Specialties 15155 - Page 7 I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Install piping adjacent to equipment to allow service and maintenance. C. Grease Interceptors: Connect inlet and outlet to unit, and connect f1ow-control fitting and vent to unit inlet piping. Install valve on outlet of automatic draw-off- type unit. 3.3 FLASHING INSTALLATION A. Fabricate flashing from single piece unless large pans, sumps, or other drainage shapes are required. Join flashing according to the following if required: 1. lead Sheets: Bum joints of lead sheets 6.0-lb/sq. ft., O.0938-inch thickness or thicker. Solder joints of lead sheets 4.0-lb/sq. ft., O.0625-inch thickness or thinner. B. Install sheet flashing on pipes, sleeves, and specialties passing through or embedded in floors and roofs with waterproof membrane. 1. Pipe Flashing: Sleeve type, matching pipe size, with minimum length of 10 inches, and skirt or flange extending at least 8 inches around pipe. 2. Sleeve Flashing: Flat sheet, with skirt or flange extending at least 8 inches around sleeve. 3. Embedded Specialty Flashing: Flat sheet, with skirt or flange extending at least 8 inches around specialty. C. Set flashing on floors and roofs in solid coating of bituminous cement. D. Secure flashing into sleeve and specialty clamping ring or device. E. Extend flashing up vent pipe passing through roofs and turn down into pipe, or secure flashing into cast-iron sleeve having calking recess. 3.4 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. END OF SECTION 15155 Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15300 - FIRE PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Remove and locate existing sprinkler heads to accommodate new ceiling layout. B. Provide all materials, labor, equipment design and services necessary to perform the installation of the fire protection system as shown on the drawings and as described herein. 1.2 RELATED DOCUMENTS C. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Sections, apply to work of this section. D. The following Sections contain requirements that apply to portions of this Section: 1. Section 15000 - General Provisions. . 2. Section 15050 - Basic Materials and Methods. 3. Section 16000 - Fire Alarm Systems. 1.3 CODES AND STANDARDS A. Comply with the requirements of the most current version of the following, as applicable: 1. NFPA 13: Standard for installation of Sprinkler Systems. 2. NFPA 14: Standard for installation of Stand Pipes. 3. NFPA 24: Private Fire Service Mains. 4. Washington Administrative Code (WAC). 5. International Building Code (UBC). 6. International Fire Code (UFC). 7. Uniform Plumbing Code (UPC). 8. International Mechanical Code (UMC). 1.4 SCOPE A. The meaning and intention of these specifications, in conjunction with the drawing(s), is to cover a completely installed, fully operating fire protection system for the new expansion. A new 6" service line will be extended from the existing fire sprinkler header in the basement mechanical room and routed through the existing facility to the new addition. To accomplish this purpose, the Contractor shall provide all design, materials, equipment, labor necessary and Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 1 Bid Documents Fire Protection 15300 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION required, and bear all expenses incidental to the satisfactory completion of the work. B. All sprinkler heads within the new addition shall be standard response security heads with the following exceptions: 1. The Laundry and Property Storage rooms shall be provided with quick response security heads. C. It shall be the Contractor's responsibility to design and install the system so that no interference's exist between the fire protection piping, and equipment and systems designed and installed by others. The latest issues of all architectural, structural, mechanical and electrical drawings are available to assist the Contractor in preparing the design so as to avoid interference's. D. The Contractor shall become familiar with all details of the work, verify all dimensions, and shall advise the Engineer of any discrepancies before submitting his bid. E. Comply with all applicable local codes, state and local Fire Marshal's standards, International Building Code, International Fire Code, and NFPA 13 for installation of systems. F. The design shall be governed first and foremost by code compliance and secondly by the specifications and contract documents. If a discrepancy exists between code and contract documents, the stricter shall be complied with. If such discrepancy exists, notification is expected and an addendum will be issued. 1.5 DESIGN CRITERIA A. The Contractor shall develop full sets of shop drawings and final hydraulic calculations. These drawings shall show heads and piping coordinated with the final reflected ceiling plan and ductwork. B. The design shall be in accordance with IFC 9-1. C. The fire protection Contractor shall include any applicable domestic and irrigation demands in the hydraulic calculations. 1.6 SUBMITTALS A. Product Data: Furnish a complete list of fire protection equipment and products, and manufacturers catalog data sheets and maintenance data sheets for each item to be included in the project. B. Shop Drawings: Submit drawings identified as" Working Drawings" , which have been prepared in accordance with NFPA 13, including hydraulic calculations, and which have been approved by the authority having jurisdiction. See Section 15000 for coordination requirements with other trades. Submittal Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION drawings to contain locations of lights, ductwork, diffusers, etc. along with pipe routing and sprinkler heads. Any light fixtures which hang below the ceiling surface shall be noted with the depth that they extend below the ceiling surface. AutoCAD drawings of HVAC systems designed by MEULlNK ENGINEERING, INC. are available to assist in this process. Submit evidence of final drawing approval by the authority having jurisdiction prior to the start of fabrication or installation. C. Test Reports: Contractor shall perform hydrostatic testing of all system piping in accordance with NFPA Pamphlet 13. Provide complete Contractor Material and Test Certificates for each system/portion of system tested. 1.7 QUALITY ASSURANCE A. Installer Qualifications: Installation of entire system shall be accomplished by a manufacturer of approved sprinkler equipment, his representative or licensee, who is now and has been engaged in the installation of automatic sprinkler systems for the past seven years. B. Hydraulic calculations and sprinkler system design shall be done under direct supervision of a NICET level 3 sprinkler designer with experience in this profession. 1.8 DELIVERY AND STORAGE A. All equipment placed in storage shall be stored with protection from the weather, humidity and temperature variations, dirt and dust or other contaminants. 1.9 WARRANTEE OF MATERIAL AND WORKMANSHIP A. Guarantee all work included in this section for a period of one year after date of Certificate of Substantial Completion. During that period, all defects due to faulty materials or workmanship and damage to other work, resulting thereof or the correction of same, shall be remedied at the Contractor's expense. The guarantee shall be submitted in the form called for in the "Project Close-out." PART 2 - PRODUCTS 2.1 PIPING A. U.S. Manufacture: Allied, Wheatland, Sawhill, Textube, USX, Frontier, Maruichi American, Cyclops, LaCleadt. B. Piping: Black steel, Schedule 40 or Schedule 10, ASTM A-53-78 or ASTM A- 135-73A, Type E, Grade A or Grade B. 2.2 FITTINGS Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 3 Bid Documents Fire Protection 15300 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION A. Schedule 40, Black Steel, Pipe: Screwed joints, ANSI B2.1, welded joints ANSI B31.10, B31.10a, B31.1 Ob, mechanical grooved couplings joined by an UL and FM approved combination of bolted couplings, gaskets and grooves. Grooves may be rolled or cut and be dimensionally compatible with the coupling. B. Schedule 10, Black Steel: Welded joints, ANSI B31.10, B31.10b, and by UL and FM approved mechanical couplings. Couplings may be of the bolted rolled grooved type or the mechanical locking type. Grooves for the rolled grooved type shall be rolled only. C. Cast Iron Screwed: ANSI B16.4. D. Cast Iron Flanged: ANSI B16.1, or AWWA C 207. E. Saddle type mechanical tees shall be acceptable for concealed pipe only. F. Plain-end fittings/joints shall not be acceptable. G. Mechanical pipe coupling housings shall be of malleable iron conforming to ASTM A 47, Grade 32510 or ductile iron conforming to ASTM A 536, Grade 65- 45-12. Coupling nuts and bolts shall be of steel and conform to ASTM A 183. H. Flange Gaskets: Gaskets shall be nonasbestos compressed material in accordance with ASME B 16.21, 1/16 inch thickness, full face or self-centering flat ring type. The gaskets shall contain aramid fibers bonded with styrene butadiene rubber (SBR) or nitrile butadiene rubber (NBR). I. Squarehead Bolts and Heavy Hexagon Nuts: ASME B 18.2.1 and ASME B18.2.2, and ASTM A 307, ASTM A 575, or ASTM A 576. 2.3 ABOVE GRADE WALUFLOOR PENETRATIONS A. Pipe passing through rated walls shall be filled to the manufacturer's recommended thickness with fire resistant caulk. B. Manufacturer: 3M Bio-Fire , FIPRO Firestop Systems AID Firebarrier, or listed equal. C. Escutcheons shall be chromium plated iron or chromium plated brass, either one piece or split pattern, held in place by intemal spring tension or set-screw. 2.4 BELOW GRADE WALUFLOOR PENETRATIONS A. Provide a positive hydrostatic sealing device rated at a minimum of 20 PSIG differential. B. Device shall be removable from the sleeve without damage to device. C. Manufacturers: Link Seal, or equal. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.5 PIPING, HANGERS, INSERTS AND SUPPORT A. Ferrule loop concrete inserts shall be Burke with no exception. Minimum edge distance shall be equal to twice the anchor length. Bolts must be inserted to a minimum depth equal to the bolt diameter. B. Hangers shall be in accordance with NFPA 13 and in accordance with UL-04 requirements for use in sprinkler systems. When used, MSS SP-69 Type 19 and Type 23 C-clamps shall be torqued per MSS SP-69 and have both locknuts and retaining devices furnished by the manufacturer. The C-c1amp body shall not be constructed from bent plates. C. Manufacturers: Elden, Fee and Mason, Grinnell, Tolco, or listed and approved equal. D. Floor Supports: Supports shall be fabricated from structural members or shall be masonry piers. If steel pipe is used, the minimum size shall be 2" Schedule 40. E. For this Contractor's information only, concrete inserts to be used in public areas with exposed structure shall be Burke "Straight Coil Loop Inserts". These inserts shall be supplied and installed by others. The sprinkler Contractor shall set the location for each insert. 2.6 INTERIOR CONTROL VALVES A. Selection based on United Brass Works, Central, Grinnell, Kennedy, Victaulic, or listed and approved equal. All valves must be submitted and meet ratings as described below: B. Sprinkler Control Valves: UL listed outside screw and yoke valves or butterfly valves may be used for floor control valves. C. Resilient Seat Gate Valves: 2-1/2" inch and 3 inch size valves shall conform to the requirements of ASTM B62, MSS SP-80 or MSS SP-70 and UL-04; above 3 inch size, valves shall meet the requirements of MSS SP-70 or AWWA C500, and UL-04. D. OS&Y Gate Valves (2-1/2" and larger): Iron Body, bronze trimmed, 200 psi WOG, with Henry pattern trim hand wheel. In addition to "1." above, valves shall be FM approved. E. The cast iron hand wheel, yoke sleeve nut, yoke, bonnet, body, and disc shall conform to ASTM A-126-B. The ductile iron hand wheel nut and gland flange shall conform to ASTM A536. Steel nuts and bolts shall conform to ASTM A- 307-B. The cast bronze yoke sleeve, disc nut and gland shall conform to ASTM B-62. The brass stem shall conform to ASTM B-16. 1. Manufacturer: United Brass Works, Inc., Model 12, Kennedy, Model 68, or listed and approved equal. Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 5 Bid Documents Fire Protection 15300 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. OS&Y Gate Valves (1" to 2"): Bronze body con-forming to ASTM B62, 175 WOG (fire service), with cast iron hand wheel. In addition to "1." above, valves shall be FM approved. 1. Manufacturer: United Brass Works, Inc., Model 18, Kennedy, Model 66, or listed and approved equal. G. Slow Close Butterfly Valves: UL-04, grooved or wafer, with EPDM rubber molded disc and PPS body. Maximum working pressure shall be a minimum of 175 psi. 1. Manufacturer: Victaulic Series 727 "Fireball" or listed equal. 2.7 INTERIOR AUXILIARY/UTILITY VALVES A. Selection based on United Brass Works, Grinnell, Kennedy, Victaulic, or listed and approved equal. All valves must be submitted and meet ratings as described below. B. Combination Inspection Test & Drain Valves: 1. UL-04 and FM, bronze body, with chrome plated bronze ball, brass stem, steel handle, Teflon seat and site glass. Provide valve with three position indicator plate (off, test and drain), 114-inch tapping for pressure gauge and various sized orifice inserts to simulate flow through sprinkler heads. 2. Manufacturer: Victaulic or listed and approved equal. C. Globe and Angle Valves: 1. UL-04, bronze body, replaceable non-metallic disc, slip-on disc holder, screwed ends, union bonnet, ventilated aluminum hand wheel and 300 Ibs. WOG. 2. Manufacturer: United Brass Works, Inc., Models 45S and 46S, Central, Models F15 and F16, or listed equal. D. Ball Valves: 1. The brass nut, stem gland screw, stem, and ball disc shall conform to ASTM B-16-C36000. The handle shall be steel conforming to ASTM A- 283-D. The forged brass body and end plug shall conform to ASTM B- 124-C37700. The teflon stem packing, thrust packing and ball disc packing shall be commercial grade PTFE. 2. Manufacturer: United Brass Works, or listed equal. E. Gauge Isolation Valves: 1. Bronze body'with screwed bonnet and screwed 1/8" or 1/4" ends and 400 Ibs. WOG. 2. Manufacturer: United Brass Works, Inc., Model 76 or equal. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.8 SWING CHECK VALVE A. Under 3 inch size valves shall meet the requirements of MSS SP-80. All valves shall be UL-04 listed. B. Valves 2-1/2 inch and greater: 1. Shall be iron body, bronze mounted. 2. All valves shall be listed in UL-04 or FM-P7825 Approval Guide and shall be straightway type, suitable for vertical or horizontal installation with end connections as required to mate with piping in which the valve must be installed. 3. Manufacturer: Shotgun-90 (for riser applications), Grinnell, Victaulic, Viking or listed equal. C. Valves 2 inches and smaller: 1. The valve shall incorporate a bronze body, bronze cap and brass rod disc holder conforming to ASTM B-62. Brass rod hinge pin, brass rod hinge pin plug, brass plate disc washer and brass rod disc nut shall conform to ASTM B-16. The seat disc shall be commercial grade NBR. 2. Manufacturer: Shotgun 90 (riser applications), United Brass Works, or listed equal. 2.9 AUTOMATIC BALL DRIPS' A. UL-04, 3/4" cast brass in/ine automatic ball drip with both ends threaded with iron pipe threads. Pipe drain to spill through building wall over floor drain over mop sink or as approved. B. Manufacturer: United Brass Works, Inc., Model 235 or equal. 2.10 GAUGES A. Liquid filled sprinkler gauge, 3':'1/2" dial, fitted with gauge valve shut-off in accordance with UL-04. B. Manufacturer: Trerice, Marshall, or listed equal. 2.11 SPRINKLER ALARMING EQUIPMENT A. Supervisory Valve Tamper Switch: UL-04 listed for supervisory control on all sprinkler system water supply control valves. 1. The unit's base shall be formed steel. The cover shall be die-cast aluminum with corrosion resistant, red spatter enamel finish. 2. The unit shall be weather proof. 3. The cover shall be held in place with two tamper resistant screws requiring a special key for removal. Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 7 Bid Documents Fire Protection 15300 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. The unit shall contain two single pole double throw (SPDT), snap action switches. 5. Manufacturers: Potter PCVS or PIVSU-A, Notifier, Grinnell. B. Vane Type Water Flow Switch with Adjustable Retard: UL-04 listed water flow switches complete with adjustable delay. 1. The unit shall be enclosed in a cast aluminum housing. The cover shall be held in place with two tamper resistant screws requiring a special key for removal. 2. The unit shall contain two single pole double throw (SPDT), snap action switches and an adjustable pneumatic retard. 3. The switches shall actuate when a flow of 10 gpm or more occurs downstream of the device. 4. Adjustable retard settings shall be from 0 to 90 seconds. 5. Manufacturers: Potter VSR-F and VSR-SF, Notifier, Grinnell. 2.12 SPRINKLER HEADS AND ASSOCIATED EQUIPMENT A. Standard Response Upright(Standard Coverage, Light, Ordinary or Extra Hazard): 165 degrees F, 212 degrees F, 280 degrees F rated, fusible link. K=5.6, W' NPT in brass finish. Manufacturer: Star TY-3111, Grinnell or Reliable. B. Standard Response Pendant(Standard Coverage, Light, Ordinary or Extra Hazard): 165 degrees F, 212 degrees F, 280 degrees F rated, fusible link. K=5.6, W' NPT in brass finish. Manufacturer: Tyco TFP PH2, Star, Grinnell or Reliable. C. Standard Response Recessed(Standard Coverage, Light, Ordinary Hazard): 165 degrees F, 212 degrees F rated, fusible link. K=5.6, W' NPT in chrome finish. Style 20 recessed escutcheon. Manufacturer: Tyco TFP PH2, Star, Grinnell or Reliable. D. Standard Response Sidewall (Standard Coverage, Light, Ordinary or Extra Hazard): 165 degrees F, 212 degrees F, 280 degrees F rated, fusible link. K=5.6, W' NPT in chrome finish. Manufacturer: Tyco TFP PH5, Star, Grinnell or Reliable. E. Quick Response Upright(Standard Coverage, Light, Ordinary Hazard): 165 degrees F, 212 degrees F rated, fusible link. K=5.6, W' NPT in brass finish. Manufacturer: Star TY-3121, Grinnell or Reliable. F. Quick Response Pendant(Standard Coverage, Light, Ordinary Hazard): 165 degrees F, 212 degrees F rated, fusible link. K=5.6, W' NPT in brass finish. Manufacturer: Tyco TFP MAX, Star, Grinnell or Reliable. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION G. Quick Response Recessed(Standard Coverage, Light, Ordinary Hazard): 165 degrees F, 212 degrees F rated, fusible link. K=5.6, W' NPT in chrome finish. Style 20 recessed escutcheon. Manufacturer: Tyco TFP MAX, Star, Grinnell or Reliable. H. Quick Response Sidewall(Standard Coverage, Light, Ordinary Hazard): 165 degrees F, 212 degrees F rated, fusible link. K=5.6, W' NPT in chrome finish. Manufacturer: Tyco TFP MAX, Star, Grinnell or Reliable. I. Standard & Quick Response Pendant(Extended Coverage, Light Hazard): 165 degrees F rated, frangible bulb. K=8.0, W' NPT in chrome finish. Manufacturer: Gem F890, Grinnell or Reliable. J. Standard & Quick Response Recessed(Extended Coverage, Light Hazard): 165 degrees F rated, frangible bulb. K=8.0, W' NPT in chrome finish. Model F705 recessed escutcheon. Manufacturer: Gem F890, Grinnell or Reliable. K. Standard & Quick Response Horizontal(Extended Coverage, Light Hazard): 165 degrees F rated, frangible bulb. K=5.6, W' NPT in chrome finish. Manufacturer: Star TY3322, Grinnell or Reliable. L. Dry Horizontal Sidewall Sprinkler: 165 degrees F rated, fusible link, 1/2" orifice, K=5.6, 1" NPT in chrome finish. Manufacturer: Star series DS-1, Grinnell or Reliable. M. Head Guards: Head guards shall be snap on type which fit snug and tight to head and shall fit upright sidewall or pendent models. Color shall be red. Manufacturer: Same as sprinkler head manufacturer with no exceptions. N. Sprinkler Head Cabinet: Complete with sprinklers and special wrenches in accordance with NFPA 13. Manufacturer: Same as sprinkler head manufacturer. O. Sprinkler Heads below 7'-6" shall be residential concealed units with white finish. 2.13 MISCELLANEOUS EQUIPMENT A. Access Panels: 1. Access panels shall be suited for installation in dry wall, masonry, tile, wood, or other wall surfaces. 2. The door shall have rounded safety corners. 3. The door and frame shall be fabricated from 16 gage, galvanized steel and shall have a factory prime coat finish suitable for painting. 4. The frame shall be one piece construction, 1" wide and shall provide concealment of the rough wall opening. The frame shall have no miters Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 9 Bid Documents Fire Protection 15300 - Page 10 I I I I I I I I I I I I I I I I I I I CLAllAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION or welds on the face. The wall frame shall be provided with 1/4" mounting holes for fastening within the furred space. 5. Doors less than 24" shall be provided with a concealed pivoting rod hinge. Doors 24" or larger shall be provided with a continuous piano hinge. 6. The latch shall be screwdriver operated. 7. Manufacturer: ElMDOR Manufacturing Co. or approved equal. B. Valve Identification Signs: 1. Signs shall be constructed of metal. lettering to be white on a red background. 2. Hydraulic Information Signs: Provide punched metal signs. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine work surfaces and substrates to receive work of this Section and report any defects which may affect work of this Section. B. Confirm compatibility of surfaces to receive materials as specified within this Section. C. Beginning of installation means acceptance of existing surfaces and substrates. 3.2 GENERAL INSTAllATION A. Pipe shall be fabricated at risk of Contractor if not all approvals have been obtained. B. Welding for flame cutting shall not be performed on or within the building without prior written approval of the Owners Representative. C. The Contractor shall meet all requirements for interruption of existing services, and for Fire Department stand-by. This work shall be coordinated with the Architect and/or Owner. D. Unless otherwise indicated or specified, all materials and equipment shall be installed in accordance with the manufacturer's recommendations and in accordance with NFPA 13. E. Cutting structural members for passage of pipes or for pipe hanger fastenings will not be permitted unless the Contractor has been granted prior approval by the Architect and Engineer. Clallam County Project No. 620613CH II I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. Belts, pulleys, chains, gears, couplings, projecting set screws, keys, and other rotating parts, shall be so located as to be fully enclosed or guarded to prevent a person coming in contact therewith. 3.3 PIPING A. Piping shall be installed as indicated and specified. Pipe shall be cut accurately to measurement established at the building by the Contractor, and shall be worked into place without springing or forcing and out of the way of all doors, windows and other openings. Pipes shall be installed so that it may expand and contract freely without damage to any other work or to itself. Piping in finished portion of the building shall be installed in such a manner as to require a minimum of furring. Pipe openings shall be closed with caps and/or plugged after installation to prevent entrance of foreign materials before final connection. The contract documents do not attempt to show all details of the piping. No extra payments will be allowed when obstructions in the work of others or work under this contract requires offsets in piping. B. All pipe sizes shall be determined by hydraulic calculation(s) with the exception of underground piping which is by others. Should local ordinances or codes be construed as requiring larger sizes in any instance, this shall be taken care of by the Contractor without additional cost to the Owner and shall be called to the attention of the Architect or Owner's Representative. C. All piping shall be arranged to provide the maximum amount of access so as to provide for future maintenance. 3.4 JOINTS A. Joints shall conform to NFPA 13. Shop welded joints will be permitted. Flanged joints or mechanical grooved couplings shall be provided where indicated or required by NFPA 13. Grooved pipe and fittings shall be prepared in accordance with the manufacturer's latest published specification according to pipe material, wall thickness and size. Mechanical couplings and fittings shall be from the same manufacturer. B. Threaded joints shall be cut with an approved thread-cutting oil. Joints shall be made tight with a stiff mixture of litharge and glycerin or other approved thread joint compound or tape. Not more than three threads shall show after the joint is made up. C. Flanged joints shall be faced true, provided with gaskets and made square and tight. D. Mechanical grooved pipe joints shall conform to AWWA C606. Joints shall be made using a UL-04 listed or FM-P7825 approved combination of fittings, gaskets, and grooves. Cut or rolled pipe grooves shall be dimensionally compatible with the fittings. Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 11 Bid Documents Fire Protection 15300 - Page 12 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION E. Mechanical pipe couplings shall be of the bolted type and shall consist of a housing fabricated in one or more parts, a synthetic rubber gasket, and nuts and bolts to secure the unit together. F. Gaskets shall be of molded synthetic rubber with central cavity, pressure responsive configuration and shall conform to ASTM D 2000. 3.5 REDUCERS A. Reductions in pipe sizes shall be made with one piece reducing fittings. Bushings will not be acceptable, except that when standard fittings of the proper size are not available, single bushings of the face type will be permitted. Where used, face bushings shall be installed with the outer face flush with the face of the fitting opening being reduced. Bushings shall not be used in elbow fittings, in ore than one outlet of a tee, in more than two outlets of a cross, or where the reduction in size is less than 1/2 inch. 3.6 FLEXIBLE COUPLINGS A. Provide listed and approved flexible couplings on sprinkler mains per NFPA regulations. Install UL approved hangers and earthquake bracing in place of supporting sprinkler piping. 3.7 PIPE SLEEVES A. Pipes passing through concrete or masonry walls or concrete floors shall be provided with pipe sleeves fitted into place at the time of construction. Each sleeve shall extend through its respective all or floor, and be cut flush with each surface. Unless otherwise indicated, sleeves shall be of such size as to provide a minimum of 1/4 inch all around clearance between the pipe and sleeve. Sleeves in bearing walls and wet areas shall be steel pipe or cast iron pipe. Sleeves in nonbearing walls, floors, or ceilings may be steel pipe, cast iron pipe, or galvanized sheet metal with lock-type longitudinal seam. B. Where pipes pass through fire walls, fire partitions, or floors, a fire seal of fire resistant caulk shall be placed between the pipe and sleeve. 3.8 WALL/FLOOR/CEILING ESCUTCHEONS A. Escutcheons shall be provided at all finished surfaces where exposed piping passes through floors, walls, or ceilings except in boiler, utility, or equipment rooms. 3.9 PIPING, HANGERS, INSERTS AND SUPPORT A. General: Provide hangers, brackets, supports, anchors, and related appurtenances, as required, to support all piping and equipment provided under this section. Piping and equipment supports shall conform to NFPA Pamphlet No. 13. Supports to be UL listed for pipe size being suspended. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Floor Supports: Provide where required, necessary floor supports for piping and equipment. Supports shall be fabricated from structural members or shall be masonry piers. C. Hanging of pipes from ductwork is strictly prohibited. D. Concrete inserts shall be set by others based on information provided by the sprinkler Contractor. This information will include both the location and size of the insert. The fire protection Contractor shall provide the ferrule loop inserts. 3.10 PIPING MAINTENANCE AND PROTECTION REQUIREMENTS A. Flushing: 1. Flushing arrangements shall be provided per NFPA 13 in accessible locations. Locations shall be approved by the Engineer. 2. Flushing Connections: 1-114" nipples with caps at extreme ends of all cross mains. 3. Disinfection/Chlorination: Not required. 3.11 DRAINS AND DRIPS A. All piping shall drain back to the main riser. Where not possible, provide auxiliary drains discharging to architectural approved locations. B. Install auxiliary drains at all low points in system. Five or fewer trapped heads will not require drain valve, but may be drained through plugged tee. Drain valves to be piped to safe place of discharge. Verify location of drains with Architect. Any drain not directly discharging to a receptacle must have a 3/4" hose line connection. 3.12 TESTS AND APPROVALS OF SPRINKLER SYSTEM A. Hydrostatic Test: Test pipe of sprinkler systems with not less than 200 PSIG pressure for 2 hours in presence of Architect, Engineer, Owner, or authorized representatives of Fire Department. Provide approval certificates. Give ample advance notice of times at which tests are to be carried out, and, if work does not satisfactorily pass these, make all necessary corrections and repeat tests. Provide equipment, material, and labor necessary for inspection and tests. Carry out all tests prior to furring in or otherwise concealing pipe. No exceptions will be made. Preliminary tests may be done with compressed air. 3.13 SPRINKLER HEAD LOCATIONS AND SYSTEM ARRANGEMENT A. Provide full sprinkler coverage of the area, including additional heads necessary to provide an adequate pattern of water discharge adjacent to partitions and around and beneath duct(s), doors, or other obstructions. Provide automatic sprinkler protection below ductwork 4'_0" or greater in width in accordance with NFPA 13. Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 13 Bid Documents Fire Protection 15300 - Page 14 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Exact location of heads shall be carefully coordinated with other ceiling elements for a symmetrical pattern. Sprinkler heads shall not be located closer than l' from lighting fixtures, diffusers, speakers or similar devices or obstructions. Contractor shall obtain coordination among the trades so as to avoid any interference with the potential effectiveness. C. Provide head guards for all sprinklers located with 6'-8" of walking surfaces. D. Locate head boxes on the wall adjacent to system sprinkler risers. 3.14 SPARE SPRINKLERS A. The Contractor shall furnish spare automatic sprinklers in accordance with the requirements of NFPA 13 for stock of extra sprinklers. The sprinklers shall be representative of, and in proportion to, the number of each type and temperature rating of the sprinklers installed. The Contractor shall furnish no less than two special sprinkler head wrenches, or at least one head wrench for each sprinkler head box, whichever is greater. B. Spare sprinklers and head wrenches shall be located in head boxes. Locate boxes as specified above. 3.15 ACCESS PANELS A. Any sprinkler valving or equipment which is located in inaccessible areas shall be provided with an access panel by this Contractor. The panel shall be large enough to readily pass all equipmenUmanpower through to make repairs. The panel location is subject to approval by the Architect. Panel shall be rated the same as wall or ceiling in which it is located. Provide 6" x 6" red lettered place card made of metal. Attach to ceiling tile below the concealed device. 3.16 PAINTING A. Painting of piping shall be by others in accordance with Section 09900. The fire protection Contractor shall closely coordinate with the General Contractor to ensure that sprinkler heads are not painted. In the event sprinkler heads are painted, they shall be replaced with no additional cost to the Owner. 3.17 IDENTIFICATION A. Piping Identification: Provide adhesive stickers every 40 feet on all cross-mains, bulk mains and pipes sized 2" or greater. Sticker to read "Fire Sprinkler." B. Valve Identification: Signs: Provide identification sign (enamel on metal) to all valves in accordance with NFPA 13. Signs shall indicate purpose of valve and zone number or name. C. Hydraulic Information Signs: Provide in accordance with NFPA 13. Locate on sprinkler riser. Sign shall indicate the system number/ name, design density, design area, hose stream demand and overall system demand. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. Access Panel Signs: Provide access panel signs where access panels are used to conceal sprinkler system valving. Signs to be as specified above for "Valve Identification" but shall be pop-riveted to the access panel. END OF SECTION 15300 Clallam County Project No. 620613CH Bid Documents Fire Protection 15300 - Page 15 Bid Documents Plumbing Fixtures 15410 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15410 - PLUMBING FIXTURES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Protective shielding guards. 2. Fixture supports. 3. Faucets. 4. Security Fixtures. 5. Service sinks. B. Related Sections include the following: 1. Section 15000 - General Provisions. 2. Section 15050 - Basic Materials and Methods. 1.2 DEFINITIONS A. ABS: Acrylonitrile-butadiene-styrene plastic. B. Accessible Fixture: Plumbing fixture that can be approached, entered, and used by people with disabilities. C. FRP: Fiberglass-reinforced plastic. D. PMMA: Polymethyl methacrylate (acrylic) plastic. E. PVC: Polyvinyl chloride plastic. F. Solid Surface: Nonporous, homogeneous, cast-polymer-plastic material with heat-, impact-, scratch-, and stain-resistance qualities. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Diagram power, signal, and control wiring. C. Operation and maintenance data. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Regulatory Requirements: Comply with requirements in ICC A 117.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act"; and Public Law 101-336, "Americans with Disabilities Act"; for plumbing fixtures for people with disabilities. Claliam County Project No. 620613CH II I I I I I I I I ,I I I I I I I I' I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION C. Regulatory Requirements: Comply with requirements in Public Law 102-486, "Energy Policy Act," about water flow and consumption rates for plumbing fixtu res. D. NSF Standard: Comply with NSF 61, "Drinking Water System Components-- Health Effects," for fixture materials that will be in contact with potable water. E. Select combinations of fixtures and trim, faucets, fittings, and other components that are compatible. F. ARI Standard: Comply with ARI1 01 0, "Self-Contained, Mechanically Refrigerated Drinking-Water Coolers," for water coolers and with ARl's "Directory of Certified Drinking Water Coolers" for type and style classifications. G. ASHRAE Standard: Comply with ASHRAE 34, "Designation and Safety Classification of Refrigerants" for water coolers. Provide HFC 134a (tetrafluoroethane) refrigerant unless otherwise indicated. H. Comply with the following applicable standards and other requirements specified for plumbing fixtures: 1. Enameled, Cast-Iron Fixtures: ASMEA112.19.1M. 2. Porcelain-Enameled, Formed-Steel Fixtures: ASME A 112.19.4M. 3. Slip-Resistant Bathing Surfaces: ASTM F 462. 4. Solid-Surface-Material Lavatories and Sinks: ANSI/ICPA SS-1. 5. Stainless-Steel Residential Sinks: ASME A 112.19.3. 6. Vitreous-China Fixtures: ASME A 112.19.2M. 7. Water-Closet, Flush Valve, Tank Trim: ASME A 112.19.5. I. Comply with the following applicable standards and other requirements specified for lavatory and sink faucets: 1. Backflow Protection Devices for Faucets with Side Spray: ASME A 112.18.3M. 2. Backflow Protection Devices for Faucets with Hose-Thread Outlet: ASMEA112.18.3M. . 3. Diverter Valves for Faucets with Hose Spray: ASSE 1025. 4. Faucets: ASME A 112.18.1. 5. Hose-Connection Vacuum Breakers: ASSE 1011. 6. Hose-Coupling Threads: ASME B1.20.7. 7. Integral, Atmospheric Vacuum Breakers: ASSE 1001. 8. NSF Potable-Water Materials: NSF 61. 9. Pipe Threads: ASME B1.20.1. 10. Sensor-Actuated Faucets and Electrical Devices: UL 1951. 11. Supply Fittings: ASME A 112.18.1. 12. Brass Waste Fittings: ASME A112.18.2. J. Comply with the following applicable standards and other requirements specified for bathtub and/or shower faucets: Clallam County Project No. 620613CH Bid Documents Plumbing Fixtures 15410 - Page 2 Bid Documents Plumbing Fixtures 15410 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Backflow Protection Devices for Hand-Held Showers: ASME A 112.18.3M. 2. Combination, Pressure-Equalizing and Thermostatic-Control Antiscald Faucets: ASSE 1016. 3. Faucets: ASME A 112.18.1. 4. Hand-Held Showers: ASSE 1014. 5. High-Temperature-Limit Controls for Thermal-Shock-Preventing Devices: ASTM F 445. 6. Hose-Coupling Threads: ASME B1.20.7. 7. Manual-Control Antiscald Faucets: ASTM F 444. 8. Pipe Threads: ASME B1.20.1. 9. Pressure-Equalizing-Control Antiscald Faucets: ASTM F 444 and ASSE 1016. 10. Sensor-Actuated Faucets and Electrical Devices: UL 1951. 11. Thermostatic-Control Antiscald Faucets: ASTM F 444 and ASSE 1016. K. Comply with the following applicable standards and other requirements specified for miscellaneous fittings: 1. Atmospheric Vacuum Breakers: ASSE 1001. 2. Brass and Copper Supplies: ASME A 112.18.1. 3. Manual-Operation Flushometers: ASSE 1037. 4. Plastic Tubular Fittings: ASTM F 409. 5. Brass Waste Fittings: ASME A112.18.2. 6. Sensor-Operation Flushometers: ASSE 1037 and UL 1951. L. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Flexible Water Connectors: ASME A 112.18.6. 2. Grab Bars: ASTM F 446. 3. Hose-Coupling Threads: ASME B1.20.7. 4. Off-Floor Fixture Supports: ASME A 112.6.1 M. 5. Pipe Threads: ASME B1.20.1. 6. Plastic Toilet Seats: ANSI Z124.5. 7. Supply and Drain Protective Shielding Guards: ICC A 117.1. PART 2 - PRODUCTS 2.1 PROTECTIVE SHIELDING GUARDS A. Protective Shielding Pipe Covers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. McGuire Manufacturing Co., Inc. b. Plumberex Specialty Products Inc. c. TCI Products. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I t;;.. CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION d. TRUEBRO, Inc. 2. Description: Manufactured plastic wraps for covering plumbing fixture hot- and cold-water supplies and trap and drain piping. Comply with Americans with Disabilities Act (ADA) requirements. 2.2 FIXTURE SUPPORTS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Josam Company. 2. MIFAB Manufacturing Inc. 3. Jay R. Smith Mfg. Co. 4. Tyler Pipe I Wade Division 5. Zum Plumbing Products Group B. Water-Closet Supports: 1. Description: Combination carrier designed for accessible and standard mounting height of wall-mounting, water-closet-type fixture. Include single or double, vertical or horizontal, hub-and-spigot or hubless waste fitting as required for piping arrangement; faceplates; couplings with gaskets; feet; and fixture bolts and hardware matching fixture. Include additional extension coupling, faceplate, and feet for installation in wide pipe space. C. Lavatory Supports: 1. Description: Type lavatory carrier with concealed arms and tie rod for wall- mounting, lavatory-type fixture. Include steel uprights with feet. 2. Accessible-Fixture Support: Include rectangular steel uprights. 2.3 SINK FAUCETS A. Faucets: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Standard Companies, Inc. b. Chicago Faucets c. Delta Faucet Company d. Eljer e. Kohler Co. f. Moen, Inc. g. Sloan Valve Company h. Speakman Company i. T&S Brass and Bronze Works, Inc. j. Zum Plumbing Products Group Clallam County Project No. 620613CH Bid Documents Plumbing Fixtures 15410 - Page 4 Bid Documents Plumbing Fixtures 15410 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.4 SECURITY FIXTURES A. Lavatories, toilets and combination units shall conform to C.S.A. B45.4 standard for stainless steel plumbing fixtures. B. Plumbing brass shall conform to C.S.A. B-125 standard for plumbing brass. C. Toilet trap shall pass 2 5/8 inch ball and be fully enclosed. D. Test fixture for strength with simulated impact load tests. No deflection will be acceptable with loads up to 2000 pounds and no permanent damage with loads up to 5000 pounds. E. Provide certified test report with submittals. F. Fixtures and trim shall be free from injuries, mechanical defects and shall have smooth even surfaces. G. Constriction shall be seamless welded and all exposed surfaces ground smooth and polished to a #4 satin finish. H. Cabinet interior shall be coated with firepeoof sound insulation. I. Closet outlet gasket shall be neoprene suitable for 1400F temperature. 2.5 SECURITY FLUSH VALVES A. Concealed rough brass bodied, diaphragm type with non-hold open push button, escutcheon, wheel handled stop, vacuum breaker, designed for anti-flood devices, maximum 1.6 gallon (6L) flush volume. B. All valve adjustment shall be made from behind C11 ASE. All exposed parts shall be chrome plated, and secured from rear to ensure security. 2.6 SECURITY METERING VALVES A. Cast brass body, pneumatic cartridge type construction. Cycle adjustable form 2 seconds to 3 minutes, flow control, integral stop. B. All valves and adjustments shall be made from fixture in chase. C. All exposed parts shall be chrome plated. D. Escutcheons and trim plates shall be secured from rear to ensure security. 2.7 SECURITY SHOWERS A. Use security showers as per schedule. Security type shower head and or hand- held shower hose. Hose connection shall be integral with face-plate, chrome plated, secured from behind. Hand-held shower hose shall be provided with quick-disconnect and in-line vacuum breaker.Copy and edit paragraph and subparagraph below for each type sink support required. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I ClAlLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.8 SERVICE SINKS A. Service Sinks 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Standard Companies, Inc. b. Eljer c. Kohler Co. d. Crane Plumbing, l.L.C./Fiat Products e. Acorn Engineering Company f. Stem Williams g. Florestone Products Company PART 3 - EXECUTION 3.1 INSTALLATION A. Assemble plumbing fixtures, trim, fittings, and other components according to manufacturers' written instructions. B. Install off-floor supports, affixed to building substrate, for wall-mounting fixtures. 1. Use carrier supports with waste fitting and seal for back-outlet fixtures. 2. Use carrier supports without waste fitting for fixtures with tubular waste piping. 3. Use chair-type carrier supports with rectangular steel uprights for accessible fixtures. C. Install back-outlet, wall-mounting fixtures onto waste fitting seals and attach to supports. D. Install floor-mounting fixtures on closet flanges or other attachments to piping or building substrate. E. Install wall-mounting fixtures with tubular waste piping attached to supports. F. Install fixtures level and plumb according to roughing-in drawings. G. Install water-supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation. H. Install trap and tubular waste piping on drain outlet of each fixture to be directly connected to sanitary drainage system. I. Install tubular waste piping on drain outlet of each fixture to be indirectly connected to drainage system. Clallam County Project No. 620613CH Bid Documents Plumbing Fixtures 15410 - Page 6 Bid Documents Plumbing Fixtures 15410 - Page 7 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION J. Solidly attach water closets to floor with lag screw. Lead flashing is not intended to hold fixture in place. K. Install faucet-spout fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. L. Install water-supply flow-control fittings with specified flow rates in fixture supplies at stop valves. M. Install faucet f1ow-control fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. N. Install traps on fixture outlets. 1. Exception: Omit trap on fixtures with integral traps. 2. Exception: Omit trap on indirect wastes, unless otherwise indicated. O. Install escutcheons at piping wall and ceiling penetrations in exposed, finished locations and within cabinets and millwork. Use deep-pattern escutcheons if required to conceal protruding fittings. Escutcheons are specified in Division 15 Section "Basic Mechanical Materials and Methods." P. Seal joints between fixtures and walls, floors, and countertops using sanitary- type, one-part, mildew-resistant silicone sealant. Match sealant color to fixture color. Security sealants are specified in Division 7 Section "Security Sealants." 3.2 CONNECTIONS A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. C. Ground equipment according to Division 16 Section "Grounding and Bonding." D. Connect wiring according to Division 16 Section "Conductors and Cables." 3.3 FIELD QUALITY CONTROL A. Verify that installed plumbing fixtures are categories and types specified for locations where installed. B. Check that plumbing fixtures are complete with trim, faucets, fittings, and other specified components. C. Inspect installed plumbing fixtures for damage. Replace damaged fixtures and components. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. Test installed fixtures after water systems are pressurized for proper operation. Replace malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. 3.4 PROTECTION A. Provide protective covering for installed fixtures and fittings. B. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Owner. END OF SECTION 15410 Clallam County Project No. 620613CH Bid Documents Plumbing Fixtures 15410 - Page 8 Bid Documents Heat Pump Units 15763 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15763 HEAT PUMP UNITS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes fan-coil units and accessories. 1.2 SUBMITTALS A. Product Data: Include rated capacities, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring. C. Field quality-control test reports. D. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis-of-Design Product: The design for each fan-coil unit is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2.2 HEAT PUMP UNIT A. GENERAL: Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLAlLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Unit to be fabricated of galvanized steel. Provision for hanging the unit shall be provided. The standard arrangement is furnished with a one inch discharge duct collar. 2. The condensate drain pan shall be fabricated of 304 stainless with closed cell, fire retardant, foam insulation coating. 3. The motor blower assembly shall be designed for easy removal from the basic unit to provide for ease of servicing these components. 4. All units are to have side access panels for complete service access to all operating components. 5. Manufacturers representative shall be responsible for verifying access panel and coil connection location (left or right) though review of drawings. B. CABINET: 1. All cabinet panels are to be lined with 1 inch glass fiber acoustic and thermal insulation. 2. Furnish access panels on both sides of unit. Access doors shall not require tools to remove unit. C. COilS: 1. Water coils shall have 1/2 inch 0.0. copper tubes with aluminum fins mechanically bonded to the tubes. All coils are leak tested under water and are suitable for design working pressures of 250 psig @ 200 degrees F. Provide manual air vent. 2. OX coils shall be designed for use with R-22 refrigerant, and shall include a fixed orfice metering device. All evaporator coils shall be factory sealed and charged with a minimum 5 psig nitrogen or refrigerant dry air. 3. Heating coil shall be factory installed upstream of the cooling coil. O. FilTERS: 1. Not required in fan coil unit. See specification section 15861 for external fan coil unit filter housing assembly and filter requirements. E. FANS: 1. Fans are centrifugal, forward-curved wheels. Blower housings are galvanized steel with special rolled perimeter seams to provide added rigidity. 2. Statically and dynamically balanced. 3. Bearings shall be ball bearing type (no sleeve bearings allowed), permanently lubricated and sealed for life. Clallam County Project No. 620613CH Bid Documents Heat Pump Units 15763 - Page 2 ,- Bid Documents Heat Pump Units 15763 - Page 3 I I I I I I I I I I I I I 'I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Blower housing shall be isolated from cabinet and motor. F. MOTORS: 1. All motors are resilient-mounted, with UNDERWRITERS listed thermal overload protection. Motor bearings are of the sleeve type bearing type with oversized oil reservoirs provided to assure positive lubrication with minimum servicing required. Standard motors are permanent split capacitor. 2. Motor shall be mounted on adjustable base for belt tensioning and alignment. 3. Motor and drive shall be installed on same end as coil connections for ease of service. G. ACCESSORIES 1. Provide electrical knockdown transformer as required for temperature control interface. Coordinate with division 15900. H. MANUFACTURERS: 1. IEC 2. Enviro Tech 3. Trane PART 3 - EXECUTION 3.1 INSTALLATION A. Install fan-coil units to comply with NFPA 90A. B. Suspend fan-coil units from structure with elastomeric hangers. Vibration isolators are specified in Division 15 Section "Mechanical Vibration and Seismic Controls." C. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. Specific connection requirements are as follows: 1. Install piping adjacent to unit to allow service and maintenance. 2. Connect condensate drain to indirect waste. a. Install condensate trap of adequate depth to seal against the pressure of fan. Install cleanouts in piping at changes of direction. D. Connect supply and retum ducts to fan-coil units with flexible duct connectors specified in Division 15 Section "Duct Accessories." Comply with safety requirements in UL 1995 for duct connections. Clallam County Project No. 620613CH , I II I I. I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.2 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 2. Test and adjust controls and safety devices. Replace damaged and malfunctioning controls and equipment. B. Remove and replace malfunctioning units and retest as specified above. END OF SECTION 15763 Clallam County Project No. 620613CH Bid Documents Heat Pump Units 15763 - Page 4 Bid Documents Metal Ducts 15815 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15815 - METAL DUCTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes metal, round, oval, and rectangular ducts and fittings for supply, return, outside, and exhaust air-distribution systems for 1" to 4" W.G. pressure classes. B. See Division 15 Section "HVAC Casings" for factory- and field-fabricated casings for mechanical equipment. C. See Division 15 Section "Duct Accessories" for dampers, sound-control devices, duct-mounting access doors and panels, turning vanes, and flexible ducts. 1.2 SUBMITTALS A. Shop Drawings: Show fabrication and installation details for metal ducts. 1. Penetrations through fire-rated and other partitions. 2. Duct accessories, including access doors and panels. 1.3 QUALITY ASSURANCE A. NFPA Compliance: 1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." 2. NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems. " 1.4 DUCT PRESSURE AND SEALANT CLASS DEFINITIONS A. Supply/Return duct between Rooftop AC Units and space being served. 1. Pressure Class: 1" W.G. 2. Sealant Class: C B. Exhaust duct between Exhaust Fans and space being served: 1. Pressure Class: 1" W.G. 2. Sealant Class: C PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.2 SHEET METAL MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards-Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods, unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Lock-forming quality; complying with ASTM A 653/A 653M and having G60 coating designation; ducts shall have mill- phosphatized finish for surfaces exposed to view. C. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts. 2.3 SEALANT MATERIALS A. Water-Based Joint and Seam Sealant: Flexible, adhesive sealant, resistant to UV light when cured, UL 181A-M listed. Minimum Volatile Organic Content shall be 45 gpl (water excluded) or less. Product shall be equal to Hardcast Versa- Grip 181. 2.4 HANGERS AND SUPPORTS A. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached. 1. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches thick. 2. Exception: Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches thick. B. Hanger Materials: Galvanized sheet steel or threaded steel rod. 1. Hangers Installed in Corrosive Atmospheres: Electrogalvanized, all- thread rods or galvanized rods with threads painted with zinc-chromate primer after installation. 2. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards--Metal and Flexible" for steel sheet width and thickness and for steel rod diameters. C. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials. D. Trapeze and Riser Supports: Galvanized-steel shapes and plates complying with ASTM A 36/A 36M. 2.5 DUCT FABRICATION A. 1" to Z' W.G. Pressure Class: Clallam County Project No. 620613CH Bid Documents Metal Ducts 15815 - Page 2 Bid Documents Metal Ducts 15815 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Duct sizes shown on drawings are outside nominal dimensions for sheet metal ductwork. Where ductwork is indicated on the drawings to be lined, an allowance for 1" or 2' thick insulation is included and duct sizes do not need to be increased to compensate for the insulation. 2. Round ducts and fittings: All round ductwork shall be spiral lock seams with spot welded sealed manufactured fittings, galvanized steel. a) Manufacturers: 1) United McGill 2) Ventline. 3) Accu Duct. 3. Rectangular to round branch duct connections shall use spin-in fittings: Spin-in fittings shall be DuroDyne or Air Control Products equal to Air Control Products Model S-SM-C with damper for unlined ductwork or Air Control Products Model S-DB-C with damper for lined ductwork. 4. Rectangular to rectangular branch duct connections shall use 45 degree entry. Straight taps are not allowed. 5. Rectangular Elbows: All 90 degree rectangular elbows shall contain turning vanes. See section 15820" Duct Accessories" for tuming vane fabrication requirements. 6. Round Elbows: All round elbows shall be pleated or segmented with a centerline radius of 1.5 times the cross section diameter. 7. Fabricate ducts, elbows, transitions, offsets, branch connections, and other construction according to SMACNA's "HVAC Duct Construction Standards--Metal and Flexible" and complying with requirements for metal thickness, reinforcing types and intervals, tie-rod applications, and joint types and intervals. a) Lengths: Fabricate rectangular ducts in lengths appropriate to reinforcement and rigidity class required for pressure class. b) Deflection: Duct systems shall not exceed deflection limits according to SMACNA's "HVAC Duct Construction Standards- Metal and Flexible." 8. Transverse Joints: Prefabricated slide-on joints and components constructed using manufacturer's guidelines for material thickness, reinforcement size and spacing, and joint reinforcement. a) Manufacturers: 1) Ductmate Industries, Inc. 9. Formed-On Flanges: Construct according to SMACNA's "HVAC Duct Construction Standards--Metal and Flexible," Figure 1-4, using comer, bolt, cleat, and gasket details. a) Manufacturers: 1) Ductmate Industries, Inc. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2) Lockformer. 10. Cross Breaking or Cross Beading: Cross break or cross bead duct sides 19 inches and larger and 0.0359 inch thick or less, with more than 10 sq. ft. of nonbraced panel area unless ducts are lined. PART 3 - EXECUTION 3.1 DUCT INSTALLATION A. Construct and install ducts according to SMACNA's "HVAC Duct Construction Standards--Metal and Flexible," unless otherwise indicated. B. Install ducts with fewest possible joints. C. Take due care to prevent piping, conduit or other building materials from touching ductwork. D. Install fabricated fittings for changes in directions, size, and shape and for connections. Use spin-in fittings to connect rigid or flexible round ductwork to rectangular duct for pressure class construction of Z' W.G. or less. E. Install ducts, unless otherwise indicated, vertically and horizontally and parallel and perpendicular to building lines; avoid diagonal runs. F. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. G. Install ducts with a clearance of 2 inches, plus allowance for insulation thickness. H. Conceal ducts from view in finished spaces. Do not encase horizontal runs in solid partitions unless specifically indicated. I. Coordinate layout with suspended ceiling, lighting layouts, and similar finished work. J. Seal all joints and seams. Apply sealant to male end connectors before insertion, and afterward to cover entire joint and sheet metal screws. K. Electrical Equipment Spaces: Route ducts to avoid passing through transformer vaults and electrical equipment spaces and enclosures. L. Non-Fire-Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls and are exposed to view, conceal spaces between construction openings and ducts or duct insulation with sheet metal flanges of same metal thickness as ducts. Overlap openings on 4 sides by at least 1-1/2 inches. M. Protect duct interiors from the elements and foreign materials until building is enclosed. Follow SMACNA's "Duct Cleanliness for New Construction." Clallam County Project No. 620613CH Bid Documents Metal Ducts 15815 - Page 4 Bid Documents Metal Ducts 15815 - Page 5 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 3.2 SEAM AND JOINT SEALING A. Seal duct seams and joints according to SMACNA's "HV AC Duct Construction Standards--Metal and Flexible" for duct pressure class indicated.. B. Seal ducts before extemal insulation is applied. 3.3 HANGING AND SUPPORTING A. Support horizontal ducts within 24 inches of each elbow and within 48 inches of each branch intersection. B. Support vertical ducts at maximum intervals of 16 feet and at each floor. C. Install upper attachments to structures with an allowable load not exceeding one- fourth of failure (proof-test) load. D. Install concrete inserts before placing concrete. E. Install powder-actuated concrete fasteners after concrete is placed and completely cured. 1. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches thick. 3.4 DUCT CLEANING A. During construction provide temporary closures of metal or taped polyethylene at all openings in ductwork to prevent construction dust from entering ductwork system. 3.5 CONNECTIONS A. Make connections to equipment with flexible connectors according to Division 15 Section "Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards-Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. END OF SECTION 15815 Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15820 - DUCT ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Manual volume dampers. 2. Control dampers. 3. Fire dampers 4. Flange connectors. 5. Turning vanes. 6. Duct-mounted access doors. 7. Flexible connectors. 8. Flexible ducts. 9. Duct accessory hardware. 1.2 SUBMITTALS A. Product Data: For each type of product supplied. B. Shop Drawings: For duct accessories. Include plans, elevations, sections, details and attachments to other worle 1. Detail duct accessories fabrication and installation in ducts and other construction. Include dimensions, weights, loads, and required clearances; and method of field assembly into duct systems and other construction. Include the following: a) Fire-damper installations, including sleeves; and duct-mounted access doors. b) Wiring Diagrams: For power, signal, and control wiring. C. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." B. Comply with AMCA 500-D testing for damper rating. Clallam County Project No. 620613CH Bid Documents Duct Accessories 15820 - Page 1 Bid Documents Duct Accessories 15820 - Page 2 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION PART 2 - PRODUCTS 2.1 MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G90. 2. Exposed-Surface Finish: Mill phosphatized. C. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304, and having a NO.2 finish for concealed ducts and NO.4 finish for exposed ducts. D. Aluminum Sheets: Comply with ASTM B 209, Alloy 3003, Temper H14; with mill finish for concealed ducts and standard, 1-side bright finish for exposed ducts. E. Extruded Aluminum: Comply with ASTM B 221, Alloy 6063, Temper T6. F. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts. G. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches. 2.2 MANUAL VOLUME DAMPERS A. Standard, Steel, Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a) Air Balance Inc.; a division of Mestek, Inc. b) American Warming and Ventilating; a division of Mestek, Inc. c) Greenheck Fan Corporation d) McGill AirFlow LLC. e) METALAIRE, Inc. f) Nailor Industries Inc. g) Pottorff; a division of PCllndustries, Inc. h) Ruskin Company. i) Vent Products Company, Inc. 2. Standard leakage rating, with linkage outside airstream. 3. Suitable for horizontal or vertical applications. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 4. Frames: a) Hat-shaped, galvanized-steel channels, 16 gage (0.064-inch minimum thickness). b) Mitered and welded comers. c) Flanges for attaching to walls and f1angeless frames for installing in ducts. 5. Blades: a) Multiple or single blade. b) Parallel- or opposed-blade design. c) Stiffen damper blades for stability. d) Galvanized-steel, 16 gage (0.064 inch thick). 6. Blade Axles: Stainless steel or Nonferrous metal. 7. Bearings: a) Molded synthetic. b) Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Galvanized steel. B. Jackshaft: 1. Size: 1-inch diameter. 2. Material: Galvanized-steel pipe rotating within pipe-bearing assembly mounted on supports at each mullion and at each end of multiple-damper assemblies. 3. Length and Number of Mountings: As required to connect linkage of each damper in multiple-damper assembly. C. Damper Hardware: 1. Zinc-plated, die-cast core with dial and handle made of 3/32-inch-thick zinc-plated steel, and a 3/4-inch hexagon locking nut. 2. Include center hole to suit damper operating-rod size. 3. Include elevated platform for insulated duct mounting. 2.3 CONTROL DAMPERS A. Control dampers to be provided under Division 15 Section" HV AC Instrumentation and Controls. 2.4 FIRE DAMPERS A. Manufacturers: Clallam County Project No. 620613CH Bid Documents Duct Accessories 15820 - Page 3 Bid Documents Duct Accessories 15820 - Page 4 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1. Air Balance Inc.; a division of Mestek, Inc. 2. Arrow United Industries; a division of Mestek, Inc. 3. Cesco Products; a division of Mestek, Inc. 4. Greenheck Fan Corporation. 5. McGill AirFlow LLC. 6. MET ALAIRE, Inc. 7. Nailor Industries Inc. 8. Pottorff; a division of PCllndustries, Inc. 9. Ruskin Company. 10. Vent Products Company, Inc. 11. Ward Industries, Inc.; a division of Hart & Cooley, Inc. B. Fire dampers shall be labeled according to UL 555. C. Fire Rating: 3 hours. D. Frame: Curtain type with blades outside airstream; fabricated with roll-formed, 0.034- inch-thick galvanized steel; with mitered and interlocking comers. E. Mounting Sleeve: Factory- or field-installed, galvanized sheet steel. 1. Minimum Thickness: 0.052 inch thick of length to suit application. 2. Exceptions: Omit sleeve where damper frame width permits direct attachment of perimeter mounting angles on each side of wall or floor, and thickness of damper frame complies with sleeve requirements. F. Mounting Orientation: Vertical or horizontal as indicated by location on drawings. G. Blades: Roll-formed, interlocking, 0.034-inch-thick, galvanized sheet steel. In place of interlocking blades, use full-length, O.034-inch-thick, galvanized-steel blade connectors. H. Horizontal Dampers: Include blade lock and stainless-steel closure spring. I. Fusible Links: Replaceable, 165 deg F rated. 2.5 DUCT-MOUNTED ACCESS DOORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. American Warming and Ventilating; a division of Mestek, Inc. 2. Cesco Products; a division of Mestek, Inc. 3. Ductmate Industries, Inc. 4. Flexmaster U.S.A., Inc. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 5. Greenheck Fan Corporation. 6. McGill AirFlow LLC. 7. Nailor Industries Inc. 8. Pottorff; a division of PCllndustries, Inc. 9. Ventfabrics, Inc. 10. Ward Industries, Inc.; a division of Hart & Cooley, Inc. B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-10, "Duct Access Doors and Panels," and 2-11, "Access Panels - Round Duct." 1. Door: a) Double wall, rectangular. b) Galvanized sheet metal with insulation fill and thickness as indicated for duct pressure class. c) Vision panel. d) Hinges and Latches: Continuos piano hinge and cam latches. e) Fabricate doors airtight and suitable for duct pressure class. 2. Frame: Galvanized sheet steel, with bend-over tabs and foam gaskets. 3. Number of Hinges and Locks: a) Access Doors Less Than 12 Inches Square: Two sash locks. b) Access Doors up to 18 Inches Square: Two sash locks. c) Access Doors up to 24 by 48 Inches: Two compression latches with outside and inside handles. d) Access Doors Larger Than 24 by 48 Inches: Two compression latches with outside and inside handles. 2.6 FLEXIBLE CONNECTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Ventfabrics, Inc. 4. Ward Industries, Inc.; a division of Hart & Cooley, Inc. B. Materials: Flame-retardant or noncombustible fabrics. C. Coatings and Adhesives: Comply with UL 181, Class 1. Clallam County Project No. 620613CH Bid Documents Duct Accessories 15820 - Page 5 Bid Documents Duct Accessories 15820 - Page 6 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION D. Metal-Edged Connectors: Factory fabricated with a fabric strip 3-1/2 inches wide attached to 2 strips of 2-3/4-inch- wide, 24 gage (0.028-inch-thick), galvanized sheet steel or 20 gage (0.032-inch-thick) aluminum sheets. Provide metal compatible with connected ducts. E. Indoor System, Flexible Connector Fabric: Glass fabric double coated with neoprene. 1. Minimum Weight: 26 oz.lsq. yd. 2. Tensile Strength: 480 Ibflinch in the warp and 360 Ibf/inch in the filling. 3. Service Temperature: Minus 40 to plus 200 deg F. F. Outdoor System, Flexible Connector Fabric: Glass fabric double coated with weatherproof, synthetic rubber resistant to UV rays and ozone. 1. Minimum Weight: 24 oz.lsq. yd. 2. Tensile Strength: 530 Ibf/inch in the warp and 440 Ibflinch in the filling. 3. Service Temperature: Minus 50 to plus 250 deg F. G. Thrust Limits: Combination coil spring and elastomeric insert with spring and insert in compression, and with a load stop. Include rod and angle-iron brackets for attaching to fan discharge and duct. 1. Frame: Steel, fabricated for connection to threaded rods and to allow for a maximum of 30 degrees of angular rod misalignment without binding or reducing isolation efficiency. 2. Outdoor Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 3. Minimum Additional Travel: 50 percent of the required deflection at rated load. 4. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 6. Elastomeric Element: Molded, oil-resistant rubber or neoprene. 7. Coil Spring: Factory set and field adjustable for a maximum of 1/4-inch (6-mm) movement at start and stop. 2.7 FLEXIBLE DUCTS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Anco Products Inc. 2. Flexmaster U.S.A., Inc. 3. Hart & Cooley, Inc. 4. Thermaflex. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION B. Insulated, Flexible Duct: UL 181, Class 1, inner liner supported by helically wound, spring-steel wire; 1" fibrous-glass insulation; polyethylene or aluminized vapor-barrier film. 1. Pressure Rating: 1 O-inch wg positive and 1.0-inch wg negative. 2. Maximum Air Velocity: 4000 fpm. 3. Temperature Range: Minus 10 to plus 160 deg F. C. Flexible Duct Connectors: 1. Clamps: Stainless-steel band with cadmium-plated hex screw to tighten band with a worm-gear action or Nylon strap, to suit duct size. 2.8 DUCT ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct-insulation thickness. B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease. PART 3 - EXECUTION 3.1 INSTALLATION A. Install duct accessories according to applicable details in SMACNA's "HV AC Duct Construction Standards - Metal and Flexible" for metal ducts and in NAIMA AH116, "Fibrous Glass Duct Construction Standards," for fibrous-glass ducts. B. Install duct accessories of materials suited to duct materials; use galvanized- steel accessories in galvanized-steel and fibrous-glass ducts, stainless-steel accessories in stainless-steel ducts, and aluminum accessories in aluminum ducts. C. Install volume dampers at points on supply, return, and exhaust systems where branches extend from larger ducts. Where dampers are installed in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner with nosing at hat channel. 1. Install steel volume dampers in steel ducts. 2. Install aluminum volume dampers in aluminum ducts. D. Install volume dampers in ducts with liner; avoid damage to and erosion of duct liner. E. Provide balancing dampers on duct take-off to diffusers, grilles, and registers, regardless of whether dampers are specified as a part of the diffuser, grille, or register assembly. Clallam County Project No. 620613CH Bid Documents Duct Accessories 15820 - Page 7 Bid Documents Duct Accessories 15820 - Page 8 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. Set dampers to fully open position before testing, adjusting, and balancing. G. Install test holes at fan inlets and outlets and elsewhere as indicated. H. Install fire and smoke dampers according to UL listing. I. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and maintaining accessories and equipment at the following locations: 1. On both sides of duct coils. 2. Downstream from manual volume dampers, control dampers, and equipment. 3. Adjacent to and close enough to fire or smoke dampers, to reset or reinstall fusible links. Access doors for access to fire or smoke dampers having fusible links shall be pressure relief access doors; and shall be outward operation for access doors installed upstream from dampers and inward operation for access doors installed downstream from dampers. 4. At each change in direction and at maximum 50-foot spacing. 5. Upstream of turning vanes. 6. Elsewhere as indicated. J. Install access doors with swing against duct static pressure. K. Access Door Sizes: 1. One-Hand or Inspection Access: 8 by 8 inches. 2. Two-Hand Access: 12 by 12 inches. 3. Head and Hand Access: 18 by 18 inches. 4. Head and Shoulders Access: 24 by 24 inches. L. Install the following sizes for duct-mounting, round access doors: 1. One-Hand or Inspection Access: 8 inches in diameter. 2. Two-Hand Access: 10 inches in diameter. 3. Head and Hand Access: 12 inches in diameter. 4. Head and Shoulders Access: 18 inches in diameter. 5. Body Access: 24 inches in diameter. M. Label access doors according to Division 15 Section "Identification for HVAC Piping and Equipment" to indicate the purpose of access door. N. Install flexible connectors to connect ducts to equipment. O. For fans developing static pressures of 5-inch wg and more, cover flexible connectors with loaded vinyl sheet held in place with metal straps. Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION P. Connect terminal units to supply ducts with maximum 12-inch lengths of flexible duct. Do not use flexible ducts to change directions. Q. Connect diffusers or light troffer boots to low-pressure ducts with maximum 60- inch lengths of flexible duct clamped or strapped in place. R. Connect flexible ducts to metal ducts with adhesive and draw bands. Secure inner liner to fitting with adhesive and draw band and outer liner with draw band. S. Install duct test holes where required for testing and balancing purposes. T. Install thrust limits at centerline of thrust, symmetrical on both sides of equipment. Attach thrust limits at centerline of thrust and adjust to a maximum of 1/4-inch movement during start and stop of fans. 3.2 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Operate dampers to verify full range of movement. 2. Inspect locations of access doors and verify that purpose of access door can be performed. 3. Operate fire and smoke dampers to verify full range of movement and verify that proper heat-response device is installed. 4. Inspect tuming vanes for proper and secure installation. B. Final positioning of manual-volume dampers is specified in Division 15 Section "Testing, Adjusting, and Balancing." END OF SECTION 15820 Clallam County Project No. 620613CH Bid Documents Duct Accessories 15820 - Page 9 Bid Documents Diffusers, Resgisters, & Grilles 15855 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15855 - Diffusers, Registers, and Grilles PART 1 - GENERAL 1.1 SUMMARY A. This Section includes: 1. Ceiling- and wall-mounted diffusers, registers, and grilles. 1.2 SUBMITTALS A. Product Data: For each product indicated, include the following: 1. Data Sheet: Indicate materials of construction, finish, and mounting details; and performance data including throw and drop, static-pressure drop, and noise ratings. 2. Diffuser, Register, and Grille Schedule: Indicate Drawing designation, model number, and accessories furnished. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following require- ments apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 GRILLES, REGISTERS AND DIFFUSERS A. Registers, grilles and ceiling diffusers, shall be furnished in standard white unless noted otherwise on schedule. All diffusers shall meet performance of the specified Titus diffusers. See schedule for model numbers and types. Prior approvals shall be accompanied with performance data and return grille sample. B. Diffusers scheduled to be installed in suspended ceiling shall fit within grid system and rest evenly on tees within the specified grid. See Architectural plans for type of suspended ceiling system. C. Manufacturers: 1 . Krueger. 2. Nailor Industries. 3. Price Industries. 4. Titus. Clallam County Project No. 620613CH ~ I I I I I I I I I I I I I I I I I I I CLAllAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 2.3 SOURCE QUALITY CONTROL A. Verification of Performance: Rate diffusers, registers, and grilles according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets." PART 3 - EXECUTION 3.1 INSTALLATION A. Install diffusers, registers, and grilles level and plumb. B. Ceiling-Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practicable. For units installed in lay-in ceiling panels, locate units in the center of panel. Where architectural features or other items conflict with installation, no- tify Architect for a determination of final location. C. Install diffusers, registers, and grilles with airtight connections to ducts and to al- low service and maintenance of dampers, air extractors, and fire dampers. 3.2 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. END OF SECTION 15855 Clallam County Project No. 620613CH Bid Documents Diffusers, Resgisters, & Grilles 15855 - Page 2 r Bid Documents Testing Adjusting and Balancing 15950 - Page 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION SECTION 15950 - TESTING, ADJUSTING, AND BALANCING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes TAB to produce design objectives for the following: 1. Air Systems: a. Constant volume air systems. 2. HVAC equipment quantitative-performance settings. 3. Verifying that automatic control devices are functioning properly. 4. Reporting results of activities and procedures specified in this Section. 1.2 SUBMITTALS A. Strategies and Procedures Plan: Within 30 days from Contractor's Notice to Proceed, submit 4 copies of TAB strategies and step-by-step procedures as specified in Part 3 "Preparation" Article. Include a complete set of report forms intended for use on this Project. B. Certified TAB Reports: Submit two copies of reports prepared, as specified in this Section, on approved forms certified by TAB firm. C. Warranties specified in this Section. 1.3 QUALITY ASSURANCE A. TAB Firm Qualifications: An independent testing, adjusting, and balancing agency certified by National Environmental Balancing Bureau (NEBB) in those testing and balancing disciplines required for this project. B. Approved balancing contractors are: 1. Maiani Construction Services. 2. Testcomm Inc. 3. Riley Engineering Inc. 4. Approved Equal. Contractor shall submit for prior approval before last addendum is issued. C. Certification of TAB Reports: Certify TAB field data reports. This certification includes the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB reports. 2. Certify that TAB team complied with approved TAB plan and the procedures specified and referenced in this Specification. D. TAB Report Forms: Use standard forms from NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems.". Clallam County Project No. 620613CH I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 1.4 COORDINATION A. Coordinate the efforts of factory-authorized service representatives for systems and equipment, HVAC controls installers, and other mechanics to operate HVAC systems and equipment to support and assist TAB activities. B. Perform TAB after leakage and pressure tests on air and water distribution systems have been satisfactorily completed. 1.5 WARRANTY A. Special Guarantee: Provide a guarantee on NEBB forms stating that NEBB will assist in completing requirements of the Contract Documents if TAB firm fails to comply with the Contract Documents. Guarantee shall include the following provisions: 1. The certified TAB firm has tested and balanced systems according to the Contract Documents. 2. Systems are balanced to optimum performance capabilities within design and installation limits. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment. 1. Verify that balancing devices, such as test ports, gage cocks, thermometer wells, flow-control devices, balancing valves and fittings, and manual volume dampers, are required by the Contract Documents. Verify that quantities and locations of these balancing devices are accessible and appropriate for effective balancing and for efficient system and equipment operation. B. Examine approved submittal data of HVAC systems and equipment. C. Examine Project Record Documents described in Division 1 Section "Project Record Documents." D. Examine equipment performance data including fan and pump curves. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. Calculate system effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from those presented when the equipment was performance tested at the factory. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," Sections 7 through 10; or in SMACNA's "HVAC Systems-Duct Design," Sections 5 and 6. Compare this data with the design data and installed conditions. Clallam County Project No. 620613CH Bid Documents Testing Adjusting and Balancing 15950 - Page 2 Bid Documents Testing Adjusting and Balancing 15950 - Page 3 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION E. Examine system and equipment installations to verify that they are complete and that testing, cleaning, adjusting, and commissioning specified in individual Sections have been performed. F. Examine system and equipment test reports. G. Examine HVAC system and equipment installations to verify that indicated balancing devices, such as test ports, gage cocks, thermometer wells, f1ow- control devices, balancing valves and fittings, and manual volume dampers, are properly installed, and that their locations are accessible and appropriate for effective balancing and for efficient system and equipment operation. H. Examine systems for functional deficiencies that cannot be corrected by adjusting and balancing. I. Examine HVAC equipment to ensure that clean filters have been installed, bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. J. Examine terminal units, such as the Pressure Independent Air Controller, to verify that they are accessible and their controls are connected and functioning. K. Examine strainers for clean screens and proper perforations. L. Examine three-way valves for proper installation for their intended function of diverting or mixing fluid flows. M. Examine system pumps to ensure absence of entrained air in the suction piping. N. Examine equipment for installation and for properly operating safety interlocks and controls. O. Examine automatic temperature system components to verify the following: 1. Dampers, valves, and other controlled devices are operated by the intended controller. 2. Dampers and valves are in the position indicated by the controller. 3. Integrity of valves and dampers for free and full operation and for tightness of fully closed and fully open positions. This includes dampers in multizone units, mixing boxes, and variable-air-volume terminals. 4. Automatic modulating and shutoff valves, including two-way valves and three- way mixing and diverting valves, are properly connected. 5. Thermostats and humidistats are located to avoid adverse effects of sunlight, drafts, and cold walls. 6. Sensors are located to sense only the intended conditions. 7. Sequence of operation for control modes is according to the Contract Documents. 8. Controller set points are set at indicated values. 9. Interlocked systems are operating. 10. Changeover from heating to cooling mode occurs according to indicated values. Clallam County Project No. 620613CH I I I I I .1 I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION P. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. 3.2 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. B. Complete system readiness checks and prepare system readiness reports. Verify the following: 1. Permanent electrical power wiring is complete. 2. Automatic temperature-control systems are operational. 3. Equipment and duct access doors are securely closed. 4. Balance, combination fire & smoke, and fire dampers are open. 5. Isolating and balancing valves are open and control valves are operational. 6. Ceilings are installed in critical areas where air-pattern adjustments are required and access to balancing devices is provided. 7. Windows and doors can be closed so indicated conditions for system operations can be met. 3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems" and this Section. B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary to allow adequate performance of procedures. After testing and balancing, close probe holes and patch insulation with new materials identical to those removed. Restore vapor barrier and finish according to insulation Specifications for this Project. C. Mark equipment and balancing device settings with paint or other suitable, permanent identification material, including damper-control positions, valve position indicators, fa n-s peed-control levers, and similar controls and devices, to show final settings: 3.4 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Determine the best locations in main and branch ducts for accurate duct airflow measurements. C. Check airflow patterns from the outside-air louvers and dampers and the retum- and exhaust-air dampers, through the supply-fan discharge and mixing dampers. D. Locate start-stop and disconnect switches, electrical interlocks, and motor starters. E. Verify that motor starters are equipped with properly sized thermal protection. Clallam County Project No. 620613CH Bid Documents Testing Adjusting and Balancing 15950 - Page 4 Bid Documents Testing Adjusting and Balancing 15950 - Page 5 I I I I I I I I I I I I II I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION F. Check dampers for proper position to achieve desired airflow path. G. Check for airflow blockages. H. Check condensate drains for proper connections and functioning. I. Check for proper sealing of air-handling unit components. J. Check for proper sealing of air duct system. K. Check all exhaust fans for proper fan rotation. 3.5 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure fan static pressures to determine actual static pressure as follows: a. Measure outlet static pressure as far downstream from the fan as practicable and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fan outlet or through the flexible connection. c. Measure inlet static pressure of single-inlet fans in the inlet duct as near the fan as possible, upstream from flexible connection and downstream from duct restrictions. d. Measure inlet static pressure of double-inlet fans through the wall of the plenum that houses the fan. 2. Measure static pressure across each component that makes up an air- handling unit, rooftop unit, and other air-handling and -treating equipment. a. Simulate dirty filter operation and record the point at which maintenance personnel must change filters. 3. Measure static pressures entering and leaving other devices such as sound traps, heat recovery equipment, and air washers, under final balanced conditions. 4. Obtain approval from Architect for adjustment of fan speed higher or lower than indicated speed. Make required adjustments to pulley sizes, motor sizes, and electrical connections to accommodate fan-speed changes. 5. Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan-motor amperage to ensure that no overload will occur. Measure amperage in full cooling, full heating, economizer, and any other operating modes to determine the maximum required brake horsepower. B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure static pressure at a point downstream from the balancing damper and adjust volume dampers until the proper static pressure is achieved. CJallam County Project No. 620613CH ~--- I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone. 2. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances. C. Measure terminal outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct-reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust terminal outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Contract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.6 PROCEDURES FOR TEMPERATURE MEASUREMENTS A. During TAB, report the need for adjustment in temperature regulation within the automatic temperature-control system. B. Measure indoor wet- and dry-bulb temperatures every other hour for a period of two successive eight-hour days, in each separately controlled zone, to prove correctness of final temperature settings. Measure when the building or zone is occupied. C. Measure outside-air, wet- and dry-bulb temperatures. 3.7 TEMPERATURE-CONTROL VERIFICATION A. Verify that controllers are calibrated and commissioned. B. Check transmitter and controller locations and note conditions that would adversely affect control functions. C. Record controller settings and note variances between set points and actual measurements. D. Check the operation of limiting controllers (Le., high- and low-temperature controllers ). E. Check free travel and proper operation of control devices such as damper and valve operators. F. Check the sequence of operation of control devices. Note air pressures and device positions and correlate with airflow and water flow measurements. Note the speed of response to input changes. G. Check the interaction of electrically operated switch transducers. H. Check the interaction of interlock and lockout systems. Clallam County Project No. 620613CH Bid Documents Testing Adjusting and Balancing 15950 - Page 6 Bid Documents Testing Adjusting and Balancing 15950 - Page 7 I, II I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION I. Check main control supply-air pressure and observe compressor and dryer operations. J. Record voltages of power supply and controller output. Determine whether the system operates on a grounded or nongrounded power supply. K. Note operation of electric actuators using spring retum for proper fail-safe operations. 3.8 TOLERANCES A. Set HVAC system airflow and water flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus 5 to plus 10 percent. 2. Air Outlets and Inlets: 0 to minus 10 percent. 3. Heating-Water Flow Rate: 0 to minus 10 percent. 4. Domestic Hot-Water Recirculation Flow Rate: 0 to minus 5 percent. 3.9 FINAL REPORT A. General: Typewritten, or computer printout in letter-quality font, on standard bond paper, in three-ring binder, tabulated and divided into sections by tested and balanced systems. B. Include a certification sheet in front of binder signed and sealed by the certified testing and balancing engineer. 1. Include a list of instruments used for procedures, along with proof of calibration. C. Final Report Contents: In addition to certified field report data, include the following: 1. Pump curves. 2. Fan curves. 3. Manufacturers' test data. 4. Field test reports prepared by system and equipment installers. 5. Other information relative to equipment performance, but do not include Shop Drawings and Product Data. D. General Report Data: In addition to form titles and entries, include the following data in the final report, as applicable: 1. Title page. 2. Name and address of TAB firm. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. Clallam County Project No. 620613CH ,- I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION 7. Contractor's name and address. 8. Report date. 9. Signature of TAB firm who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. 13. Data for terminal units, including manufacturer, type size, and fittings. 14. Notes to explain why certain final data in the body of reports varies from indicated values. 15. Test conditions for fans and pump performance forms including the following: a. Settings for outside-, return-, and exhaust-air dampers. b. Conditions of filters. c. Cooling coil, wet- and dry-bulb conditions. d. Fan drive settings including settings and percentage of maximum pitch diameter. e. Settings for supply-air, static-pressure controller. f. Other system operating conditions that affect performance. E. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single-line diagram and include the following: 1. Quantities of outside, supply, return, and exhaust airflows. 2. Water flow rates. 3. Duct, outlet, and inlet sizes. 4. Pipe and valve sizes and locations. 5. Terminal units. 6. Balancing stations. 7. Position of balancing devices. 3.10 ADDITIONAL TESTS A. Seasonal Periods: If initial TAB procedures were not performed during near- peak summer and winter conditions, perform additional testing, inspecting, and adjusting during near-peak summer and winter conditions. Clallam County Project No. 620613CH Bid Documents Testing Adjusting and Balancing 15950 - Page 8 Testing Adjusting and Balancing 15950 - Page 9 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY CORRECTIONAL FACILITY PHASE 1 RENOVATION END OF SECTION 15950 Clallam County Project No. 620613CH Bid Documents